Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 13, 2024 SAM #8082
SOLICITATION NOTICE

70 -- VA Time and Attendance System Operations and Maintenance (VATAS)

Notice Date
1/11/2024 10:29:09 AM
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B24Q0123
 
Response Due
1/25/2024 7:00:00 AM
 
Archive Date
03/25/2024
 
Point of Contact
CS: Amanda Bleses, Contract Specialist, Phone: CO: Dana Newcomb, Fax: Dana.Newcomb@va.gov
 
E-Mail Address
Amanda.Bleses@va.gov
(Amanda.Bleses@va.gov)
 
Awardee
null
 
Description
Presolicitation Notice Request for Information VA Time and Attendance System Operations and Maintenance (VATAS) (VA-24-00014040) Introduction This Request for Information (RFI) is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services 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 request does not constitute a solicitation for proposals or the authority to enter into 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. The North American Industry Classification System (NAICS) for this requirement is 541519 with a size standard of $34 million. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of fifteen (15) pages. The Government will not review any other information or attachments included, that are in excess of the fifteen (15) page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in VIP. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas: Describe time & attendance system solutions that you have provided (specifically WebTA/GovTA/Automation Station where data is transferred/ingested/aggregated in near real-time, the technologies involved, and the criticality/usefulness of the data. Provide examples of how you resourced and supported products requiring like skill sets and expertise. Describe your experience implementing, testing and maintaining 508 Accessible software. Provide examples of tools, testing methodologies and monitoring to ensure 508 compliance. Provide examples of your experience using automated testing tools including implementation, types of tools, and testing utilization practices. Describe your experience developing synthetic test data to mock partner systems and to support performance, UAT, Regression and 508 testing. Describe your experience designing, implementing, testing, operations/maintaining, defect resolution and enhancements of Time & Attendance software systems at the VA or other federal organizations. Provide examples of migrating, implementing, and/or operating Cloud-Based software systems. Provide configuration and professional/technical services in the areas of customer experience strategy, analysis, identifying customer experience drivers, and operationalizing insights in the complex VA ecosystem. Describe how you determine your roadmap and/or product strategy, Describe your experience implementing Customer and End User Experience strategies that address enterprise data and analytic needs so that stakeholders can find the data they need and in the format they require. Describe your experience working on time and attendance systems for Title 5 / Title 38 employees. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) and 13 CFR ยง125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not SDVOSBs. Your response shall include information as to available personnel and financial resources; full names of proposed team members and the PWS requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. The Government is contemplating a Firm Fixed Price/T&M hybrid contract type. Specifically, the requirement to provide software enhancements and defect remediation IAW PWS 5.4 is being contemplated to be performed on a T&M basis. State if there is sufficient information to possibly price as FFP as written or any additional information that the Government should consider prior to determining the appropriate contract-type for this task. Responses are due no later than 2:00pm EST on January 18, 2024 via email to Amanda Bleses, Contract Specialist, at Amanda.Bleses@va.gov and Dana Newcomb, Contracting Officer, at Dana.Newcomb@va.gov. Please note VATAS in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a4b13ea4b64147f3935f64210181d786/view)
 
Record
SN06933949-F 20240113/240111230056 (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.