Search Contract Opportunities

Benefits Integration Platform 2.0 (Benefits Integrated Delivery)

ID: 36C10B21Q0080 • Type: Sources Sought

Description

Posted: Feb. 12, 2021, 10:08 a.m. EST

This effort will be solicited under fair opportunity procedures amongst all Transformation Twenty-One Total Technology Next Generation prime contract holders. The effort has also been renamed to Benefits Integrated Delivery. The estimated solicitation date is February 25, 2021.

Posted: Dec. 17, 2020, 9:34 a.m. EST
Request for Information Benefits Integration Platform 2.0 VA-21-00017357 Introduction This action is intended to be competed under the Transformation Twenty One Total Technology Next Generation multiple award, indefinite delivery, indefinite quantity contract using fair opportunity procedures in accordance with Federal Acquisition Regulation 16.505. This request for information (RFI) is issued solely to determine the availability of Vendor Information Pages (VIP) verified 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). 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 $30 million. A company that is not a VIP registered and verified SDVOSB or VOSB (https://www.vip.vetbiz.va.gov/ should not respond to this notice. 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 12 pages. The Government will not review any other information or attachments included, that are in excess of the 12 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 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: Describe knowledge and expertise with Benefits and Memorials Products and the Benefits Integration Platform (BIP) or other Products of similar size and complexity. Describe in detail ability to provide comprehensive Product Line DevSecOps support, including support for legacy products, while developing and implementing modernization efforts. Describe in detail ability to implement a Continuous Integration and Continuous Delivery (CI/CD) pipeline and test automation across highly integrated systems. Describe in detail experience establishing and managing multiple large scale DevSecOps products teams including execution of agile software development efforts which utilize in excess of 50 concurrent scrum teams. Provide a Rough Order of Magnitude for the base tasks and the optional tasks. Include 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. (The response to this question is not counted against the RFI s 12-page limit, but shall not exceed three (3) additional pages.) Responses are due no later than 1:00 PM EST, January 6, 2021, via email to Sarah Kuna, Contract Specialist at Sarah.Kuna@va.gov. Please note Benefits Integration Platform 2.0 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.

Overview

Response Deadline
Jan. 6, 2021, 1:00 p.m. EST Past Due
Posted
Dec. 17, 2020, 9:34 a.m. EST (updated: Feb. 12, 2021, 10:08 a.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
18%
On 12/17/20 TAC New Jersey issued Sources Sought 36C10B21Q0080 for Benefits Integration Platform 2.0 (Benefits Integrated Delivery) due 1/6/21. The opportunity was issued full & open with NAICS 541512 and PSC DA01.
Primary Contact
Title
Contract Specialist
Name
Sarah H Kuna   Profile
Phone
(732) 440-9651

Documents

Posted documents for Sources Sought 36C10B21Q0080

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C10B21Q0080

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C10B21Q0080

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 7, 2021
Last Updated By
joey.miller@va.gov
Archive Date
March 7, 2021