The RFP Database
New business relationships start here

Independent Validation and Verification Support


Virginia, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Sources Sought Synopsis in support of market research purposes only. The Department of State's Office of Acquisition Management, on behalf of the Bureau of Consular Affairs (CA), Consular Systems and Technology (CA/CST) is seeking potential small business sources that are capable of providing services for Independent Validation and Verification Support for CA/CST.

The Office of Consular Systems and Technology (CST) is tasked with providing CA's mission critical information technology (IT) resources necessary to support various CA locations including approximately 230 overseas posts, 29 domestic Passport agencies, and an array of information, book/card print and passport centers.


Independent Verification & Validation (IV&V) services are provided for approximately 124 systems of various sizes, encompassing 200 evaluations a year, with a potential annual increase of ten to fifteen percent in the number of mission critical applications.


As stipulated in FAR 15.201, responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.


Any information submitted by respondents to this Sources Sought is voluntary. This Sources Sought is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments.


The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. The Government's evaluation of the Capabilities Package received will factor into whether any forthcoming solicitation will be conducted as a full and open unrestricted competition, a set-aside for small businesses, or any particular small business designation (e.g. HUBZone, WOSB, VOSB, SDB, etc.).


Should your firm be interested in this requirement, please electronically submit your company's Capabilities Package in no more than 15 pages of 8.5" X 11," using at least 10 point font with one inch margins, and pages numbered consecutively.


The Capabilities Package:


All interested small business firms shall submit a Capabilities Package that explicitly demonstrates company capabilities, indicating examples of Key Required Components that include providing successful implementation of a comprehensive contract approach to manage and coordinate resources across the requirement task to provide an efficient, cost-effective, coordinated solution to CA/CST's customers and stakeholders.


Key Required Components:


Flexible managed IV&V testing solution, which is able to quickly adapt to evolving requirements and integration with existing and emerging technical architecture components.


Manage resources with demands for multiple test reporting and results tracking.


A cost effective approach to testing of delivered integrated software development, system, and hardware product(s).


Performing testing tasks including, but not limited to automated testing, simulation, regression, penetration, patch testing, network performance, load balancing and testing, and verification.


Utilizing tools to provide verification of requirements against COTS and developed product(s) for performance and functionality.


The ability to manage multiple testing and development environments that include complex systems and databases.


Provide knowledge and skills to utilize business intelligence analytics and develop metrics that reflect measureable results.


Be able to review documentation, software code and database scripts.


Provide a secure and independent environment that simulates CST's production environment domestically and overseas that tests and validates conditions including WAN capabilities.


Providing a facility and facility management support with an estimated occupancy space of 16,000 square feet. The government will supply GFE. The facility shall remain operational with respect to computing, communications, and network infrastructure, heating/cooling and security capabilities. The facilities should be manned and operational during standard CST operating hours from 8:15 am to 5:00 pm, Monday through Friday eastern standard time. 24/7 operations shall be provided when needed.


Testing services; developing and providing IV&E laboratory testing services to verify and validate software applications, systems, and equipment, to support CA's mission at all locations. Experience developing test plans and schedules; following software evaluation guidelines, track all testing activities, using automated tools authorized by the government, utilizing mobile and smart device test solutions, and providing analysis report based on all data received.


Managing the Development Integration Laboratory to support development testing. Verifying that new or upgraded applications can be integrated into the CA operating environment. The system platform, shall be maintained at a separate laboratory location, that effectively simulates the CA operating environment and conducting installation and support trouble-shooting for developers.


Develop and provide User Acceptance Testing services to allow users to experience and test developed product/software prior to its formal deployment. Providing an environment that allows the users to test, evaluate, and validate software applications according to specified test plans. Developing and providing scheduled; following delineated software evaluation guidelines, tracking all testing activities, and provide lessons learned reports.


The Capabilities Package should include at a minimum; contractor name; address; point of contract with phone number and e-mail address; DUNS number; anticipated subcontractors and teaming arrangements, if any.


Delineate between work to be accomplished by the prime, sub-contractors and teaming partners; and percentage of work to be accomplished by the prime; GSA contract and SIN numbers, or other established contract vehicles and contract numbers if applicable. Your Capabilities Package shall address all items in the "Key Required Component" demonstrating your ability and expertise to provide the services that may be required by CA/CST.


Firms responding should indicate they small business size status. The NAICS code that may be used for this requirement is 541512 and the size standard is $25.5.


All interested small business firms shall submit a response demonstrating their capabilities by addressing all key required components. Your electronic response is due on October 23, 2014 by 1:30 PM to careyda@state.gov. No telephone calls will be accepted.


Deborah A. Carey, Contract Specialist, Phone 703-875-4229, Fax 703-875-6085, Email careyda@state.gov - Edward J. Baran, Contracting Officer, Phone 703-516-1708, Fax 703-875-6006, Email baranej@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP