Search Contract Opportunities

Loan Guaranty & Specially Adaptive Housing/ Special Housing Adaptation (VA-23-00011980)

ID: 36C10B23Q0114 • Type: Sources Sought

Description

Posted: Feb. 27, 2024, 12:51 p.m. EST
This effort has been put on hold and there is no anticipated solicitation release date. There is no need to respond to this RFI Amendment Request.
Posted: Jan. 9, 2024, 9:21 a.m. EST
Posted: Sept. 5, 2023, 4:22 p.m. EDT
Posted: June 14, 2023, 2:30 p.m. EDT
Posted: Jan. 23, 2023, 8:39 a.m. EST
Posted: Jan. 19, 2023, 2:33 p.m. EST
Request for Information Loan Guaranty (LGY) & Specially Adaptive Housing/ Special Housing Adaptation (SAH/SHA) VA-23-00011980 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. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $30 million. 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 20 pages. The Government will not review any other information or attachments included, that are in excess of the 20 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 Statement of Objectives (SOO) 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 SOO for the following areas: RFI Questions In your response, describe your approach and provide a ROM for attaining the objectives contained in section 5.2.1 Eligibility to deliver the business objective within a 12-month period of performance. In your response, describe your approach and provide a ROM for attaining the objectives contained in section 5.2.5 VA Guaranty Certainty and Determination to deliver the business objective within a 12-month period of performance. In your response, describe your approach and provide a ROM for attaining the objectives contained in section 5.2.12 SAH/SHA to deliver the business objective within a 12-month period of performance. In your response, describe your approach and provide a ROM for attaining the objectives contained in section 5.2.13 LGY Analytics to deliver the business objective within a 12-month period of performance. Note: The Rough Order of Magnitude (ROM) is in labor resources not in dollars and cents. Please provide your summary approach for responding to the PWS proposal for managing, staffing, and carrying out the solution, build, and implementation of the data exchanges (APIs) and Salesforce Platform objectives for the business and technical objectives. Please provide additional detail that would be helpful in the SOO or Appendices that would further clarify or improve your PWS response. In your response, describe your approach and provide a ROM for attaining the objectives contained in section 5.6.1 Operational Support (Existing Platform) pertaining to Continuous Integration / Continuous Deployment, Environments, and Infrastructure Support for the existing platform. In your response, describe your approach and provide a ROM for attaining the objectives contained in section 5.6.2 Operational Support (Future-State Platform) pertaining to Continuous Integration / Continuous Deployment, Environments, and Infrastructure Support for the future-state platform. In your response, describe your approach and provide a ROM for attaining the objectives contained in section 5.7.1 Assessment and Authorization for Existing Product Line Systems to achieve and maintain a three-year Authority to Operate (ATO) for existing product line systems. In your response, describe your approach and provide a ROM for attaining the objectives contained in section 5.7.2 Assessment and Authorization for Future-State Product Line Systems to achieve and maintain a three-year Authority to Operate (ATO) for future-state product line systems. Describe knowledge and expertise with LGY or other Products of similar size and complexity. Please provide your approach and any challenges you see to implementing fully automated testing in the new LGY API and Salesforce environments. What additional detail is needed in the SOO and Appendices to determine the staffing (teams and team sizes) and approach for your PWS proposal aforementioned sections? In your RFI please provide any information needed to increase accuracy of your pricing for the RFP in the future. 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 (NOV 2020) (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 SOO 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 SOO 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 SOO that may contribute to a more accurate proposal submission and efficient, cost effective effort. Responses are due no later than 10 AM Eastern Time on February 2, 2023 via email to Dan Schlisserman, Contract Specialist at daniel.schlisserman1@va.gov and Jake Perrotta, Contracting Officer at jake.perrotta@va.gov. Please note LGY SAH/SHA 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.
Background
The solicitation is for Loan Guaranty & Specially Adaptive Housing/ Special Housing Adaptation (VA-23-00011980). The effort has been put on hold and there is no anticipated solicitation release date. The 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.

Work Details
The scope of work includes providing all resources necessary to support the current LGY, LGY Application Suite, and SAH/SHA. This involves executing, planning, monitoring, and managing tasks as well as supporting and sustaining all external and internal integrated tools and applications. It also includes project management, support for functional tasks/areas, requirements gathering, solutioning, development, operations, security, testing, data management program operations, data governance operations, utilization and support of the Data Management Program that maximizes 'positive control', quality, integrity, and usability of data through proper development and implementation activities. The effort shall be Firm-Fixed-Price (FFP) with a performance period of 12-months from the date of award plus four 12-month option periods inclusive of optional tasks if exercised.

Period of Performance
The Period of Performance (PoP) shall be 12-months from the date of award plus four 12-month option periods inclusive of optional tasks if exercised.

Place of Performance
Tasks under this PWS shall take place at both VA facilities located in Austin, TX and Hines, IL. Work may also be performed at remote locations with prior concurrence from the Contracting Officer's Representative (COR). Anticipated travel locations include Washington, DC (VA Regional Loan Centers located in most states) and Corporate Headquarters (located in DC) for Lending and Servicing Organizations.

Overview

Response Deadline
Feb. 28, 2024, 10:00 a.m. EST (original: Feb. 2, 2023, 10:00 a.m. EST) Past Due
Posted
Jan. 19, 2023, 2:33 p.m. EST (updated: Feb. 27, 2024, 12:51 p.m. EST)
Set Aside
None
Place of Performance
USA
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
18%
On 1/19/23 TAC New Jersey issued Sources Sought 36C10B23Q0114 for Loan Guaranty & Specially Adaptive Housing/ Special Housing Adaptation (VA-23-00011980) due 2/28/24. The opportunity was issued full & open with NAICS 541512 and PSC DA01.
Primary Contact
Title
Dan Schlisserman
Name
Daniel.schlisserman1@va.gov   Profile
Phone
(848) 377-5156

Documents

Posted documents for Sources Sought 36C10B23Q0114

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 36C10B23Q0114

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C10B23Q0114

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C10B23Q0114

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > TECHNOLOGY ACQUISITION CENTER NJ (36C10B)
FPDS Organization Code
3600-0010B
Source Organization Code
100180016
Last Updated
March 29, 2024
Last Updated By
daniel.schlisserman1@va.gov
Archive Date
March 29, 2024