7A21--SAS Office Analytics Renewal

expired opportunity(Expired)
From: Federal Government(Federal)
36C10A21Q0220

Basic Details

started - 16 Jun, 2021 (about 2 years ago)

Start Date

16 Jun, 2021 (about 2 years ago)
due - 21 Jun, 2021 (about 2 years ago)

Due Date

21 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C10A21Q0220

Identifier

36C10A21Q0220
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103442)VETERANS AFFAIRS, DEPARTMENT OF (103442)TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A) (492)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Draft Product Description Sources Sought Notice 36C10A21Q0220 Page 2 of 2 SOURCES SOUGHT NOTICE Statistical Analysis Software (SAS) Office Analytics Software Licenses. This is a Sources Sought Notice only. This sources sought notice 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 notice. Your response to this notice 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 notice. This sources sought notice does not constitute a solicitation for quotes/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 sources sought notice. Any Service-Disabled Veteran-owned small businesses (SDVOSBs) or Veteran-owned small businesses (VOSBs) responding to this notice 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 percent of the cost of manufacturing or 50 percent 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. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. REQUIREMENT: The purpose of this sources sought notice is to identify qualified contractors that can provide Statistical Analysis Software (SAS) Office Analytics software licenses to the Department of Veterans Affairs (VA), Veterans Health Administration (VHA) Policy and Planning, Office of the Assistant Deputy Under Secretary for Health. SAS Office Analytics software is required by the VA VHA Policy and Planning office which is critically important to the new server migration. The VA regularly creates large amounts of files for its stakeholders and requires SAS software for its analysis. This software is vital for creating, processing, and analyzing large amounts of data received from VA s actuaries and contractors. The provided data is the basis for Veteran health care enrollment and utilization cost projection and assist with VA budget determinations. To process the collected data, the VA requires SAS software and it is a critical need for VA s business operations. VA is seeking information on SAS Office Analytics software licenses that meets the draft Product Description. If interested and capable of providing for this effort, please see How to Respond instructions below. See Attachment A, Draft Product Description, to the Sources Sought Notice for additional information. HOW TO RESPOND: Responses should be as complete and informative as possible. Responses shall be limited to no more than 10 pages and include: Describe company s technical capabilities to meet the solution. Provide commercially available list pricing for the solution that can meet the Government s minimum requirements, including recommended quantities and unit pricing. If commercially available list pricing is not available, provide a Rough Order of Magnitude, including estimated quantities, unit pricing, and any additional anticipated costs to meet the Governments minimum requirements. Identify company name, address, email, and telephone number. Include a name, email, and the telephone number of a point of contact having the authority and knowledge to clarify responses with government representatives. Include the company s DUNS number, CAGE code, a statement regarding socioeconomic status (including business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.). Identify if your company is the Original Equipment Manufacturer (OEM) of the solution or a reseller? If you are the OEM, do you have resellers available? Identify existing contract vehicle(s) numbers you currently hold for which this requirement would be within scope for this solution (i.e. GSA FSS, GWAC, NASA SEWP, etc.). 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. Respondents are requested to identify any additional information considered applicable to this Sources Sought Notice. INSTRUCTIONS FOR SUBMITTING QUESTIONS AND RESPONSES: Responses shall be submitted electronically via the Contract Opportunities website no later than 9:00 am EST, June 21, 2021. Information submitted by any other method will not be considered. Attachment A to Sources Sought Notice Draft Product Description DRAFT PRODUCT DESCRIPTION DEPARTMENT OF VETERANS AFFAIRS VHA Policy and Planning Office of the Assistant Deputy Under Secretary for Health SAS Office Analytics Software Licenses Date: June 15, 2021 Version 1.0 1.0 PRODUCT REQUIREMENT The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Policy and Planning, Office of the Assistant Deputy Under Secretary for Health has a requirement to purchase Statistical Analysis Software (SAS) Office Analytics term software licenses and warranty maintenance. The VA is migrating to an Operating System 2016 server and SAS Office Analytics software is required. The Contractor shall provide SAS Office Analytics term software licenses and warranty maintenance, to include updates, point, service, and security releases. Additionally, the contractor shall provide hot fixes or quick solutions for issues within the current release of a product. The SAS Hot Fix Analysis, Download and Deployment Tool enables the VA to quickly install the required hot fixes. Through system analysis, the tool recognizes the necessary downloads, generates scripts that automates downloads and installs hot fixes to the VA s environment. The period of performance for this action is 12 months from the date of award. The Contractor shall provide the following SAS brand name Office Analytics software and warranty maintenance: Product Description Information for SAS Office Analytics Requirement Virtual Machine Name: VACOAPPSAS Maintenance Site Number: 941149 CLIN: Product Description: Mfg. Part #: Qty Unit 0001 SAS/OFFICE ANALYTICS - Virtual Machine with 8 Processor Cores, Windows 64. SAS-VRT-LXWN64-OFFANLYT-8M 1 Each 0002 SAS/ETS- Virtual Machine with 8 Processor Cores, Windows 64. SAS-CORES-OTHER-8M 1 Each 0003 SAS/IML - Virtual Machine with 8 Processor Cores, Windows 64. SAS-CORES-OTHER-8M 1 Each 0004 SAS/OR - Virtual Machine with 8 Processor Cores, Windows 64. SAS-CORES-OTHER-8M 1 Each SECTION 508 NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL ELECTRONIC AND INFORMATION TECHNOLOGY PROCUREMENTS On January 18, 2017, the Architectural and Transportation Barriers Compliance Board (Access Board) revised and updated, in a single rulemaking, standards for electronic and information technology developed, procured, maintained, or used by Federal agencies covered by Section 508 of the Rehabilitation Act of 1973, as well as our guidelines for telecommunications equipment and customer premises equipment covered by Section 255 of the Communications Act of 1934. The revisions and updates to the Section 508-based standards and Section 255-based guidelines are intended to ensure that information and communication technology (ICT) covered by the respective statutes is accessible to and usable by individuals with disabilities. In order to permit the Government to comply with the requirements of Section 508 of the Rehabilitation Act of 1973, as amended, in connection with this Order, Contractor has made available to the Government Voluntary Product Accessibility Templates (VPATs) concerning the degree to which the software licensed by the Government pursuant to this Order supports the Section 508 Accessibility Standards. The Government may request, at any time (via email to accessibility@sas.com), and Contractor will provide within seven (7) business days of such request, the current VPATs with respect to any software product licensed by the Government.  Contractor s sole obligation with regard to the terms of this Section are to provide (i) the aforementioned VPATs and (ii) warranty coverage (as if the VPATs provided hereunder are part of the software documentation) pursuant to Contractor s software warranty. SECTION 508 INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) STANDARDS The Section 508 standards established by the Access Board are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure ICT. These standards are found in their entirety at: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A printed copy of the standards will be supplied upon request. Federal agencies must comply with the updated Section 508 Standards beginning on January 18, 2018. The Final Rule as published in the Federal Register is available from the Access Board: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule. The Contractor shall comply with 508 Chapter 2: Scoping Requirements for all electronic ICT and content delivered under this contract. Specifically, as appropriate for the technology and its functionality, the Contractor shall comply with the technical standards marked here: E205 Electronic Content (Accessibility Standard -WCAG 2.0 Level A and AA Guidelines) E204 Functional Performance Criteria E206 Hardware Requirements E207 Software Requirements E208 Support Documentation and Services Requirements COMPATABILITY WITH ASSISTIVE TECHNOLOGY The standards do not require installation of specific accessibility-related software or attachment of an assistive technology device. Section 508 requires that ICT be compatible with such software and devices so that ICT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software. ACCEPTANCE AND ACCEPTANCE TESTING Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon delivery. INFORMATION TECHNOLOGY USING ENERGY-EFFICIENT PRODUCTS The Contractor shall comply with Sections 524 and Sections 525 of the Energy Independence and Security Act of 2007; Section 104 of the Energy Policy Act of 2005; Executive Order 13834, Efficient Federal Operations , dated May 17, 2018; Executive Order 13221, Energy-Efficient Standby Power Devices, dated August 2, 2001; and the Federal Acquisition Regulation (FAR) to provide ENERGY STAR®, Federal Energy Management Program (FEMP) designated, low standby power, and Electronic Product Environmental Assessment Tool (EPEAT) registered products in providing information technology products and/or services. The Contractor shall ensure that information technology products are procured and/or services are performed with products that meet and/or exceed ENERGY STAR, FEMP designated, low standby power, and EPEAT guidelines. The Contractor shall provide/use products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency. Specifically, the Contractor shall: Provide/use ENERGY STAR products, as specified at www.energystar.gov/products (contains complete product specifications and updated lists of qualifying products). Provide/use the purchasing specifications listed for FEMP designated products at https://www4.eere.energy.gov/femp/requirements/laws_and_requirements/energy_star_and_femp_designated_products_procurement_requirements . The Contractor shall use the low standby power products specified at http://energy.gov/eere/femp/low-standby-power-products. Provide/use EPEAT registered products as specified at www.epeat.net. At a minimum, the Contractor shall acquire EPEAT® Bronze registered products. EPEAT registered products are required to meet the technical specifications of ENERGY STAR but are not automatically on the ENERGY STAR qualified product lists. The Contractor shall ensure that applicable products are on both the EPEAT Registry and ENERGY STAR Qualified Product Lists. The Contractor shall use these products to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. The following is a list of information technology products for which ENERGY STAR, FEMP designated, low standby power, and EPEAT registered products are available: Computer Desktops, Laptops, Notebooks, Displays, Monitors, Integrated Desktop Computers, Workstation Desktops, Thin Clients, Disk Drives Imaging Equipment (Printers, Copiers, Multi-Function Devices, Scanners, Fax Machines, Digital Duplicators, Mailing Machines) Televisions, Multimedia Projectors This list is continually evolving, and as a result is not all-inclusive. SHIPMENT OF SOFTWARE Inspection: Destination Acceptance: Destination Free on Board (FOB): Destination Ship to and Mark For: This is for software and no physical product will be shipped. INFORMATION SECURITY CONSIDERATIONS: The Certification and Accreditation (C&A) requirements do not apply, and a Security Accreditation Package is not required. Any/all VA Sensitive Information that Contractor s technicians/representatives are exposed to in the course of performing contracted services will not be further disclosed, nor recorded in any matter or form, IAW the Privacy Act of 1974, 5 U.S.C. 552a, and the Computer Security Act of 1987, Public Law 100-235. It is understood that to properly diagnose any SAS software issue or problems, Contractor s technicians/ representatives may need to view actual, live VA data containing VA Sensitive Information via a WebEx or other remote connection; however, Contractor s technician/representatives will not have direct access to any VA systems or information. GENERAL REQUIREMENTS VA TECHNICAL REFERENCE MODEL The Contractor shall support the VA enterprise management framework. In association with the framework, the Contractor shall comply with OI&T Technical Reference Model (VA TRM). The VA TRM is one component within the overall Enterprise Architecture (EA) that establishes a common vocabulary and structure for describing the information technology used to develop, operate, and maintain enterprise applications. Moreover, the VA TRM, which includes the Standards Profile and Product List, serves as a technology roadmap and tool for supporting OI&T. Architecture & Engineering Services (AES) has overall responsibility for the VA TRM. SOCIAL SECURITY NUMBER (SSN) REDUCTION The Contractor solution shall support the Social Security Number (SSN) Fraud Prevention Act (FPA) of 2017 which prohibits the inclusion of SSNs on any document sent by mail. The Contractor support shall also be performed in accordance with Section 240 of the Consolidated Appropriations Act (CAA) 2018, enacted March 23, 2018, which mandates VA to discontinue using SSNs to identify individuals in all VA information systems as the Primary Identifier. The Contractor shall ensure that any new IT solution discontinues the use of SSN as the Primary Identifier to replace the SSN with the Integrated Control Number (ICN) in all VA information systems for all individuals. The Contractor shall ensure that all Contractor delivered applications and systems integrate with the VA Master Person Index (MPI) for identity traits to include the use of the ICN as the Primary Identifier.

1701 DIRECTORS BLVD SUITE 600  AUSTIN , TX 78744  USALocation

Place Of Performance :

Country : United StatesState : District of ColumbiaCity : Washington

You may also like

SAS ANALYTICS MAINTENANCE RENEWAL

Due: 30 Nov, 2024 (in 7 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

STATISTICAL ANALYTICS SYSTEMS (SAS) MAINTENANCE AND SUPPORT RENEWAL

Due: 29 Sep, 2024 (in 5 months)Agency: EDUCATION, DEPARTMENT OF

SAS ANALYTICS PRO FOR EEO OFFICE

Due: 14 Oct, 2024 (in 5 months)Agency: OFFICES, BOARDS AND DIVISIONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541519Other Computer Related Services
pscCode 7A21IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)