D--Request for Informmation Loan Guaranty Service (LGY) DevOps Development Support TAC Number: TAC-20-57531
Request for Information (RFI) Loan Guaranty Service (LGY) DevOps Development Support TAC Number: TAC-20-57531 Introduction This RFI is for planning purposes only and shall not be considered an Invitat... Request for Information (RFI) Loan Guaranty Service (LGY) DevOps Development Support TAC Number: TAC-20-57531 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 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. 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. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of 15 pages. The Government will not review any other information or attachments included, that are in excess of the 15 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 Performance Work Statement (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 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: The Government has incorporated Key Performance Indicators (KPI) into this PWS. Please provide your feedback and real-world examples of actionable process improvement based on the KPIs. We are looking for industry point-of-view for KPIs that would demonstrate value-based delivery by team. Please provide alternative options to measure success for the execution of this program. Provide a rough order of magnitude (ROM) for the services described in the PWS base and optional tasks. ROMs shall be as detailed as possible. At a minimum, ROMs shall address labor categories, roles, areas of coverage of PWS sections, materials, and travel costs, as applicable. For optional tasks, please provide the ROM assuming the government has exercised one (1) award of each optional task for the period of the contract. List any contracting vehicles, (i.e.T4NG, General Services Administration (GSA) Schedules or Government-Wide Acquisition Contracts) relevant to the requirements of the PWS, that you are currently performing under. Provide information as to proposed team members, the percentage of work each is to perform and which PWS requirements are planned to be subcontracted; additionally, specify any direct experience and past performance related to home-loan mortgage best practices and systems/applications support. Please provide up to 3 direct prime or sub-contractor Scaled Agile Framework (SAFe) agile experiences related to home-loan complex system software integrations that are relevant to the scope of the PWS. Please provide contract number, Point of Contract (POC) email and phone, government agency, and contract duration and value. Provide a summary of your capability and technical approach and management methodology to meet the requirements contained within the draft PWS for the following areas: Section 5.2.2 through 5.2.3 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. Your company s 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. 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 software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question f) 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 9AM EST, Friday, October 18, 2019 via email to Meghan McCloskey, Contract Specialist, at Meghan.mccloskey@va.gov and Christopher Minetti, Contracting Officer, at Christopher.minetti@va.gov. Please note LGY DevOps 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »