Posted: Feb. 27, 2025, 1:53 p.m. EST
The purpose of this notice is to close the loop from Request for Information (RFI) 36C10B25Q0074, for Enterprise Performance Management System (EPMS), which was posted on December 2, 2024. VA intends to solicit and release EPMS on a full and open basis under the General Services Administration, Multiple Award Schedule, SIN 54151S Information Technology Professional Services" on or about March 31, 2025.
Posted: Dec. 2, 2024, 10:52 a.m. EST
Request for Information Enterprise Performance Management System VA-25-00013231 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 $34.0 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 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 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. Provide a summary of your ability and experience to provide services to a large customer of over 485,000 to include your surge capability up to 550,000. Demonstrate the ability to support several different rating systems, for different populations, on different appraisal cycles. Demonstrate your ability to support VA s Enterprise Performance Management System (EPMS) requirements on day 1 of the new contract, with no break in service. Demonstrate your ability to support various pay and award modeling requirements, as briefly addressed in the Optional enhancement tasks, (see attached PWS). 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 (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 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. 3. Market Research Response Submission Responses are due no later than 1:00 PM EST, December 10, 2024 via email to Joshua Fitzmaurice, Contract Specialist at Joshua.Fitzmaurice@va.gov and Contracting Officer Mina Awad at Mina.Awad@va.gov. Please note Enterprise Performance Management System 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. Note: VA retains sole discretion of whether any post RFI briefings are warranted and which industry partners may be invited to provide additional market research information. See Attached Document: Draft-ePerformance Updated PWS
Background
This Request for Information (RFI) is issued by the Department of Veterans Affairs for planning purposes regarding the Enterprise Performance Management System (EPMS). The RFI aims to gather information from interested vendors to assist in understanding capabilities related to the services required.
It is important to note that this RFI does not constitute a solicitation for proposals or an invitation to bid, and there are no funds authorized for this effort.
Work Details
The contractor will be responsible for several key tasks as outlined in the draft Performance Work Statement (PWS):
1. **System Testing**: Develop and maintain a Test Plan that includes testing strategy, objectives, resources, and deliverables. Ensure compliance with Section 508 standards and provide test results demonstrating traceability to all requirements.
2. **System Training**: Provide training plans and materials that are Section 508 compliant, including user guides and helpdesk documentation.
3. **System Documentation**: Maintain a Risk Management Log and support system documentation and architecture artifacts. Develop a Deployment, Installation, Back-Out, and Rollback Plan.
4. **Operations and Maintenance Support**: Provide ongoing support for the EPMS, including maintenance of COTS SAAS systems, compliance with SLAs, and management of subscriptions necessary for real-time information.
5. **Security Compliance**: Ensure all systems comply with HIPAA, Privacy Act, FISMA, NIST standards, and VA security directives. Conduct risk assessments and maintain security controls throughout the contract period.
Period of Performance
The period of performance is not explicitly stated in the provided information but will be defined in subsequent solicitations following this RFI.