Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
DOCUMENT

D -- Clozapine Modernization - Attachment

Notice Date
6/13/2017
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11817N2201
 
Response Due
6/20/2017
 
Archive Date
9/18/2017
 
Point of Contact
Troy Loveland
 
Small Business Set-Aside
N/A
 
Description
Request for Information Clozapine Modernization TAC Number: TAC-17-43535 This is a request for information (RFI) only. Do not submit a TEP. It is requested that all interested parties, however, note their interest and provide indication of their respective capabilities to perform the effort described in attached draft Performance Work Statement (PWS). 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. 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. The information provided may be used by the VA in developing its acquisition strategy. 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 $27.5 million. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Therefore, this RFI is also issued to determine the availability of verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs) that are capable of providing the support services identified in the attached Performance Work Statement (PWS) in accordance with the Limitation of Subcontracting in accordance with Code of Federal Regulations §125.6. Responses should be as complete and informative as possible. Any interested party not VIP registered and a verified SDVOSB or VOSB (http://www.va.gov/OSDBU/index.asp) should not respond to this notice. 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: Respondents shall include the following in their submissions: Name of Company: Cage Code and DUNS Number: Address: Point of Contact /Company Representative: Phone Number: Fax Numbers: Email Address: Any applicable schedules (General Services Administration (GSA), Mission Oriented Business Integrated Services (MOBIS), Veterans Technology Services (VETS) Government wide Acquisition Contract (GWAC), etc.); Provide a summary of your technical capability to meet the PWS requirements including the following: How many years of VA VistA and Massachusetts General Hospital Utility Multi-Programming System (M/MUMPS) experience does your company have? Does your company have any specific experience with relocating VA namespaces? If so describe your experience, share any lessons learned, and name the projects in which this work was accomplished? What type of challenges or obstacles might be expected during the RUCL namespace relocation? How many years of database development experience does your company have? Does your company have any specific experience with replacing a Microsoft Access database with a more robust Relational Database Management System? If so describe your experience, share any lessons learned, and name the projects in which this work was accomplished? What type of challenges or obstacles might be expected during the effort? Describe your experience with VIP and Agile. Does your company have experience with the Rational toolset? In support of a VA project? Associated project staffing by labor category and Level of Effort for the base tasks Corporate experience or expertise in performing these similar services including the scale required for the contract and specific examples or references. Specific examples or references provided must include the agency, point of contact, dollar value, and contract number. For SDVOSB or VOSB interested parties, address the intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (JUL 2016) (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 as defined by VAAR 852.219-10 (JUL 2016) (DEVIATION). 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 services to be performed under this effort under a Firm Fixed Price contract type? ______ YES _______ NO (if No, answer question e) 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. Submit your response via email to the Contract Specialist, Troy Loveland at Troy.Loveland@va.gov no later than noon, Eastern Time, on Tuesday June 20, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b1ba1f69d3efa0801c9f85e282df454a)
 
Document(s)
Attachment
 
File Name: VA118-17-N-2201 VA118-17-N-2201.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3575990&FileName=VA118-17-N-2201-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3575990&FileName=VA118-17-N-2201-000.docx

 
File Name: VA118-17-N-2201 Cloz Modernization Migration PWS_DRAFT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3575991&FileName=VA118-17-N-2201-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3575991&FileName=VA118-17-N-2201-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04543447-W 20170615/170613235510-b1ba1f69d3efa0801c9f85e282df454a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.