AN11--MVP REEF follow-on contract

expired opportunity(Expired)
From: Federal Government(Federal)
36C10B23Q0132

Basic Details

started - 02 Feb, 2023 (14 months ago)

Start Date

02 Feb, 2023 (14 months ago)
due - 06 Feb, 2023 (14 months ago)

Due Date

06 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
36C10B23Q0132

Identifier

36C10B23Q0132
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103300)VETERANS AFFAIRS, DEPARTMENT OF (103300)TECHNOLOGY ACQUISITION CENTER NJ (36C10B) (2474)

Attachments (2)

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 Million Veteran Program (MVP) Follow-On 36C10B23Q0132 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. This action may be competed under the Transformation Twenty One Total Technology Next Generation multiple award, indefinite delivery, indefinite quantity contract using fair opportunity procedures in accordance with Federal Acquisition Regulation 16.505. One of the main purposes of issuing this RFI is to determine the availability of Vendor Information Pages (VIP) verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs) that are capable of providing the services identified in the attached Performance Work Statement (PWS) that are not T4NG Contract holders. An SDVOSB/VOSB company that is not VIP registered and verified (https://www.vetbiz.va.gov/) should not respond to this notice. The North American Industry Classification System (NAICS) for this requirement is 541512 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 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 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) This RFI will be used to determine capability to meet requirement of VA. Please see the following criteria: Provide a summary of your capability to meet the requirements contained within the draft PWS sections 5.2 and 5.7. In addition, please comment on: Your capability to maintain existing and create new interfaces with the VA backend system via current Webservices. Describe your ability to maintain continuity of services and sustainment of the current version of the MVP Online application software without any loss, degradation of service, or downtime. How will you access licenses and work with Peraton? Describe the proposed timeframe to deliver the solution that will meet the requirements described in the draft PWS. Given the system must support the current UI for configuration and management of the Web application, how do you intend to preserve the current VA investment in UI design using configuration features of the AWA without modification? Have you obtained and maintained an ATO for a SaaS solution in the GovCloud environment in the past? How do you intend to maintain the current MVP Online SaaS solution environment and the ATO in the AWS GovCloud (US) at FedRAMP MODERATE in the manner that meets all VA security and service level agreement (SLA) requirements? What is your experience in providing and supporting software for a very large email campaign? Please provide some examples, including a description of the software/tools, campaign management support provided, and campaign send rate(s) for recipient groups of 10k, 100k, 500k, and 2M. Provide examples of your deployment of large-scale SaaS products in the cloud. Please provide number of concurrent users and fail over capability. Describe your website data analytics software/tools available to the VA for the purposes of detailed analytic user behavior tracking of the MVP online system. In your response, describe your approach and provide a ROM for attaining the objectives contained in section 5.2.13 LGY Analytics to deliver the business objective within a 12-month period of performance. Note: The Rough Order of Magnitude (ROM) is in labor resources not in dollars and cents. 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 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. Responses are due no later than 3:00 PM, February 6, 2023 via email to Mario Awad, Contract Specialist at Mario.Awad@va.gov and Jake Perrotta, Contracting Officer at Jake.Perrotta@va.gov. Please note RFI 36C10B23Q0132 Million Veteran Program Follow-On 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.

23 CHRISTOPHER WAY  EATONTOWN , NJ 07724  USALocation

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

Country : United StatesState : New Jersey

Classification

naicsCode 541512Computer Systems Design Services
pscCode AN11Health R&D Services; Health care services; Basic Research