7A21--OKR Tracking System (VA-20-00058939)

expired opportunity(Expired)
From: Federal Government(Federal)
36C10B21Q0148

Basic Details

started - 10 Feb, 2021 (about 3 years ago)

Start Date

10 Feb, 2021 (about 3 years ago)
due - 17 Feb, 2021 (about 3 years ago)

Due Date

17 Feb, 2021 (about 3 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
36C10B21Q0148

Identifier

36C10B21Q0148
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103261)VETERANS AFFAIRS, DEPARTMENT OF (103261)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 Objective and Key Results Tool VA-20-00058939 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. 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 30 pages. The Government will not review any other information or attachments included, that are in excess of the 30-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 CAGE Code 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: Detail your company s capabilities and expertise supporting federal agencies in providing a Software-as-a Service (SaaS) product, and how your SaaS product can satisfy the requirements listed in the PWS. 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 any interfacing or custom development that your SaaS product requires ahead of go-live. Can your company s proposed SaaS product meet all PWS requirements without developing an interface or performing any kind of custom development? Provide a Rough Order of Magnitude (ROM) describing your pricing model to include the threshold for named user subscriptions vs. an enterprise/site subscription. For example, is your pricing model driven by total users, concurrent users, transaction-based, number of records, etc? Also, 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 describe the items and proposed price for these additional 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. Has the draft PWS provided sufficient detail to describe the technical/functional requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer the next question) 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 via email to Sarah Bach, Contract Specialist at sarah.bach@va.gov and Cara Varricchio, Contracting Officer at cara.varricchio@va.gov . Please note Objective and Key Results Tool 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

7A21--CORITY GX2 Licenses (VA-24-00068515)

Due: 26 Apr, 2024 (Tomorrow)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Controlled Substance Security and Tracking System

Due: 02 May, 2024 (in 6 days)Agency: Utah Division of Purchasing

Controlled Substance Security and Tracking System

Due: 02 May, 2024 (in 6 days)Agency: State of Utah

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 7A21