Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2024 SAM #8157
SOURCES SOUGHT

D -- (VA-23-00103581) - Organizational Decision Support

Notice Date
3/26/2024 9:32:59 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B24Q0300
 
Response Due
4/5/2024 9:00:00 AM
 
Archive Date
05/05/2024
 
Point of Contact
David Mone, Contract Specialist, Phone: 848-377-5323
 
E-Mail Address
David.Mone@va.gov
(David.Mone@va.gov)
 
Awardee
null
 
Description
Page 4 of 4 Page 1 of 4 US Department of Veterans Affairs Veterans Health Administration Office of Health Information Strategic Investment Management Office Organizational Decision Support Request for Information (RFI) This is a Request for Information (RFI) only issued for conducting market research. Accordingly, this RFI constitutes neither a Request for Quote (RFQ), Request for Proposal (RFP), nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement (PWS) or Product Description (PD). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. Product information, brochures, part numbers, and/or other description information may be included with the submission. VA is under no obligation to provide feedback to the RFI respondent, or to contact the RFI respondent for clarification of any information submitted as part of the response. Requirement: Veterans Health Administration (VHA) Strategic Investment Management (SIM) has a need to use Decision Lens, or an equivalent Software as a Service (SaaS), for Planning and Budgeting. SIM may also use of Decision Lens (or equivalent SaaS) or the SaaS Solution for continued Budget Execution monitoring activities, including spend plan tracking. Within this scope, the subscription should allow unlimited users, data, and portfolios for prioritization, planning or funding processes in all Tiers. Organizations and personnel outside of SIM can contribute input and data but will not use the SaaS Solution to directly support their external decision processes. These external organizations can support external processes with Decision Lens or an equivalent SaaS by acquiring their own subscriptions or licenses through execution of an additional task or tasks on this contract. The attached Draft Product Description describe the technical specifications for this effort. RFI Submission Instructions: VA requests a clear, concise, and complete response to this RFI. Please submit your RFI response in accordance with the following: Include the following identification information: Name of Company Address Point of Contact Phone Number Email address CAGE/Unique Entity ID (UEI) Number Company Business Size and NAICS code(s). For VOSB and SDVOSBs, proof of certification in the SBA Veteran Small Business Certification Program and listed in the SBA certification database (see 13 CFR 128.102). Any Schedules held on General Services Administration (GSA), Government-Wide Acquisition Contracts (GWAC) held on the National Aeronautics and Space Administration (NASA) Solutions for Enterprise Wide Procurement (SEWP) V, or any other schedule not mentioned above to assist in determining acquisition strategy if you are included in one or more. Please also include Contract Number, expiration date, etc. Socioeconomic data: If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses or VAAR 852.219-74, VA Notice of Total Set-Aside for Certified Veteran-Owned Small Businesses. Provide a summary of your capability and/or capacity to provide the Data Analytics Software solution identified above and in the Draft PWS. 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. 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 5) 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. Has your company provided commercially available off the shelf software or Software as a Service (SaaS) and implementation support specifically purposed to help any federal agency prioritize it s needs? If so, how many? How recently If you cannot provide a comparable bundled software subscription, training and product support, please describe how you would provide licensing, implementation support, training and ongoing help desk support. What is your pricing model, and what factors influence pricing (e.g. number of users, features) Does the product you are proposing require any custom coding by a developer in order to be used? Can you provide information on the performance and reliability of your SaaS product, including uptime guarantees? How do you handle system maintenance and updates? How often do you release updates, and how do you gather customer feedback for product improvements? What is your product roadmap, and what new features or enhancements can we expect in future releases? If your software FEDRAMP approved or in the process of being approved? If in the process of being approved what is the current status of the approval? The Government will not review any other information or attachments included, that are in excess of the 10-page limit.  The Government will not review generic marketing materials that do not address the information contained herein or the attached documents. All interested parties shall respond no later than 12:00 PM EST on April 5, 2023 via e-mail. If you have any questions on the RFI, please submit via e-mail as well. Please note Organizational Decision Support in the subject line of your response. The TAC point of contact for this RFI is Contract Specialist, David Mone, Email address: David.Mone@va.gov, and Contracting Officer, Edward Hebert, Email address: Edward.Hebert@va.gov. See attached document: Draft Product Description.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/49f4e6d0eded4b129aa157586d280823/view)
 
Record
SN07009795-F 20240328/240326230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.