D399--Radiation Therapy Treatment Plans (VA-20-00035772)

expired opportunity(Expired)
From: Federal Government(Federal)
36C10B20Q0474

Basic Details

started - 23 Jul, 2020 (about 3 years ago)

Start Date

23 Jul, 2020 (about 3 years ago)
due - 30 Jul, 2020 (about 3 years ago)

Due Date

30 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
36C10B20Q0474

Identifier

36C10B20Q0474
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103442)VETERANS AFFAIRS, DEPARTMENT OF (103442)TECHNOLOGY ACQUISITION CENTER NJ (36C10B) (2474)

Attachments (1)

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.

Request for Information Radiation Oncology Peer Review Software Program TAC Number: VA-20-00035772 Introduction This 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. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. 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. 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 Product Description (PD) 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. Provide a summary of your capability to meet the requirements contained within the draft PD for the following areas: Detail your company s capabilities and experience supporting federal agencies in providing a Software as a Service (SaaS) product, and how your SaaS product can satisfy the requirements listed in the PD. Include examples of federal experience implementing your SaaS product (specific examples or references provided must include the agency, point of contact, dollar value, and contract number). Detail your company s SaaS product cloud infrastructure and accessibility from various client devices through either a thin client interface, such as a web browser (e.g., web-based email) or a program interface. The system shall not require download of software to VA computers. The VA shall not manage or control the underlying cloud infrastructure including network, servers, operating systems, storage or individual application capabilities. The system shall be vendor or third-party hosted and require no servers within VA. Please validate that your proposed SaaS product is SaaS in accordance with the NIST 800-145 definition and describe its hosting environment. Is customer data hosted in the U.S.? Do company employees or contractors outside the U.S. have access to customer data for any reason? If yes, please describe. Please detail any interfacing or custom development that your SaaS product requires ahead of go-live necessary to support the requirements in the attached PD. Can your company s proposed SaaS product meet all PD requirements without developing an interface or performing any kind of custom development? Please describe your company s willingness and ability to adopt and incorporate customer feedback in the product roadmap of your proposed SaaS product. Please describe your pricing model to include the threshold for named user subscriptions vs. an enterprise/site subscription. Is your pricing model driven by total users, concurrent users, transaction-based, number of records, etc? Are any additional services needed outside of the subscription model (e.g., configuration to meet functional requirements, data storage, data migration, additional features)? If so, please provide the items and proposed price for these additional services. Please provide separate Rough Orders of Magnitude (ROMs) for the SaaS product in accordance with PD Paragraph 1.0 and associated subparagraphs. For the SaaS portion of this effort, VA intends on providing limited payment, in accordance with the attached PD, until the SaaS product has achieved a FedRAMP Authorization and a VA Authority to Operate (ATO). Once approved by the VA Authorizing Official, VA intends on setting up a subscription payment for the duration of the base period and option periods, if exercised. Do you concur or propose different payment terms? The Contractor shall comply with FedRAMP requirements as mandated by Federal laws and policies, including making available any documentation, physical access, and logical access needed to support this requirement. Is your company s SaaS product FedRAMP Authorized? If not, are you willing and ready to comply with the schedule for FedRAMP authorization deliverables in the attached PD? If not, what alternate deliverable schedule would you propose? Following guidance from the Federal CIO, VA will utilize existing JAB ATO or agency ATO issued by another agency as a starting point for FedRAMP requirements. If neither of those exist, VA will sponsor FedRAMP ATO. VA will be using the FedRAMP baselines as a starting point, since they are specifically tailored for cloud services. Does your company s SaaS product have an ATO from any federal agency? Detail your company s support Service Level Agreements (SLAs) for all tiers of service. What was your uptime rate during the past 12 months? Describe your standard release and patch cycle. Do you have a preferred contract vehicle (e.g. NASA SEWP, GSA, FBO, etc.)? Responses are due no later than Thursday July 30, 2020 at 12PM EST via email to the Contracting Officer and Contract Specialist listed below. Mark your response as Proprietary Information if the information is considered business sensitive. All questions can be directed to both of the Points of Contacts listed below: Contracting Officer: Peter Lewandowski, Peter.Lewandowski@va.gov, 732-440-9640 Contract Specialist: Tinamarie Giraud, Tinamarie.Giraud@va.gov, 732-440-9641

23 CHRISTOPHER WAY  EATONTOWN , NJ 07724  USALocation

Place Of Performance : 23 CHRISTOPHER WAY EATONTOWN , NJ 07724 USA

Country : United StatesState : New Jersey

You may also like

PRESCRIPTION EYEGLASS AND OPTICIAN SERVICES FOR VA PACIFIC ISLANDS HEALTH CARE SYSTEM OY3

Due: 31 Dec, 2024 (in 8 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

RADIATION ONCOLOGY SOFTWARE

Due: 30 Dec, 2025 (in 20 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

HEMODIALYSIS TREATMENT RECLINERS

Due: 30 Apr, 2024 (Today)Agency: VETERANS AFFAIRS, DEPARTMENT OF

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 D399