Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2024 SAM #8075
SOURCES SOUGHT

D -- Citrix Software, Hardware Maintenance and Technical Support - New Contract/Order (VA-24-00016293)

Notice Date
1/4/2024 11:44:47 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B24Q0118
 
Response Due
1/11/2024 12:00:00 PM
 
Archive Date
03/11/2024
 
Point of Contact
William Freer, Contract Specialist, Phone: 848-377-5252
 
E-Mail Address
William.Freer@va.gov
(William.Freer@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION Remote Access Software, Hardware Maintenance, and Technical Support Requirement: The Department of Veterans Affairs (VA) Office of Information & Technology, Service Management and Planning/Infrastructure Operations requires Remote Access Software, Hardware Maintenance, and Technical Support, quantity of 15,000 Virtual Apps and Desktop licenses both On-Premises and the capability for Cloud-based hosting. VA also requires analysis software to include associated technical support for both software and hardware. The software maintenance support includes downloads, upgrades, troubleshooting, 24/7/365 technical support, proactive monitoring, expert guidance, and knowledge sharing for the procured software. The hardware maintenance includes the above along with a pooled capacity model to allow for scaling of capacity. Further, VA requires two option years and optional tasks during the contract period of performance to meet future demands for the Virtual Apps and Desktop licenses and analysis software. VA is continuously evaluating its digital experience and will need to be flexible with changing demands while meeting customer requirements. VA requires the ability to add additional licenses for temporary surges (due to human, business, or natural causes) on an optional, not to exceed basis not to exceed 20,000 concurrent user licensing per year in 1,000 user increments. This acquisition will consist of one 12-month base period, two 12-month optional periods for the core remote access solution for the renewal of products and services as identified in the draft PD attached. Options for increased quantities of software licenses are also required. This is a Request for Information (RFI) only issued for conducting market research. Accordingly, this RFI constitutes neither a Request for Quote (RFQ), Request for Proposal (RFP), nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy Product Description (PD). Any information submitted by respondents to this RFI is strictly voluntary. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. This is a request for information and does not obligate the Government in any way, nor does it commit the Government to any specific course of action. Product information, brochures, part numbers, and/or other description information may be included with the submission. Responses: Please submit a capability statement describing your company s ability to meet the requirement described and responses to the questions below. The capability statement shall be limited to 10 pages. Responses to this RFI shall be submitted via email to William Freer at William.Freer@va.gov no later than Thursday, 1/11/2024 at 3:00 PM EST. Include the following identification information: Name of Company Address Point of Contact Phone Number Email address CAGE/ / Unique Entity Identifier Number Company Business Size and Status for NAICS NAICS code(s) Any Schedules held on General Services Administration (GSA), Government-Wide Acquisition Contracts (GWAC) held on the National Aeronautics and Space Administration (NASA) Solutions for Enterprise Wide Procurement (SEWP) V, or any other schedule not mentioned above to assist in determining acquisition strategy if you are included in one or more. Please also include Contract Number, expiration date, etc. Socioeconomic data: If a small business, what type of small business are you? 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 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Describe how your solution meets 508 compliance and what specific features or aspects are used to determine 508 compliance? Describe what features or capabilities included in your solution that the VA in achieving resiliency of an uptime of 99.9%? Describe how do you currently manage and track service level agreements (SLAs) and the outcome if the SLA is not met? Describe what features can be used to help mitigate and audit a security event associated with the solution? Describe any differences in features or functionality between the cloud and on-premises solution emphasizing any loss of functionality or lack of feature parity? Describe any features/functions of the proposed solution that can streamline/simplify supporting multiple use cases and user personas, e.g., reduction in base images, catalogs, or deduplication of core components and how that works at scale. As part of this market research, VA may follow up by requesting a meeting with your team.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/66d3bf28c1de4b3386c0413ec6e189cb/view)
 
Record
SN06927572-F 20240106/240104230043 (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.