BACKGROUND - Log in to Veteran's Affairs Vendor Portal



FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 2010ReCPIC Support07724VA118-17-N-198230541512Department of Veterans AffairsTechnology Acquisition Center23 Christopher WayEatontown NJ 07724Contract SpecialistRaymond Slambraymond.slamb@Raymond.Slamb@raymond.slamb@Please see attached documents.Request for InformationeCPIC SupportTAC Number: TAC-17-42616This 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 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 $27.5 million. A company that is not VIP registered and verified SDVOSB or VOSB () should not respond to this notice.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:Provide a summary of your technical capability to meet the PWS requirements.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.The intent and ability to meet set-aside requirements for performance of this effort must include information as to proposed team members and the PWS requirements planned to be subcontracted to them; and indicate whether at least 50% of the overall cost of the effort will be planned to be expended for prime employees or employees of other eligible SDVOSB/VOSB firms, which must include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% SDVOSB/VOSB requirement.Responses are due to Raymond Slamb, Contract Specialist – Raymond.Slamb@ no later than Thursday 4 PM EST on March 30, 2017.TRANSFORMATION TWENTY-ONE TOTAL TECHNOLOGY NEXT GENERATION (T4NG)PERFORMANCE WORK STATEMENT (PWS)DEPARTMENT OF VETERANS AFFAIRSOffice of Information & TechnologyIT Programming & Budget FormulationeCPIC SupportDate: 03/17/2017TAC- 17 - 24616Task Order PWS Version Number: 1.0Contents TOC \o "1-4" \h \z \u 1.0BACKGROUND PAGEREF _Toc256000000 \h 52.0APPLICABLE DOCUMENTS PAGEREF _Toc256000001 \h 53.0SCOPE OF WORK PAGEREF _Toc256000002 \h 63.1APPLICABILITY PAGEREF _Toc256000003 \h 63.2ORDER TYPE PAGEREF _Toc256000004 \h 64.0PERFORMANCE DETAILS PAGEREF _Toc256000005 \h 64.1PERFORMANCE PERIOD PAGEREF _Toc256000006 \h 64.2PLACE OF PERFORMANCE PAGEREF _Toc256000007 \h 64.3TRAVEL OR SPECIAL REQUIREMENTS PAGEREF _Toc256000008 \h 64.4CONTRACT MANAGEMENT PAGEREF _Toc256000009 \h 64.5GOVERNMENT FURNISHED PROPERTY PAGEREF _Toc256000010 \h 64.6SECURITY AND PRIVACY PAGEREF _Toc256000011 \h 64.6.1POSITION/TASK RISK DESIGNATION LEVEL(S) PAGEREF _Toc256000012 \h 75.0SPECIFIC TASKS AND DELIVERABLES PAGEREF _Toc256000013 \h 85.1PROJECT MANAGEMENT PAGEREF _Toc256000014 \h 85.1.1CONTRACTOR PROJECT MANAGEMENT PLAN PAGEREF _Toc256000015 \h 85.1.2TECHNICAL KICKOFF MEETING PAGEREF _Toc256000016 \h 85.2SUPPORT FOR GENERATION AND SUBMISSION OF EXHIBIT 300A AND EXHIBIT 53 PAGEREF _Toc256000017 \h 85.2.1eCPIC PMO SUPPORT PAGEREF _Toc256000018 \h 95.2.2eCPIC USER ACCOUNT ADMINISTRATION SUPPORT PAGEREF _Toc256000019 \h 95.2.3eCPIC DATA EXCHANGE (EDX) TEMPLATE SUPPORT PAGEREF _Toc256000020 \h 95.2.4Exhibit 300A and Exhibit 53 Creation and Submission Support PAGEREF _Toc256000021 \h 95.3SUPPORT DEVELOPMENT OF USER GUIDES ON OMB EXHIBITS PAGEREF _Toc256000022 \h 106.0GENERAL REQUIREMENTS PAGEREF _Toc256000023 \h 106.1PERFORMANCE METRICS PAGEREF _Toc256000024 \h 106.2SECTION 508 – ELECTRONIC AND INFORMATION TECHNOLOGY (EIT) STANDARDS PAGEREF _Toc256000025 \h 116.2.1EQUIVALENT FACILITATION PAGEREF _Toc256000026 \h 126.2.2COMPATIBILITY WITH ASSISTIVE TECHNOLOGY PAGEREF _Toc256000027 \h 126.2.3ACCEPTANCE AND ACCEPTANCE TESTING PAGEREF _Toc256000028 \h 126.3ORGANIZATIONAL CONFLICT of INTEREST PAGEREF _Toc256000029 \h 12BACKGROUNDThe mission of the Department of Veterans Affairs (VA), Office of Information & Technology (OI&T), IT Programming & Budget Formulation is to provide benefits and services to Veterans of the United States.? In meeting these goals, OI&T strives to provide high quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all the points of the Veterans’ health care in an effective, timely and compassionate manner.? VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals.The Department of Veterans Affairs (VA), Office of Information & Technology (OI&T), IT Programming and Budget Formulation (ITPBF) Service is charged with formulating the annual IT budget. To this end the Budget Formulation branch of ITPBF administers the data collection, generation and subsequent submission of the Office of Management and Budget’s (OMB) Exhibit 53 (Agency IT Portfolio) and Exhibit 300As (Investment Business Case) to the Federal Information Technology Dashboard (The Federal IT Dashboard can be found at / ). To support these submission efforts that occur twice a year ITPBF currently uses the Electronic Capital Planning & Investment Control (eCPIC) tool. VA has entered into a Interagency Agreement (IA) with GSA as one of approximately 19 Federal Agencies who have chosen to use this product. ITPBF transitioned in the FY14 cycle from an Oracle Playbook solution to one using eCPIC. The eCPIC tool is a web-based, Government-Owned Technology System (GOTS) application designed to help agencies automate the select, control and evaluate portions of the IT CPIC process. The General Services Administration (GSA) Office of Government-wide Policy houses the eCPIC Program Management Office (PMO) and the technical and helpdesk support for this tool. Operations & Maintenance (O&M) of the eCPIC tool is provided through an IA, which supplies each subscribing Agency with the tool and a suite of support services including software updates, documentation, help-desk support, and recurring training. A detailed description of the tool and services provided can be found at . Specifically, ITPBF subscribes to the “cloud” version of eCPIC. GSA under this approach houses the Agency’s instance of eCPIC rather than having VA host it. With the acquisition of this tool VA uses it for:The annual submission to the Federal IT Dashboard of the Exhibit 53 and the Exhibit 300As which occurs, respectively, in late-August and early-September. The resubmission to the Federal IT Dashboard of an updated version of the September material for purposes of Passback. This submission generally occurs during February ITPBF is looking for assistance in administering its instance of eCPIC, specifically technical support for the generation and submission of the Ex300A(s) and Ex53 to the Federal IT Dashboard. Additionally ITPBF seeks assistance in drafting guidance/user instructions to help the user community in utilizing eCPIC and addressing the Ex300A questions.In FY 2016 the Department’s IT portfolio was approx. 4 billion dollars. It consisted of 33 investments (24 major, 9 non-major) divided among four sub-portfolios: Medical, Benefits, Corporate, and Inter-agency.APPLICABLE DOCUMENTSThe Contractor shall comply with the following documents, in addition to the documents in Paragraph 2.0 in the T4NG Basic Performance Work Statement (PWS), in the performance of this effort:Office of Management and Budget (OMB) OMB Circular A-11—Preparation, Submission, and Execution of the Budget; Section 55 Information Technology InvestmentsOMB Circular A-130—Management of Federal Information ResourcesOffice of Management and Budget (OMB) – FY2016 IT Budget-Capital Planning GuidanceSCOPE OF WORKThe Contractor shall support ITPBF activities associated with its instance of eCPIC and the submission of the Exhibit 300As and Exhibit 53 via the eCPIC tool. APPLICABILITYThis Task Order (TO) effort PWS is within the scope of paragraph(s) 4.8.2 Applications Support of the T4NG Basic PWS.ORDER TYPEThe effort shall be proposed on a Firm Fixed Price (FFP) basis.PERFORMANCE DETAILSPERFORMANCE PERIODThe period of performance (PoP) shall be 12 months from date of award with one (1) 12-month option period. PLACE OF PERFORMANCEEfforts under this Task Order (TO) shall be performed in VA facilities located in VA Central Office located at 810 Vermont Ave NW; Washington DC, 20420. Work may be performed at remote locations with prior approval of the Contracting Officer’s Representative (COR).TRAVEL OR SPECIAL REQUIREMENTSThe Government anticipates no travel under this effort to perform the tasks associated with the effort.CONTRACT MANAGEMENTAll requirements of Sections 7.0 and 8.0 of the T4NG Basic PWS apply to this effort. This TO shall be addressed in the Contractor’s Progress, Status and Management Report as set forth in the T4NG Basic ERNMENT FURNISHED PROPERTYVA will provide one (1) Government furnished HP 8470P Elite Book laptop for Contractor use.SECURITY AND PRIVACYAll requirements in Section 6.0 of the T4NG Basic PWS apply to this effort. Specific TO requirements relating to Addendum B, Section B4.0 paragraphs j and k supersede the corresponding T4NG Basic PWS paragraphs, and are as follows,The vendor shall notify VA within 24 hours of the discovery or disclosure of successful exploits of the vulnerability which can compromise the security of the Systems (including the confidentiality or integrity of its data and operations, or the availability of the system). Such issues shall be remediated as quickly as is practical, but in no event longer than 10 days. When the Security Fixes involve installing third party patches (such as Microsoft OS patches or Adobe Acrobat), the vendor will provide written notice to VA that the patch has been validated as not affecting the Systems within 10 working days. When the vendor is responsible for operations or maintenance of the Systems, they shall apply the Security Fixes within 5 days.POSITION/TASK RISK DESIGNATION LEVEL(S)Position SensitivityBackground Investigation (in accordance with Department of Veterans Affairs 0710 Handbook, “Personnel Suitability and Security Program,” Appendix A)Low / Tier 1Tier 1 / National Agency Check with Written Inquiries (NACI) A Tier 1/NACI is conducted by OPM and covers a 5-year period. It consists of a review of records contained in the OPM Security Investigations Index (SII) and the DOD Defense Central Investigations Index (DCII), Federal Bureau of Investigation (FBI) name check, FBI fingerprint check, and written inquiries to previous employers and references listed on the application for employment. In VA it is used for Non-sensitive or Low Risk positions.Moderate / Tier 2Tier 2 / Moderate Background Investigation (MBI) A Tier 2/MBI is conducted by OPM and covers a 5-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check], a credit report covering a period of 5 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, law enforcement check; and a verification of the educational degree.High / Tier 4 Tier 4 / Background Investigation (BI) A Tier 4/BI is conducted by OPM and covers a 10-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check report], a credit report covering a period of 10 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, spouse, neighbors, supervisor, co-workers; court records, law enforcement check, and a verification of the educational degree.The position sensitivity and the level of background investigation commensurate with the required level of access for the following tasks within the PWS are:Position Sensitivity and Background Investigation Requirements by TaskTask NumberTier1 / Low / NACITier 2 / Moderate / MBITier 4 / High / BI5.1 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX 5.2 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX 5.3 FORMCHECKBOX FORMCHECKBOX FORMCHECKBOX The Tasks identified above and the resulting Position Sensitivity and Background Investigation requirements identify, in effect, the Background Investigation requirements for Contractor individuals, based upon the tasks the particular Contractor individual will be working. The submitted Contractor Staff Roster must indicate the required Background Investigation Level for each Contractor individual based upon the tasks the Contractor individual will be working, in accordance with their submitted proposal.SPECIFIC TASKS AND DELIVERABLESThe Contractor shall perform the following:PROJECT MANAGEMENTCONTRACTOR PROJECT MANAGEMENT PLANThe Contractor shall deliver a Contractor Project Management Plan (CPMP) that lays out the Contractor’s approach, timeline and tools to be used in execution of this TO effort. ?The CPMP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks and resource support.??The CPMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified within the PWS. The initial baseline CPMP shall be concurred upon and updated in accordance with Section B of the TO. The Contractor shall update and maintain the VA Program Manager (PM) approved CPMP throughout the PoP. Deliverable: Contractor Project Management PlanTECHNICAL KICKOFF MEETINGThe Contractor shall hold a technical kickoff meeting within 10 days after TO award. The Contractor shall present, for review and approval by the Government, the details of the intended approach, work plan, and project schedule for each effort. The Contractor shall specify dates, locations (can be virtual), agenda (shall be provided to all attendees at least five (5) calendar days prior to the meeting), and meeting minutes (shall be provided to all attendees within three (3) calendar days after the meeting). The Contractor shall invite the Contracting Officer (CO), Contract Specialist (CS), COR, and the VA PM.SUPPORT FOR GENERATION AND SUBMISSION OF EXHIBIT 300A AND EXHIBIT 53The Contractor shall provide support for all operational and technical requirements associated with administering VA’s instance of the eCPIC tool. The Contractor shall provide technical eCPIC support VA’s bi-annual generation and submission of the OMB Exhibit 300As and Exhibit 53. eCPIC PMO SUPPORTCommunicate with the eCPIC PMO & helpdesk, under ITPBF direction, to escalate technical problems related to VA’s instance of eCPIC, or specific user concerns related to eCPIC. These communications would likely entail: technical assistance using eCPIC functionality, resolving problems related to eCPIC operations, technical assistance with submission to the Federal IT Dashboard, and infrastructure support.The Contractor shall participate in the testing of new releases of eCPIC. These releases are based upon OMB Circular A-11 Guidelines, OMB policies for reporting data to the Federal IT Dashboard, or functional enhancements based on changes requested by a member Agency that would impact the whole user community. It is anticipated that there will be approximately three (3) new releases or enhancements of the tool requiring testing during the course of the year.The Contractor shall attend the Federal eCPIC User Community (FESCOM) monthly meetings and provide the PMO with Meeting Minutes highlighting that month’s meetings activities. Deliverables: FESCOM Meeting MinuteseCPIC USER ACCOUNT ADMINISTRATION SUPPORTThe Contractor shall manage eCPIC access control, under ITPBF direction, to create new users, revise users rights/privileges, activate/de-activate user accounts, create user groups, revise user group rights/privileges, and lock/unlock user accounts. Currently, there are approximately 100 active eCPIC user accounts. eCPIC DATA EXCHANGE (EDX) TEMPLATE SUPPORTThe Contractor shall edit eCPIC Data Exchange (EDX) templates, under ITPBF guidance, using the eCPIC reporting module. Currently, there are approximately six (6) EDX templates used to import and export data from the Ex300A funding tables. However, there is a possibility that a template format will be changed. In such a case, the Contractor shall build the template to the new format. Exhibit 300A and Exhibit 53 Creation and Submission SupportThe Contractor shall create submission packages, under ITPBF direction using eCPIC’s OMB submission module. The Contractor shall also identify and correct any error messages generated by either eCPIC or the Federal IT Dashboard that would preclude successful submission to Dashboard. These error messages would be related to the Federal IT Dashboard’s XML schema or the business logic rules embedded in eCPIC. The Contractor shall submit approximately 24 packages for the Exhibit 300As and one (1) package for Exhibit 53 to the Federal IT Dashboard.Deliverables: Submission of the Exhibit 300A(s) to the Federal IT DashboardSubmission of the Exhibit 53 to the Federal IT DashboardSUPPORT DEVELOPMENT OF USER GUIDES ON OMB EXHIBITSThe Contractor shall revise, under ITPBF review, user guides to assist the user community in responding appropriately to the Exhibit 300A questions within the framework of the eCPIC tool. There is currently one user guide to assist users in completing the Exhibit 300A for Major Investments and another for Non-Major Investments. The Contractor shall draft the guides in preparation for the annual submission and updated in response to the resubmission for “Passback”. Passback is when OMB passes back guidance to the Department on its proposed budget (‘the annual submission’), either accepting the originally submitted funding levels or providing a new funding level for the Department which would entail the editing, revising, and resubmission of the OMB Exhibits to align with the new funding level. Examples of these guides have been provided in Appendix B. Deliverables: Budget Year (BY) Exhibit 300A User Guidance for Major InvestmentsBudget Year (BY) Exhibit 300A User Guidance for Non-Major InvestmentsGENERAL REQUIREMENTSPERFORMANCE METRICSThe table below defines the Performance Metrics associated with this effort.Performance ObjectivePerformance StandardAcceptable Performance LevelsTechnical NeedsShows understanding of requirementsEfficient and effective in meeting requirements Meets technical needs and mission requirementsOffers quality services/productsSatisfactory or higherProject Milestones and ScheduleQuick response capabilityProducts completed, reviewed, delivered in timely mannerNotifies customer in advance of potential problemsSatisfactory or higherProject StaffingCurrency of expertisePersonnel possess necessary knowledge, skills and abilities to perform tasksSatisfactory or higherValue AddedProvided valuable service to GovernmentServices/products delivered were of desired qualitySatisfactory or higherThe Government will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the TO to ensure that the Contractor is performing the services required by this PWS in an acceptable manner. The Government reserves the right to alter or change the QASP at its own discretion. A Performance Based Service Assessment Survey will be used in combination with the QASP to assist the Government in determining acceptable performance levels. The COR will determine if the performance of the Contractor is below a metric standard and deem it unacceptable.? The COR will then notify the Contracting Officer. SECTION 508 – ELECTRONIC AND INFORMATION TECHNOLOGY (EIT) STANDARDS On August 7, 1998, Section 508 of the Rehabilitation Act of 1973 was amended to require that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology, that they shall ensure it allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. Section 508 required the Architectural and Transportation Barriers Compliance Board (Access Board) to publish standards setting forth a definition of electronic and information technology and the technical and functional criteria for such technology to comply with Section 508. These standards have been developed are published with an effective date of December 21, 2000. Federal departments and agencies shall develop all Electronic and Information Technology requirements to comply with the standards found in 36 CFR 1194.The following Section 508 Requirements supersede Addendum A, Section A3 from the T4NG Basic PWS.The Section 508 standards established by the Architectural and Transportation Barriers Compliance Board (Access Board) are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure Electronic and Information Technology (EIT). These standards are found in their entirety at: and . A printed copy of the standards will be supplied upon request.? The Contractor shall comply with the technical standards as marked: FORMCHECKBOX § 1194.21 Software applications and operating systems FORMCHECKBOX § 1194.22 Web-based intranet and internet information and applications FORMCHECKBOX § 1194.23 Telecommunications products FORMCHECKBOX § 1194.24 Video and multimedia products FORMCHECKBOX § 1194.25 Self-contained, closed products FORMCHECKBOX § 1194.26 Desktop and portable computers FORMCHECKBOX § 1194.31 Functional Performance Criteria FORMCHECKBOX § 1194.41 Information, Documentation, and SupportEQUIVALENT FACILITATIONAlternatively, offerors may propose products and services that provide equivalent facilitation, pursuant to Section 508, subpart A, §1194.5. Such offerors will be considered to have provided equivalent facilitation when the proposed deliverables result in substantially equivalent or greater access to and use of information for those with disabilities. COMPATIBILITY WITH ASSISTIVE TECHNOLOGYThe Section 508 standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device. Section 508 requires that the EIT be compatible with such software and devices so that EIT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software.ACCEPTANCE AND ACCEPTANCE TESTINGDeliverables resulting from this solicitation will be accepted based in part on satisfaction of the identified Section 508 standards’ requirements for accessibility and must include final test results demonstrating Section 508 compliance. Deliverables should meet applicable accessibility requirements and should not adversely affect accessibility features of existing EIT technologies. The Government reserves the right to independently test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon delivery.Automated test tools and manual techniques are used in the VA Section 508 compliance assessment. Additional information concerning tools and resources can be found at Section 508 Compliance Test ResultsORGANIZATIONAL CONFLICT of INTEREST Not Applicable. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download