Search Contract Opportunities

VA Supply Chain Master Catalog Operations and Maintenance (VA-24-00003606)

ID: 36C10B24Q0124 • Type: Sources Sought
By the Time It's in SAM, It's too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

Posted: April 25, 2024, 7:39 a.m. EDT
VA Supply Chain Master Catalog (SCMC) Operations and Maintenance Support will be solicited under fair opportunity procedures to all prime contract holders on Transformation Twenty-One Total Technology Next Generation (T4NG) Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle. The estimated solicitation will be during the week of April 22, 2024.
Posted: Jan. 11, 2024, 2:18 p.m. EST
Posted: Jan. 11, 2024, 1:47 p.m. EST
Request for Information VA Supply Chain Master Catalog (SCMC) Operations and Maintenance Support VA-24-00003606 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. This action may be competed under the Transformation Twenty-One Total Technology Next Generation (T4NG) multiple award, indefinite delivery, indefinite quantity contract using fair opportunity procedures in accordance with Federal Acquisition Regulation (FAR) 16.505. However, other contract vehicles may be considered based on the responses received from this RFI. Additionally, one of the purposes of issuing this RFI is to determine the availability of Small Business Administration (SBA) Veteran Small Business Certification (VetCert) verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs) that may be capable of providing the services identified in the attached Performance Work Statement (PWS) However, an SDVOSB/VOSB company that is not VetCert registered and verified (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. 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. The Government will not review any other information or attachments included, that are in excess of the ten (10) 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 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 VetCert. 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: A description of the resources and capabilities that your company can provide to accomplish the tasks and deliverables described within the PWS. Describe your experience and expertise with the GHX Marketplace, the VA s existing Software as a Service (SaaS) solution for its SCMC. Specifically, highlight your ability to provide the necessary Operations and Maintenance for VA s current SCMC solution. Describe your experience and expertise with development of Federal Risk and Authorization Management Program (FedRAMP) Authorization at a level (Low, Moderate, High) process. A description of your capability of introducing new data sources and maintaining the current data in VA s SCMC. Provide examples of industry standard data attributes in your Authoritative Sources to increase the quality and accuracy of VA data. 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 852.219-73 VA Notice of Total Set-Aside for Certified Service Disabled Veteran-Owned Small Businesses (JAN 2023)(DEVIATION), VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023)(DEVIATION), 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 3:00PM EST on January 25, 2024, via email to Liliana Morales, Contract Specialist at Liliana.Morales@va.gov and Dana Newcomb, Contracting Officer at Dana.Newcomb@va.gov. Please note VA Supply Chain Master Catalog (SCMC) Operations and Maintenance Support 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 Department of Veterans Affairs (VA) supply chain manages all aspects of the supply and equipment flow from identification through fulfillment. The VA Supply Chain Master Catalog (SCMC) provides an authoritative source for items and services on a VA contract, through the approved Software as a Service (SaaS) GHX Marketplace. The SCMC is a searchable, user-friendly application for contracting, logisticians, clinicians, and their direct support staff to locate products and services on VA contracts. The SCMC conducts weekly and monthly processes for new data ingestion and receives data outputs of raw and harmonized, enriched, and standardized data that go into the SQL database.
The SCMC collects the new/modified contract data within Electronic Contract Management System (eCMS) and publishes that data in the GHX Marketplace.

Work Details
The Contractor shall provide all resources necessary to accomplish the tasks and deliverables described within this PWS to include operations and maintenance, assessment and authorization, continuous monitoring, and providing help desk support for VA’s existing SCMC which utilizes GHX Marketplace/Data Connect as the Software as Service (SaaS) solution. Introduction of new data sources and/or data is expected and included in the performance of Operations and Maintenance for the SCMC. Additionally, if the optional task is exercised, the contractor shall provide transition support and transition of assets.

Period of Performance
The period of performance (PoP) shall be a 12-month base period with four 12-month option periods to be exercised at ’s discretion. Additionally, this TO includes an Optional Task with a performance period of 60 days. The overall PoP of the TO shall not exceed 60 months.

Place of Performance
Efforts under this TO shall be performed at Contractor facilities.

Overview

Response Deadline
April 25, 2024, 10:00 a.m. EDT (original: Jan. 18, 2024, 3:00 p.m. EST) Past Due
Posted
Jan. 11, 2024, 1:47 p.m. EST (updated: April 25, 2024, 7:39 a.m. EDT)
Set Aside
None
Place of Performance
Not specified, VA Not specified USA
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
18%
On 1/11/24 TAC New Jersey issued Sources Sought 36C10B24Q0124 for VA Supply Chain Master Catalog Operations and Maintenance (VA-24-00003606) due 4/25/24. The opportunity was issued full & open with NAICS 541512 and PSC DA10.
Primary Contact
Title
Contract Specialist
Name
Liliana Morales   Profile
Phone
(848) 377-5207

Documents

Posted documents for Sources Sought 36C10B24Q0124

Incumbent or Similar Awards

Contracts Similar to Sources Sought 36C10B24Q0124

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C10B24Q0124

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C10B24Q0124

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
April 25, 2024
Last Updated By
Liliana.Morales@va.gov
Archive Date
June 24, 2024