Federal Bid

Last Updated on 09 Jun 2020 at 9 PM
Sources Sought
Eatontown New jersey

D318--COVID-19 & Extension mod for JLV Agile Development and Sustainment Support

Solicitation ID VA2000047368
Posted Date 09 Jun 2020 at 9 PM
Archive Date 14 Aug 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Technology Acquisition Center Nj (36c10b)
Agency Department Of Veterans Affairs
Location Eatontown New jersey United states 07724
Request for Information Joint Legacy Viewer Agile Development and Sustainment Support VA-20-00047368 Introduction Currently, the Department of Veterans Affairs (VA), Office of Information and Technology (OI&T) intends to award a modification under the Twenty-One Total Technology Next Generation (T4NG) contract/task order VA118-16-D-1009_VA11816F10090004, Joint Legacy Viewer (JLV) Agile Development and Sustainment. Background: The Department of Veterans Affairs (VA), OI&T Task Order (TO) VA11816F10090004, Joint Legacy Viewer (JLV) Agile Development and Sustainment was awarded on September 30, 2016 under T4NG Indefinite Delivery Indefinite Quantity (IDIQ) contract VA118-16-D-1009 with AbleVets, LLC. to provide development and sustainment support for the JLV project. JLV provides a Graphical User Interface that displays a common data view of real-time patient information from multiple Electronic Health Record systems and data sources. VA requires COVID-19 Requirements (necessary features for the clinicians using JLV at patient point of care) for the JLV application to be expanded to provide the following displays: immediate notification of COVID-19 testing status; scanned patient Advanced Directives; and radiology images in a single centralized location within JLV. For this reason, VA OI&T intends to execute a modification in accordance with the Justification and Approval to implement these new and expanded JLV capabilities. 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 $27.5 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 five pages. The Government will not review any other information or attachments included, that are in excess of the five-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: 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. 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 ร‚ยง125.6, 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 2pm (EST) on Monday, June 15, 2020 via email to James Clark, Contract Specialist at [email protected] and Iris Farrell, Contracting Officer at [email protected]. Please note Joint Legacy Viewer Agile Development and Sustainment 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.
Bid Protests Not Available

Similar Past Bids

Eatontown New jersey 10 Jun 2020 at 1 PM
Leavenworth Kansas 05 May 2020 at 9 PM
Eatontown New jersey 27 Mar 2020 at 5 PM
Eatontown New jersey 10 Feb 2020 at 1 PM

Similar Opportunities

Pennsylvania 02 Jun 2030 at 7 PM
South carolina 17 Oct 2027 at 8 PM
Redstone arsenal Alabama 04 Oct 2025 at 9 PM
Redstone arsenal Alabama 04 Oct 2025 at 9 PM
Redstone arsenal Alabama 04 Oct 2025 at 9 PM