SOURCES SOUGHT
D -- PACT Act - Onboarding, Management, Engineering, Governance, and Assurance Services (OMEGA) (VA-24-00010954)
- Notice Date
- 3/19/2024 4:24:21 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B24Q0277
- Response Due
- 3/26/2024 11:00:00 AM
- Archive Date
- 05/25/2024
- Point of Contact
- Phillip D Kang, Contract Specialist, Phone: (718) 584-9000
- E-Mail Address
-
Phillip.Kang@va.gov
(Phillip.Kang@va.gov)
- Awardee
- null
- Description
- Request for Information Onboarding, Management, Engineering, Governance, and Assurance Services (OMEGA) VA-24-00010958 Request for Information Onboarding, Management, Engineering, Governance, and Assurance Services (OMEGA) VA-24-0001954 Introduction This is a Request for Information (RFI) only. Do not submit a quote. This RFI is for planning purposes only and shall not be considered 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 task order. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy. 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. 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 10-pages. The Government will not review any other information or attachments included, that are in excess of the 10-page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. The Government requests that it not be inundated with artifacts and peripheral content, and that the submission is readable. Your response must address capabilities specific to the services required in the attached draft Performance Work Statement (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 VetCert. NAICS code(s) Socioeconomic data Unique Entity ID Please provide your small business status under the following North American Industry Classification System (NAICS) Code: 541512 Computer Systems Design Services with a Size Standard of $34 Million. Further, please note any existing Government contractual vehicles through (GWAC, FSS, MAC, etc.) which your firm s services can be procured. Please also note if your firm is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) listed and certified in the Small Business Administration (SBA) Veteran Small Business Certification database (VetCert) (https://veterans.certify.sba.gov/). Further, please provide your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-73 (JAN 2023)(Deviation) VA Notice of Total Set-Aside for Certified SDVOSBs 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. As part of your RFI response, provide a summary of your capabilities to meet the requirements contained in the Draft Performance Work Statement (PWS) for the following areas: Describe in detail, your approach to providing low code/no code (LCNC) product and platform onboarding, management, engineering support, governance, and assurance services to enable, manage, operate, and sustain the underlying Digital Transformation Center technology ecosystem. Describe in detail, your approach to LCNC Intake Process Management and Customer Onboarding, ensuring a seamless and efficient process for conducting a comprehensive analysis of service model delivery. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the technology incubation services to be performed under this effort. Yes or 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 hybrid Firm Fixed Price (FFP)/Time and Materials (T&M) contract type. State if there is sufficient information in any sections to possibly price as FFP or provide an explanation as to why these tasks do not conform to FFP. Responses are due no later than 2:00PM Eastern Time, March 26, 2024 via email to Contract Specialist Phillip Kang at phillip.kang@va.gov and Contracting Officer Christopher Minetti at christopher.minetti@va.gov. Please note Onboarding, Management, Engineering, Governance, and Assurance Services (OMEGA) 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/73efdb51dff0473c9c808998c8a87876/view)
- Record
- SN07002208-F 20240321/240319230052 (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 |