Posted: Sept. 30, 2024, 11:40 a.m. EDT
This requirement has been transferred to the Strategic Acquisition Center (SAC-F). The Point of Contact is Contracting Officer, Todd Synder, todd.synder@va.gov.
Posted: Aug. 1, 2024, 3:58 p.m. EDT
Request for Information Operations, Security and Preparedness Office of Personnel Vetting and Credential Management Personnel Vetting Program Support VA-25-00003437 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 anticipated North American Industry Classification System (NAICS) for this requirement is 541611 with a size standard of $24.5 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 5 pages. The Government will not review any other information or attachments included, that are in excess of the 5 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 in SBA 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: Provide a summary of your technical capability to meet the PWS requirements. Describe your organization s direct experience and expertise in implementing the Federal Trusted Workforce 2.0 policy/programs for at least one, large decentralized, complex federal organizations, in similar size and scope of VA. Please provide details and include the impact of your efforts in a measurable manner. For each agency experience, please provide agency and contract number, and dollar value. Describe your organization s direct experience and expertise in assisting in development and implementation personnel security and suitability policy, guidance, oversight and compliance efforts for an enterprise that had measurable and reportable findings for at least one, large decentralized, complex federal organization, in similar size and scope of VA. Please provide details and include the impact of your efforts in a measurable manner. For each agency experience, please provide agency and contract number, and dollar value. Describe your organization s direct experience and expertise in assisting in development and compilation of compliance metrics and performance standards metrics using multiple sourced systems of records within the agency (i.e. case management systems) and other federal-wide systems of records (i.e. NBIS/eAPP, CVS/PIPS). For each compilation, what is your organization s experience in using this data to formulate reports and briefings for the agency to make compliance and oversight decisions, respond to internal and external compliance and oversight audits, and/or provide auditors evidence of compliance and oversight. For each agency experience, please provide agency and contract number, and dollar value. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-73 (JAN 2023) (DEVIATION) VA Notice of Total Set-Aside For Certified SDVOSBs and 13 CFR 125.6, which states the contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs listed in the SBA certification database (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. 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, effort. Responses are due no later than 1PM EST, August 12, 2024 via email to Sarah Kuna, Contract Specialist at Sarah.Kuna@va.gov , Vanessa Woodward, Contract Specialist at Vanessa.Woodward@va.gov; and Dana Newcomb, Contracting Officer at Dana.Newcomb@va.gov. Please note Personnel Vetting Program 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) is seeking support for its Personnel Vetting Program (PVP) through this Request for Information (RFI).
The PVP is part of the Office of Personnel Vetting and Credential Management (PVCM), which aims to ensure a safe and secure environment for the VA workforce by implementing oversight and compliance with personnel vetting efforts. The contract will assist in modernizing VA's personnel security practices in alignment with the Federal Trusted Workforce 2.0 initiative, which aims to enhance efficiency and automation in background investigations.
Work Details
The contractor will provide a range of support services including:
1. **Project Management**: Develop a Contractor Project Management Plan (CPMP) detailing the approach, timeline, and tools for executing PVP support. Submit weekly status reports outlining progress and issues encountered.
2. **Strategic Planning and Program Management**: Maintain the VA Trusted Workforce Strategic Plan, develop methodologies for tracking program goals, and provide subject matter expertise on PVP policies.
3. **Governance and Compliance Support**: Develop materials for governance, oversight, and compliance of PVP activities; provide help desk support; manage compliance meetings; collect data on background investigations; and create reports for auditing needs.
4. **Training Services**: Provide training support including development of training materials, conducting training sessions, and tracking training metrics.
5. **Task-Transition Planning**: If exercised, develop a Phase-Out Transition Plan addressing inventory review, historical data transition, and orientation processes for incoming teams.
Period of Performance
The period of performance includes one 12-month base period with four optional 12-month periods, totaling up to 60 months.
Place of Performance
Tasks will be performed at contractor facilities or remote locations, with on-site performance typically requested at VA Central Office in Washington, DC one day per week.