Skip to main content

An official website of the United States government

You have 2 new alerts

DA10--Resource Management as a Service (RMaaS) (VA-22-00031610)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Feb 17, 2022 09:54 am EST
  • Original Response Date: Feb 25, 2022 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 27, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
    ,

Description

Request for Information Resource as a Service (RMaaS) VA-22-00031610 Introduction 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. 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 30 pages. The Government will not review any other information or attachments included, that are in excess of the 30 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 Commercial And Government Entity (CAGE) code Existing Contractual Vehicles (GWAC, FSS, or MAC) (ie. NASA SEWP, T4NG, GSA, VETS GWAC, etc.) Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas: Provide a summary of your proposed solution/technical capability to meet the PWS requirements including all resources (products including hardware and software) including a diagram to describe your RMaaS solution. Do the requirements outlined under PWS Section 2.2, Hosting align with your proposed solution? If not, provide detailed recommendations on what requirements VA is missing or should consider under this task. In Section 2.2 of the PWS, in regard to the virtualized environment, provide your recommendations on the number of Virtual Machines and the associated Central Processing Unit, Random Access Memory, disk, and networking required to fulfil the requirements of the PWS. Provide detail on how you will address future environment expansions beyond the list provided within PWS Section 2.5, Environment? Provide a Rough Order of Magnitude (ROM) with your response. The ROM shall include the number of Lead Residents proposed and how many additional Residents (Optional Task 1) would be utilized to complete this project for each year. 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 (NOV 2020) (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. Responses are due no later than 10:00 AM EST, February 25, 2022 via email to Michael Lamb, Contract Specialist at Michael.Lamb8@va.gov and Cara Varricchio, Contracting Officer at Cara.Varricchio@va.gov. Please note Resource as a Service (RMaaS) 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.

Contact Information

Contracting Office Address

  • 23 CHRISTOPHER WAY
  • EATONTOWN , NJ 07724
  • USA

Primary Point of Contact

Secondary Point of Contact





History