Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2023 SAM #7949
SOURCES SOUGHT

R -- Strategic Planning Coordination & Support Services (VA-24-00008429)

Notice Date
8/31/2023 8:18:37 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B23Q0539
 
Response Due
9/21/2023 7:00:00 AM
 
Archive Date
12/20/2023
 
Point of Contact
Angel Santos, Contract Specialist, Phone: 848-377-5096
 
E-Mail Address
Angel.Santos2@va.gov
(Angel.Santos2@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Strategic Planning Coordination & Support Services Request for Information Introduction This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The purpose of this RFI is to identify qualified vendors, who are able to meet Department of Veterans Affairs (VA) requirements for Strategic Planning Coordination & Support Services (see Draft PWS). Any contract/order that might be awarded based on information received or derived from this market research will be the outcome of the competitive process. The purpose of this RFI is to obtain market information on capable sources of supply, industry best practices, and input specific to the information provided. The Government is not responsible for any cost incurred by industry in furnishing this information. All costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions will become Government property and will not be returned. Interested vendors are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. RFI Response Instructions NOTE: The capability package must be clear, concise, and complete. VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI. Provide the following information: Company Information: Company Name CAGE and Unique Entity ID number under which the company is registered in SAM.gov / Veteran Small Business Certification (VetCert: https://veterans.certify.sba.gov/ ) Company Address Point of contact name Telephone number Email address For small business concerns, indicate whether at least 50 percent of the total amount paid by the Government will be paid to firms that are similarly situated. Business size status based upon the applicable NAICS code of 541611. Brief summary describing your company s capability with an overview and approach of the technical expertise to accomplish all tasks and deliverables within attached draft PWS, to include the following: What specific experience does your organization have with both federal and commercial support to Fortune 100 Chief Information Officer offices across a wide variety of disciplines such as strategic planning, business transformation, technology (design and implementation), organizational strategy (change and design), service delivery, business intelligence, data management and analytics, program management, and cybersecurity? Please include specific narrative describing the time your organization has demonstrated this capability in, place of performance and contact information within the last three years. What success have you had developing a strategic plan for the purposes of IT Planning? Please provide examples of how this role facilitated the identification of new business needs, defining business scope and functionality and aligning with IT capabilities and solutions to minimize redundancy and increase in sustainment costs. What experience do you have with developing and implementing measurement and evaluation processes to evaluate and communicate the effectiveness of strategic initiatives? What experience do you have with multi-year planning investments development and execution? What is the estimated cost for the scope of work outlined? What is your approach to assisting with the startup and support of newly formed organizations/offices within a federal agency? Has your organization built and executed against a robust strategic planning capability requiring collaboration and coordination with teams and stakeholders across multiple service lines with varying degrees of accountability for planning, execution, monitoring, and evaluation of similar size and complexity to that of the VA (or at the VA?) Please describe and include specific narrative describing the time your organization has demonstrated this capability, place of performance and contact information. Please include any additional information that may not be covered from the above referenced questions you deem relevant for the Government to know, or be aware of, about your firm, services and industry overall (i.e., best in class practices in the marketplace) that may assist the Government in developing a Performance Work Statement(s) and determining the best procurement vehicle(s), and contract structure(s). Additionally provide the following information: List any existing contracting vehicles you have with the VA that you would recommend for this requirement. Does the draft outline provide sufficient detail to describe the technical and functional requirements that encompass the requirement? If NO , please provide your technical and functional comments / recommendations / questions on elements of the draft outline that may contribute to a more accurate proposal submission and efficient, cost effective effort. What contract type (Firm Fixed-Price (FFP), Time and Material (T&M), Hybrid FFP & T&M) would you recommend to be suitable for the attached PWS requirements? Responses to this RFI shall be submitted electronically by 10:00AM Eastern Standard Time, September 21, 2023 via email the Technology Acquisition Center (TAC) point of contact Contract Specialist, Angel Santos, Angel.Santos2@va.gov TAC) point and Contracting Officer, Kendra Casebolt, Kendra.Casebolt@va.gov. Please note RFI# 36C10B23Q0539 in the subject line of your email response. WARNING:  Please do not wait until the last minute to submit your responses! To avoid submission of late responses, we recommend the transmission of your response file 24 hours prior to the required response due date and time. Please be advised that timeliness is determined by the date and time an Offeror s response is received by the Government not when an Offeror attempted transmission. Offerors are encouraged to review and ensure that sufficient bandwidth is available on their end of the transmission. All responsible sources may submit a response in accordance with the following: All proprietary/company confidential material shall be clearly marked on every page that contains such. Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must indicate whether at least 50% of the cost incurred would be expended for prime employees or employees of other eligible SDVOSB/VOSB firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% SDVOSB/VOSB requirement. No more than 15 pages (excluding transmittal page)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c5923f300f0d477bafa859699ea70a2f/view)
 
Record
SN06815936-F 20230902/230831230107 (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.