DD01--Agile Center of Excellence (ACoE) Agile Scaled Agile Framework for Lean Enterprises (SAFe) Coaching

expired opportunity(Expired)
From: Federal Government(Federal)
36C10B21Q0183

Basic Details

started - 12 Mar, 2021 (about 3 years ago)

Start Date

12 Mar, 2021 (about 3 years ago)
due - 19 Mar, 2021 (about 3 years ago)

Due Date

19 Mar, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
36C10B21Q0183

Identifier

36C10B21Q0183
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103374)VETERANS AFFAIRS, DEPARTMENT OF (103374)TECHNOLOGY ACQUISITION CENTER NJ (36C10B) (2474)
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 Agile Center of Excellence (ACoE) Agile Scaled Agile Framework for Lean Enterprises (SAFe) Coaching RFI # 36C10B21Q0183; T4NG - 0581 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. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $30 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 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. Your response must address capabilities specific to the services required in the attached draft 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 how you would support an evolving enterprise? Demonstrate your company s experience with addressing and responding to rapidly evolving organizational priorities. Give an example of a time where your company implemented SAFe across an enterprise the size of VA. Include the # of SPCs and the training certification class specifics that your staff trained in conjunction with this implementation. Also provide examples of your company s experience with coaching an enterprise to adopt Agile, Scaling Agile, and DevSecOps practices. Describe your company s experience with VA enterprise transformation, restructuring and organizational change management (OCM) efforts that support product management, foster agile business-centric delivery, engagement and collaboration. Describe how your company s experience and capabilities will ensure ACOE s alignment with OIT s DevSecOps transformation, VA processes, and stakeholder organization. Include your experience with tools that will provide a holistic, enterprise-centric Agile, Scaled Agile, DevSecOps, and project to product/product line transformation. Describe your company s experience with the use of collaborative application lifecycle management tools and collaboration tools used in conjunction with virtual PI Planning events. Corporate experience or expertise in performing these services and specific examples or references. Specific examples or references provided must include the agency, point of contact, dollar value, and contract number. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (NOV 2020) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR §125.6, 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 draft 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, answer question f) 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. Based on initial market research, this action is intended to be competed under the Transformation Twenty-One Total Technology Next Generation multiple award, indefinite delivery, indefinite quantity contract. In regard to a set-aside, an acquisition strategy has not been determined. The anticipated solicitation/request for task execution plan release date is around mid-April 2021 with an award in May 2021. Responses are due no later than 10:00 AM Eastern Time on March 19, 2021 via email to John Vardouniotis, Contract Specialist at ioannis.vardouniotis@va.gov and Iris Farrell, Contracting Officer at iris.farrell@va.gov. Please note RFI # 36C10B21Q0183 - ACoE Agile SAFe Coaching 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.

EATONTOWN, NJ, 07724, USALocation

Place Of Performance : EATONTOWN, NJ, 07724, USA

Country : United StatesState : New Jersey

You may also like

21ST Century Community Learning Centers (21st CCLC)

Due: 30 Jun, 2024 (in 2 months)Agency: Boys and Girls Clubs of Delaware Cape Henlopen School District Capital School District Colonial School District Duffy’s Hope, Inc. Latin American Community Center (LACC) Woodbridge School District

Enterprise Resource Planning (ERP) Software System

Due: 03 May, 2024 (in 5 days)Agency: Ben Franklin Transit

Enterprise Resource Planning (ERP) Software System

Due: 03 May, 2024 (in 5 days)Agency: Puget Sound Regional Council

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 541512
Classification CodeCode DD01