DA10--WMC Application Management System Re-Compete - Shelko/Rhodes (VA-24-00059799)
ID: 36C77624Q0372Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking a contractor for the re-competition of the Application Management System (AMS) to support its Workforce Management and Consulting (WMC) and Scholarship & Clinical Education (S&CE) Program. The AMS will enhance operational efficiency and transparency for approximately 8,000 scholarship applicants annually, requiring a FedRAMP-certified Software as a Service (SaaS) solution that automates application workflows and ensures data privacy. This initiative is crucial for improving the management of scholarship and waiver applications while adhering to federal standards for security and compliance. Interested contractors should contact Ronald W. Shelko at ronald.shelko@va.gov, with the contract valued at approximately $34 million over a five-year period, starting December 5, 2024, with options for renewal based on performance.

    Point(s) of Contact
    Ron ShelkoContract Specialist
    (216) 447-8300
    ronald.shelko@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking proposals for a new Application Management System under the presolicitation notice 36C77624Q0372. This initiative aims to develop a system for the Workforce Management and Consulting Office. The solicitation will be released as a Request for Quotes (RFQ), specifically set aside for Service Disabled Veteran Owned Small Businesses (SDVOSBC). Interested vendors must respond by October 18, 2024, at 1 PM Eastern Time. The VA intends to ensure transparency in the procurement process, adhering to relevant federal regulations. Additional requirement details can be found in the attached Performance Work Statement (PWS). The contracting office is located in Independence, OH, and interested parties can contact Contract Specialist Ron Shelko for further information. This notice emphasizes the VA's commitment to engaging qualified vendors while serving the needs of veterans.
    The document outlines a solicitation from the Department of Veterans Affairs (VA) for a multi-year software-as-a-service (SaaS) agreement, totaling $34 million. The procurement encompasses licenses for SaaS subscriptions, maintenance of FEDRAMP Authority to Operate (ATO), and configuration support over a five-year period. The base contract initiates on December 5, 2024, with options for four subsequent years providing flexibility based on performance and needs. It establishes requirements for security and information management, emphasizing compliance with federal regulations and VA standards regarding data security and privacy. The contractor must adhere to auditing processes and remittance procedures ensured by electronic invoicing systems. Additionally, specific clauses outline responsibilities related to data management, information system security, and reporting requirements for any incidents or breaches. This document serves to guide prospective contractors outlining submission requirements, operational expectations, and adherence to VA’s security frameworks, reflecting the federal government's priority on efficiency, security, and support of veteran services through technology solutions.
    The Department of Veterans Affairs (VA), through its Workforce Management and Consulting (WMC) and Scholarship & Clinical Education (S&CE) Program, seeks a contractor for an Application Management System (AMS) to support various scholarship programs. The AMS will enhance transparency, accountability, and operational efficiency for roughly 8,000 scholarship applicants annually. The system, hosted as Software as a Service (SaaS), must automate application workflows, ensure data privacy, and maintain compliance with Federal standards, including FedRAMP certification. The Performance Work Statement (PWS) outlines requirements for system configuration, project management, and training, along with stipulations for data migration from existing systems. Key tasks include delivering SaaS subscriptions, maintaining security protocols, and facilitating transition plans for implementing and supporting the AMS. The performance metrics for the contract emphasize timely deliverables and quality assurance. The contract spans one base year with four optional extensions. The document indicates necessary compliance with multiple legal and regulatory frameworks to ensure the safeguarding of sensitive data and adherence to federal information security standards. This initiative reflects the VA's commitment to improving its application management processes and better serving veterans through enhanced educational assistance programs.
    The Department of Veterans Affairs (VA) seeks contractors to provide an Application Management System (AMS) for the Scholarships & Clinical Education (S&CE) Program, specifically the Health Professional Scholarship Program (HPSP) among others. The AMS should enhance efficiency in managing approximately 8,000 scholarship and 300 waiver applications annually. Key requirements include a FedRAMP-certified Software as a Service (SaaS) solution featuring secure user access, data automation, and a comprehensive tracking system for application lifecycle management. The contractor must offer subscriptions, project management, configuration support, data migration, training, and help desk services. The performance period spans one year, with options for renewal up to four additional years. Specific deliverables include subscription licenses, ongoing FedRAMP compliance support, and training sessions. The document outlines security and privacy standards, performance metrics, and the contractor's obligation to develop transition plans for system changes. This contract aims to streamline the application process for VA scholarships while maintaining compliance with federal regulations, reflecting the government's commitment to supporting its workforce in healthcare education.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures used by the Department of Veterans Affairs' Workforce Management and Consulting (WMC) for ensuring that contractors meet performance standards in providing services related to the Health Professional Scholarship Program (HPSP) Application Management System (AMS). Its purpose is to systematically monitor contractor performance, define roles and responsibilities, and establish performance metrics. Key elements include the contractor's quality control program, methods for monitoring (random sampling, 100% inspection, and periodic surveillance), and customer feedback mechanisms. The QASP emphasizes a performance management approach, shifting from traditional quality assurance methods to evaluating outcomes rather than compliance. Acceptable Quality Levels (ALPs) are set to incentivize strong contractor performance, with procedures in place for addressing and documenting instances of unacceptable performance. Ultimately, the QASP serves to ensure accountability and maintain high service quality for veterans' health needs, reflecting the federal government's commitment to effective service delivery through structured oversight and evaluation processes.
    The Department of Veterans Affairs (VA) is evaluating a potential contractor for a FedRAMP Approved Application/Waiver Management System for the Veterans Health Administration. The Past Performance Questionnaire aims to assess the contractor's past performance through detailed evaluations in various areas, including the quality of client relationships, professionalism, responsiveness, project management capabilities, communication, quality control, adherence to schedules, and overall performance rating. Evaluators are instructed to provide specific ratings—Outstanding, Above Average, Satisfactory, or Unacceptable—accompanied by detailed comments. The document emphasizes the importance of objective and thorough assessments to ensure the selected offeror can fulfill contractual obligations effectively. Additionally, all correspondence must reference the relevant RFQ/RFP details to ensure proper documentation. This process is essential in determining the ability of the contractor to meet the needs of the Veterans Health Administration while ensuring compliance and operational effectiveness.
    The VA Notice of Limitations on Subcontracting outlines critical compliance requirements for offerors seeking contracts with the Department of Veterans Affairs (VA). Under 38 U.S.C. 8127(l)(2), contractors must adhere to subcontracting limitations based on the type of procurement: for services, no more than 50% of the contract amount can be subcontracted to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs); for general construction, this is capped at 85%; and for special trade construction, at 75%, with material costs excluded from these calculations. The offeror certifies compliance with these limitations, acknowledging potential criminal and civil penalties for false certifications. The VA retains the right to review compliance documentation, including invoices and contracts, during and after contract performance. Failure to comply or provide requested documents may lead to remedial actions by the VA. The offeror must complete and submit a certification form to validate their adherence to these subcontracting limitations, which is mandatory for bid consideration. This document emphasizes the VA's commitment to supporting veteran-owned businesses while ensuring accountability in federal contracting.
    The document outlines the "Certification Regarding Responsibility Matters," a provision mandated for federal solicitations to ascertain an Offeror's eligibility and integrity prior to awarding contracts. It requires Offerors to certify, to the best of their knowledge, whether they or their Principals are currently debarred, suspended, or have faced legal issues related to contract performance or federal tax liabilities over the past three years. Definitions of key terms, such as "Principal," are included to clarify the roles of individuals within an organization. Additionally, Offerors are instructed to provide immediate written notice if their certification becomes erroneous before contract award and understand that while this certification may influence the contract decision, it does not automatically preclude them from being awarded a contract. The provision stresses that providing false or misleading information can lead to severe legal consequences, including contract termination for default. Overall, this document serves as a critical compliance mechanism within the wider framework of federal RFPs, ensuring that businesses are held to ethical and legal standards in government contracting.
    The provision outlined in FAR 52.209-7 pertains to the responsibilities of offerors in federal contracts and grants exceeding $10 million. It requires offerors to disclose information regarding any relevant adverse proceedings involving themselves or their principals from the past five years. Defined administrative proceedings include non-judicial processes that assess fault or liability, while a principal refers to individuals in significant positions within a business entity. Offerors must state whether they have active federal contracts over the specified threshold and affirm that their submissions to the Federal Awardee Performance and Integrity Information System (FAPIIS) are accurate and current. The document emphasizes the need for integrity and transparency in awarding federal contracts, outlining specific responses concerning past legal issues, including criminal, civil, or administrative outcomes. Compliance with these requirements is crucial for maintaining eligibility for federal contracts and reflects the government's commitment to accountability and ethical standards in procurement processes.
    The provision VAAR 852.209-70 addresses organizational conflicts of interest in government contracting. Its primary purpose is to ensure that contractors do not gain an unfair competitive advantage or compromise their objectivity while serving the Government. Offerors are required to disclose any potential conflicts related to their interests or those of their consultants and subcontractors at the time of their proposal. This includes providing a clear overview of past, present, and planned interests that may influence their impartiality. Should the Contracting Officer identify a conflict, they have the authority to disqualify the contractor unless mitigative measures can be agreed upon. Additionally, failure to disclose such conflicts can lead to contract termination without expense to the Government. Ultimately, this regulation is essential for maintaining integrity and fairness in governmental procurement processes, safeguarding the interests of the United States in contract awards.
    Similar Opportunities
    VA Enterprise Learning Management Solution (ELMS)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the development of an Enterprise Learning Management Solution (ELMS) through Request for Proposal (RFP) 36C10B24R0004. The objective of this procurement is to acquire a comprehensive learning management system that includes software licensing, maintenance, and technical support, aimed at enhancing training and development for veterans' services. This initiative is crucial for modernizing the VA's learning systems and ensuring effective service delivery, with a total contract value of $34 million over a 12-month base period and up to four optional extensions. Interested vendors must submit their proposals by October 15, 2024, at 11:00 a.m. EDT, and can direct inquiries to Kawana Tyler-Simms at kawana.tyler-simms@va.gov or Patrick Hamilton at Patrick.Hamilton2@va.gov.
    DA01--CHAMPVA Forms Sole Source- VetsFirst (VA-24-00020336)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for a sole source contract to Agile Six Applications Inc. for the deployment, management, and iteration of forms related to the Civilian Health and Medical Program (CHAMPVA), the Camp Lejeune Family Member Program, and the Foreign Medical Program (FMP) on VA.gov. This firm-fixed price (FFP) contract is justified under 41 U.S.C. 3304(a)(5) and aligns with the Veterans First Contracting Program, which facilitates direct contracting with Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement is crucial for ensuring efficient online access to essential health program forms for veterans and their families. Interested parties should note that the response deadline is October 10, 2024, at 3 PM Eastern Time, and can contact Contract Specialist Melissa Dirienzo at melissa.dirienzo@va.gov or 848-377-5271 for further information.
    DA01--Information Technology Modernization Tools Suite (MTS)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking vendors to provide solutions for the Information Technology Modernization Tools Suite (MTS) as part of its initiative to enhance digital services for veterans. The MTS aims to improve access and efficiency by decommissioning outdated applications and implementing secure, cloud-based solutions, which includes project management, technical support, and compliance with federal security standards. This modernization effort is crucial for streamlining operations and improving service delivery within the VA, with responses to the Request for Information due by October 10, 2024, at 15:00 ET. Interested parties can contact Contract Specialist Robert Clayton at Robert.Clayton3@va.gov or by phone at 848-377-5185 for further details.
    7A21--IVC - Site Scheduling Tool (VA-24-00045496)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the acquisition of a Site Scheduling Tool, identified as IVC - VA-24-00045496, under solicitation number 36C10B24Q0315. The primary objective is to procure a robust software solution that facilitates efficient scheduling of conference rooms and cubicles, integrating seamlessly with MS Outlook Exchange and adhering to VA security protocols, including FedRAMP authorization. This procurement is a total small business set-aside, emphasizing the VA's commitment to supporting small enterprises in delivering technology solutions that enhance service delivery. Interested vendors should contact Contracting Officer Peter T. Lewandowski at Peter.Lewandowski@va.gov or 512-981-4474 for further details, with proposals due by the specified deadlines for evaluation based on technical merit and price reasonableness.
    DA01--Transformation Support Services 2.0 VA-24-00022828
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for Transformation Support Services 2.0 under solicitation number 36C10B24Q0289. This procurement will follow fair opportunity procedures and is specifically aimed at GSA MAS IT Professional Services Special Item Number 54151S contract holders, focusing on enhancing the VA's operational transformation efforts through IT and telecom business application development support services. The solicitation is expected to be issued around the week of September 23, 2024, and interested contractors can direct inquiries to Contract Specialist Mina Awad at Mina.Awad@va.gov or by phone at 848-377-5195.
    U099--VAAA AIS Peak Performance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking potential vendors to provide on-site, non-clinical performance-based services under the "Warriors to Workforce" program, aimed at assisting disabled Veterans in transitioning to civilian employment. The selected contractor will deliver personal performance-enhancing skills training, coaching, and biometric feedback for up to 60 Veterans, as well as support a rigorous 1102 certification program for up to 30 interns, focusing on critical thinking, data analysis, and problem-solving skills. This initiative underscores the VA's commitment to enhancing service delivery for Veterans, with services to be performed at the Veterans Affairs Acquisitions Academy in Frederick, MD, and responses to the Sources Sought Notice due by October 21, 2024, at 10 AM Eastern Time. Interested vendors should contact Contracting Officer Lindi Sylvester at lindi.sylvester@va.gov or 240-215-1685 for further details.
    R499--Personnel Vetting Program Support (VA-25-00003437)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking support services for its Personnel Vetting Program (PVP) under the contract titled "R499--Personnel Vetting Program Support (VA-25-00003437)." The primary objective of this procurement is to enhance the efficiency of the PVP, ensuring alignment with federal vetting practices through project management, strategic planning, policy support, and training. This initiative is crucial for maintaining the safety and security of VA facilities and personnel, as it aims to modernize vetting processes and provide comprehensive training and compliance support. Interested contractors should note that the contract has a potential five-year performance period, with a kickoff meeting scheduled within ten days post-award and regular weekly status reports required. For inquiries, contact Contracting Officer Todd Synder at todd.synder@va.gov.
    Accreditation Readiness Reviews
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Integrated Services Network (VISN) 4, is seeking proposals for Accreditation Readiness Reviews (ARR) to ensure compliance with The Joint Commission standards across its nine VA Medical Centers. The contractor will be responsible for conducting both Clinical and Safety ARR, focusing on patient safety goals and compliance with environmental care and emergency management standards. This procurement is critical for maintaining high-quality healthcare services for veterans and is structured as a five-year, fixed-price contract, with services commencing on November 1, 2024, and concluding on October 30, 2029. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotations by October 7, 2024, and can contact Ashley Zeccardo at ashley.zeccardo@va.gov for further information.
    R499--36C10B24R0001 | VA Enterprise Human Capital Management Modernization | VA-22-00038777
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking support for the VA Enterprise Human Capital Management Modernization. This service is intended to update the Notice ID from 36C10B23R0004 to 36C10B24R0001, indicating that it is a fiscal year 2024 requirement. The primary contact for this procurement is William Waterhouse, Contract Specialist, who can be reached at William.Waterhouse@va.gov.
    Q517--Staffing Service MbM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for staffing services under the Meds by Mail (MbM) program, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to provide licensed pharmacists and certified pharmacy technicians to support prescription processing across three facilities located in Dublin, GA; Cheyenne, WY; and Murfreesboro, TN. This initiative is crucial for enhancing healthcare services for veterans, ensuring efficient medication management and compliance with established protocols. Interested vendors must submit their proposals by the newly established deadline of August 6, 2024, and can direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov or Christy Pendlay at christy.pendlaly@va.gov. The contract has a minimum guarantee of $2 million and a maximum potential value of $100 million over its five-year duration.