Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2022 SAM #7690
SOURCES SOUGHT

R -- Request for Information Senior Technical Strategy Services

Notice Date
12/15/2022 11:20:11 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A) AUSTIN TX 78744 USA
 
ZIP Code
78744
 
Solicitation Number
36C10A23Q0034
 
Response Due
12/9/2022 8:00:00 AM
 
Archive Date
12/24/2022
 
Point of Contact
Terricia Lloyd, Contract Specialist, Phone: 512-981-4453
 
E-Mail Address
Terricia.Lloyd@va.gov
(Terricia.Lloyd@va.gov)
 
Awardee
null
 
Description
Request for Information 36C10A23Q0034 Page 6 of 6 REQUEST FOR INFORMATION This is a Request for Information (RFI) only. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan (TEP), Request for Quotation, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI.  Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This RFI does not constitute a solicitation for quotes/proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort.  Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Any Service-Disabled Veteran-owned small businesses (SDVOSBs) or Veteran-owned small businesses (VOSBs) responding to this RFI must include their intent and ability to meet set-aside requirements for performance of this effort in accordance with the Department of Veterans Affairs (VA) Acquisition Regulation (VAAR) 852.219-10 or 852.219-11, VA Notice of Total SDVOSB/VOSB Set-Aside; specifically the requirement for at least 50% of the cost of manufacturing or 50% of the services be performed by yourself and/or other eligible/verified SDVOSB/VOSB concerns; and verification from the VA Center for Verification and Evaluation.  It is requested that all companies interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort described in the paragraphs below. REQUIREMENT Department of Veterans Affairs (VA) mission is to provide excellent benefits and services to the Veterans of the United States. In meeting these goals, the three VA administrations (Veterans Health Administration, Veterans Benefits Administration, and National Cemetery Administration), as well as staff offices to include the Office of Information and Technology (OIT), continually strive to provide high quality, effective, and efficient business, benefits, cemetery/burial, healthcare and technology processes and services to those responsible for providing care to the Veterans, at the point-of-care as well as throughout all the points of the Veterans care, in an effective, timely and compassionate manner. VA is responsible for ensuring the efficient and effective operation of its assets and resources to meet the mission requirements of the VA s Secretary, Under Secretaries, Assistant Secretaries, and other key officials. The VA OIT strives to be a world-class organization that provides a seamless, unified Veteran experience through the delivery of state-of-the-art technology. OIT delivers this mission over a vast organizational landscape that provides exceptional Information Technology (IT) services to VA. The Government requests information for senior level technical strategy services in support of OIT s efforts to synchronize organizational plans into consistent unified strategies; identify technical and strategic gaps; and prioritize investments. The Government anticipates support to be provided by one or two technical resources with the capability to deliver services and effectively support a broad spectrum of areas. Senior-level technical strategy consulting service are envisioned to: Leverage technical expertise to act as effective subject matter experts (SME) in support of OIT strategic goals. The contractor shall conduct a thorough analysis of the OIT current state, identify key stakeholders and collaborate across multiple offices and teams to understand and support OIT priorities, roadmaps, and investments. Summarize plans gathered from across OIT and synthesize into a well-articulated and cohesive strategy that builds on OIT existing strategies, documentation, and information of teams and leadership. Support OIT s deployment of a robust strategy that will support continuity, i.e., is resilient to top-down leadership changes. Conduct deep dives on specific technical design and roadmap questions to provide viable recommendations. Develop comprehensive awareness of OIT short-term and long-term service strategies to be able to effectively support OIT s oversight of progress and identify challenges. Understand the demands across key OIT stakeholders and investments that are at risk or are not meeting strategic needs. Use the developed awareness of VA OIT to dive into multiple subject areas and conduct extensive drill downs into technical documentation to identify and prioritize gaps in investments and priorities. Engage with OIT leadership, stakeholders, and teams to support determination in investment alignment and prioritization. Leveraging gained comprehensive awareness, the Contractor shall enable OIT senior leaders and strategy teams to build more comprehensive and articulated technical strategy by becoming fully immersed within OIT with the goal of improving OIT planning, communicating, and synergizing technical strategy over the organization. Assist senior leadership in communicating their technical direction for both internal and external audiences. Maintain continuity of problem resolution to conduct thorough assessments of situations, building comprehensive summaries and recommendations, and tracking progress. The Contractor must retain a cross-org mental map of OIT s technical direction and the top outstanding issues to be resolved and ensure all support will further OIT s progress on solving those issues. Develop an independent perspective of key priorities OIT should be driving and advocate for practical direction changes that will have an impact sufficient to justify a change in course where one is needed. Utilizing an independent perspective, the Contractor shall develop recommendations of key priorities and focus areas of prioritization. Act as an advocate for practical direction changes that will have an impact sufficient to justify a change in course where one is needed. The knowledge, skills and experience required to perform the areas identified in this RFI are complex and require experience in large organizations and/or the federal sector. The VA is seeking unique perspectives from industry to revolutionize its strategic and technical oversight within OIT. This capability is unique from traditional strategy services in several ways: The audience is a small set of technical senior-level IT leaders, so the resources brought to bear must be on-par with the capabilities of these leaders. Contractor resources will enhance already existing technical leadership capabilities, not build a capability where one is not already present. This effort does not require or seek market research capabilities. The strategy resources will be engaged on in-depth, technical strategies, issues, and questions. RESPONSE REQUESTED: Respondents are encouraged to respond if they have the capabilities to meet the above requirements. Respondents shall submit a capability statement limited to ten (10) pages describing your company s ability to meet the requirements in this RFI and include the following: Respondent General Information Respondent shall identify the company name, address, email, and telephone number for the Respondent. In addition, if different, the Respondent shall include a name, email, and the telephone number of a point of contact having the authority and knowledge to clarify responses with Government representatives. Respondent shall include the company s Unique Entity ID (UEI), Dun and Bradstreet number, Commercial and Government Entity (CAGE) code. Identify existing contract vehicle(s) in which you are a current contract holder that can be used to procure the required services, i.e., General Services Administration Federal Supply Schedule (GSA FSS), Transformation Twenty-One Total Technology Next Generation (T4NG), Government Wide Acquisition Contract, NASA Solution for Enterprise-Wide Procurement (SEWP) Government-Wide Acquisition Contract (GWAC), etc. The North American Industry Classification System (NAICS) code considered for this requirement is 541990, All Other Professional, Scientific, and Technical Services. Please indicate your business s size standard for the NAICS code 541990 and comment on the appropriate use of this code. You may recommend another code if you deem it more appropriate; however, please provide a rationale for this recommendation. Please indicate your company size and socio-economic status for any recommended NAICS codes. Provide a statement regarding socioeconomic status (including business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.). If a small business, clearly identify what socioeconomic category you are recommending for this effort. If a small business, are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Indicate the likelihood of your company responding to a solicitation should this effort result in an acquisition. Note: Small businesses should include intent and ability to meet set-aside requirements for performance of this effort, if applicable. Capabilities: Provide a summary of your technical capabilities to meet the requirements detailed above. Include a summary of your experience providing similar services for large federal agencies similar to VA. Describe your approach to meeting the Government s preference of two technical resources that can deliver services across the broad spectrum of areas with the capability to effectively provide support or provide your recommendations to deliver this high level of expertise. Include how these resources would be maintained to ensure continuity and reduce risk of turnover. Describe the processes, methods, tools, and resources you have, to staff a position that demonstrates extensive experience managing and leading a wide range of Federal IT development, administration, implementation programs, with an emphasis on strategic consulting as it relates to business, data and information, and technical domains of the IT enterprise. Has the information above provided sufficient detail to describe the technical requirements? Identify specific technical requirements you would recommend capturing in a Performance Work Statement that may contribute to a more accurate proposal submission for an efficient and cost-effective effort. Provide a Rough Order of Magnitude estimate for a 12-month Base period, including four 12-month option periods. Respondents are requested to identify any additional information not specifically requested that may be helpful in VA s research efforts. INSTRUCTIONS FOR SUBMITTING QUESTIONS AND RESPONSES: Questions shall be submitted electronically to Terricia Lloyd at Terricia.Lloyd@va.gov no later than 10:00 am EST on December 22, 2022. Responses shall be submitted electronically through email to Terricia Lloyd at Terricia.Lloyd@va.gov no later than 10:00 am EST on December 29, 2022. Information submitted any other method will not be considered. The VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. VA appreciates your time and anticipated response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6308b315d45745de865e2f712327060a/view)
 
Record
SN06545272-F 20221217/221215230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.