The RFP Database
New business relationships start here

TAC-19-53603 OIT Enterprise Performance Measures Support (EPMS)


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

Request for Information

OIT Enterprise Performance Measures Support (EPMS)
TAC-19-53603

This action is intended to 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. This request for information (RFI) is issued solely 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).

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 with a size standard of $27.5 million. A company that is not a VIP registered and verified SDVOSB or VOSB (https://www.vip.vetbiz.va.gov/) should not respond to this notice.

Provide the following: Summary describing your technical approach to meet the requirements in the draft PWS which shall include Items 1 - 4 below. Generic capability statements will not be accepted or reviewed. Offerors shall be aware that the file size for email submissions is 5MB and zip files cannot be submitted.

Respondents shall include the following in their submissions:

Name of Company:
Cage Code and DUNS Number:
Address:
Point of Contact /Company Representative:
Phone Number:
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.);
If there are any vendor questions regarding the requirement, the Contracting Office will coordinate a comprehensive response and post to Federal Business Opportunities Page (FedBizOps).

Your response must address capabilities specific to the services required in the attached PWS and must include the following:

Provide a summary of your technical capability to meet the PWS requirements, to include:
Describe your experience with Business Analytics, data analysis, developing performance measures, KPI s and critical success factors.
Describe your experience in using Agile Methodologies.
Describe you experience in SharePoint site development and management.
Describe your experience in creating and managing Nintex Workflows and managing all SOAP and REST APIs, Web Development, ES6/ES7, React/Redux, HTML5/CSS, SQL Server Integration Services (SSIS), SQL databases, designing and creating stored procedures, SSIS Catalogs and Jobs, Pivot/Power BI, Data Modeling, DAX expressions and calculated columns and measures requirements.

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.
The intent and ability to meet set-aside requirements for performance of this effort, if set-aside, as set forth in Veterans Affairs Acquisition Regulation (VAAR) 852.219-10 (JUL 2016) (Deviation) VA Notice of Total SDVOSB Set-Aside or VAAR 852.219-11 (JUL 2016) (DEVIATION) VA Notice of Total VOSB Set-Aside, respectively. Please note that in accordance with 13 CFR B'125.6 limitations on subcontracting requirements, demonstrate how you will not pay more than 50% of the amount paid by the Government to it to firms that are not similarly situated.
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 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.

Responses are due via email to Kim Flynn, Contract Specialist, Kimberly.Flynn1@va.gov and Summer Spalliero, Contracting Officer, Summer.Spalliero@va.gov no later than 12:00 P.M. Eastern Time on February 22, 2019. Please note OIT Enterprise Performance Measures Support (EPMS) TAC-19-53603 in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive.

Kim Flynn, kimberly.flynn1@va.gov
Summer Spalliero, summer.spalliero@va.gov

kimberly.flynn1@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP