Posted: Aug. 27, 2024, 11:37 a.m. EDT
The Acquisition Strategy for this effort has been finalized and the Request for Proposal has been issued on a sole source basis to AdaptiveVets Solutions. The statutory authority permitting other than full and open competition for this acquisition is 41 U.S.C. 3304(a)(5), Authorized or Required by Statute , as implemented by FAR 6.302-5. For this action, 38 U.S.C. 8127(c), known as the Veterans First Contracting Program which provides the authority to directly contract with a Service-Disabled Veteran-Owned Small Business or a Veteran-Owned Small Business. Please reference the pre-solicitation notice/synopsis issued for this action under 36C10B24R0047.
Posted: July 10, 2024, 8:41 a.m. EDT
Posted: July 3, 2024, 2:06 p.m. EDT
Request for Information: 36C10B24Q0587 General Counsel Agile Modernization (GCAM) VA-24-00086521 Introduction This Request for Information (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. One of the purposes of issuing this RFI is to determine the availability of Small Business Administration (SBA) Veteran Small Business Certification Program (VetCert) 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). An SDVOSB/VOSB company that is not in the SBA certification database (https://veterans.certify.sba.gov/) should not respond to this notice. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $34 million. Not responding to this RFI does not preclude participation in a future RFQ, if one is issued. However, the Government may use the information obtained via these RFI responses to Provide the RFQ to as many schedule contractors as practicable, consistent with market research appropriate to the circumstances, to reasonably ensure that quotes will be received from at least three contractors that can fulfill the requirements in accordance with FAR 8.405-2(c)(3)(iii)(B) in lieu of posting any subsequent RFQ to eBuy. Therefore, interested parties are encouraged to participate in this RFI. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of ten (10) pages for sections j and k. The Government will not review any other information, or attachments included, that are in excess of the ten (10) limit for these sections. MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI AND WILL NOT COUNT AGAINST YOUR TEN (10) PAGE ALLOWANCE. 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: Interested Vendors shall at a minimum, provide the following information in the spaces provided below: 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 VetCert. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) b. Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas: 5.1 Project Management , 5.2 Human Centered Design , 5.3 Application Performance Monitoring and Alerting , 5.4 Business Capabilities and Expected Outcomes , and 5.5 Software Development Lifecycle . In addition, please respond to each of the following: i. Technical Expertise What is your team's experience with the specific technologies mentioned (Angular 8, Node.js v16.19, .NET v6/v8, EF Core, IIS v10, SQL 2016, SSRS v 13, Windows Server 2019, Visual Studio 2022)? Provide examples of similar projects your company has completed using these technologies. How does your company ensure code quality, maintainability, and performance optimization? ii. Project Management Does your company utilize the Agile development methodology or SAFe/other Agile Framework, and if so, how do you manage project timelines and deliverables? How does your company handle requirements gathering, documentation, and communication with stakeholders? What is your company s approach to testing (unit testing, integration testing, user acceptance testing)? iii. Data Security and Compliance How does your company ensure data security and compliance with relevant regulations (e.g., HIPAA for handling sensitive client information)? What measures does your company take for data backup, disaster recovery, and business continuity? iv. Scalability and Maintenance How does your company design the architecture to ensure scalability and future growth of the system? What is your company s approach to ongoing maintenance, support, and software updates after deployment? v.Cost and Timeline Can your company provide a rough order of magnitude and timeline for the project? How does your company handle changes in scope or requirements during the project? vi. Clarification 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 below) 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. 3. Potential Organization Conflict of Interest Notification Please be advised that any Contractor, including its team members, that receives the award for this effort will be taking on a significant OCI which may preclude them from bidding or performing on future development, implementation/deployment, testing, and maintenance efforts associated with the Corporate Service Line. 4. Responses Responses are due no later than July 10, 2024 at 1:00 PM EST via email to Andrew Hemberger, Contract Specialist at Andrew.Hemberger@va.gov, and Meghan McCloskey, Contracting Officer at Meghan.McCloskey@va.gov. Please title email RFI General Counsel Agile Modernization (GCAM) 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. OFFERORS ARE ADVISED THAT THIS REQUIREMENT MAY BE DELAYED, CANCELED, OR REVISED AT ANY TIME.
Background
The Department of Veterans Affairs (VA), Office of Information & Technology (OIT), Software Product Management (SPM) aims to provide high-quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to the Veterans. The VA OIT, Corporate (CORP) Portfolio delivers world-class, Veteran-centric capabilities that provide secure, seamless delivery of IT systems to VA corporate offices. The General Counsel Automated Workload System (GCLAWS) is being modernized to improve performance and efficiency to benefit Veterans. The tasks described in this Performance Work Statement (PWS) are required to support the ongoing operations, maintenance, and enhancements for the products assigned to the SCLA Product Line.
Work Details
The Contractor shall provide Scalable Agile Framework (SAFe) agile practices or other suitable Agile techniques to plan, manage, execute the work required to analyze, develop, test, and deploy a solution that meets the needs of the GCLAWS Government off the Shelf (GOTS) product consisting of the Records Management (RM) and Court of Appeals Law Group (CALG) products. The Contractor shall follow SAFe body of knowledge or other suitable Agile techniques using Microsoft Azure DevOps (ADO) product hosted at the VA.
The period of performance shall consist of a 12-month base period from date of award plus two 6-month option periods and five Optional Tasks for additional software development lifecycle enhancements.
The place of performance is expected to be primarily conducted during core business hours at Contractor facilities.
Period of Performance
The period of performance shall consist of a 12-month base period from date of award plus two 6-month option periods and five Optional Tasks for additional software development lifecycle enhancements.
Place of Performance
Efforts under this Task Order shall be performed at Contractor facilities.