DA10--WMC Application Management System Re-Compete - Rios/Rhodes (VA-24-00059799)
ID: 36C77624Q0260Type: Solicitation
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)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the re-competition of the Application Management System (AMS), aimed at enhancing the management of its scholarship programs, including the Health Professional Scholarship Program (HPSP). The AMS will be a cloud-based Software as a Service (SaaS) solution that automates the application lifecycle for approximately 8,000 scholarship and 300 waiver applicants annually, ensuring compliance with FedRAMP and Section 508 requirements. This initiative is critical for improving transparency, accountability, and efficiency in the VA's scholarship management processes. Interested vendors should contact Contract Specialist Ronald W. Shelko at ronald.shelko@va.gov for further details, and must adhere to the submission requirements outlined in the solicitation, including compliance with various regulatory guidelines and documentation standards.

    Point(s) of Contact
    Ronald W ShelkoContract Specialist
    ronald.shelko@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks a commercial vendor to provide software-as-a-service (SaaS) subscriptions and related support services for its Application Management System. The primary objective is to obtain SaaS licenses for an estimated 1,500 users, with the possibility of additional subscriptions as optional tasks. The contract period is divided into a base year and three optional years. The SaaS solution must adhere to Federal and VA information security and privacy requirements, including VA-specific clauses governing data rights, access, and incident response. The contractor is responsible for ensuring system availability, security, and compliance with VA policies. Several clauses outline the acceptance criteria, including FAR 52.212-4, which grants the government the right to inspect and test the software before acceptance. The contract also incorporates provisions for potential increases in quantity and extensions of the support services, with associated reporting requirements. Key dates include a submission deadline of August 7, 2024, 1:00 p.m. EDT, and the contractor must begin SaaS subscriptions within 10 business days of award acceptance. The estimated contract value is $34 million, with invoices submitted electronically on a net 30-day basis. Evaluation of proposals will consider past performance, with the most heavily weighted factor being the quality of the offered SaaS solution.
    The Department of Veterans Affairs issues an amendment to a solicitation for a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. It seeks to extend the submission deadline and provides answers to vendor questions about the procurement. The objective is to obtain a software-as-a-service (SaaS) solution for an Application Management System (AMS) with electronic signature capabilities. The SaaS solution should adhere to specific requirements detailed in the Performance Work Statement (PWS), including handling varying user licenses and transactions. Vendors are responsible for proposing methods to meet these requirements. Critical dates include the extended submission deadline and an anticipated award around September 2024. The RFQ emphasizes the evaluation of vendors' ability to meet the PWS requirements and their approach to the SaaS solution.
    The Department of Veterans Affairs issues this amendment to extend the submission deadline for quotes in response to solicitation 36C77624Q0260. The primary objective of this procurement remains unchanged, seeking quotes for a contract to provide management support services. The due date is now August 14th, 2024, at 1:00 PM EDT. All other terms and conditions outlined in the original solicitation remain in effect. Offerors must acknowledge receipt of this amendment by the specified deadline, or their offers may risk rejection.
    This document is an amendment to a Federal Solicitation issued by the Department of Veterans Affairs for an Application Management System (AMS) Software as a Service (SaaS) solution. The amendment clarifies language in the solicitation, thereby modifying the requirements for technical proposals from vendors. Key revisions involve adjustments in the proof required for FedRAMP approval and VA Authority to Operate (ATO) status, including the need for specific documentation such as screenshots and certifying statements. Additionally, it outlines the expectations for oral presentations, emphasizing the demonstration of vendors' previous AMS solutions in alignment with certain program requirements and ensuring compliance with various regulatory guidelines, including Section 508. The amendment emphasizes that vendors must carefully review and respond with the required documentation; failure to do so may result in their proposals being deemed unacceptable. Overall, this amendment seeks to streamline and clarify submission requirements, reinforcing the necessity of compliance for potential contract awardees in providing technical capabilities for the VA's educational assistance programs.
    The Department of Veterans Affairs (VA) is seeking a contractor to provide an Application Management System (AMS) to enhance the operation of its scholarship programs, including the Health Professional Scholarship Program (HPSP), by automating the application lifecycle for around 8,000 scholarship and 300 waiver applicants annually. The AMS will be a cloud-based, vendor-hosted Software as a Service (SaaS) that adheres to FedRAMP and Section 508 compliance requirements, ensuring security and accessibility. The contractor is tasked with configuration support, project management, data migration, training, and ongoing maintenance while ensuring seamless transitions during the setup and contract changes. Performance metrics will be monitored, with deliverables reviewed by the VA for quality assurance. The contract spans a base year with four optional extensions, including specifications for monthly maintenance tasks and the transition of existing applicants’ data. Overall, this initiative aims to improve transparency, accountability, and efficiency within the VA's scholarship management processes, aligning with federal regulations and enhancing service delivery to veterans.
    The Quality Assurance Surveillance Plan (QASP) from the Department of Veterans Affairs outlines the procedures for overseeing the contractor's performance in managing the Health Professional Scholarship Program (HPSP) Application Management System. The QASP's purpose is to ensure that performance standards are met, emphasizing a performance management approach focused on results rather than process compliance. The contractor is accountable for the quality of work and employs a Quality Control (QC) program to self-assess metrics such as timeliness and customer satisfaction. Roles and responsibilities are clearly defined, with the Contracting Officer and the Contracting Officer's Representative (COR) overseeing compliance and quality assessments. Monitoring methodologies include random sampling and customer feedback to gauge performance against established Acceptable Quality Levels (AQLs). In cases of substandard performance, corrective actions are mandated. The document also includes detailed performance requirements and expectations, with an emphasis on comprehensive documentation of quality assurance assessments. Overall, the QASP establishes a framework for ensuring quality and accountability in contracted services related to veteran health programs.
    The Department of Veterans Affairs is soliciting feedback on the past performance of a potential contractor for a FedRAMP Approved Application/Waiver Management System for the Veterans Health Administration. Evaluators are requested to complete a detailed past performance questionnaire assessing the Offeror's capabilities in various areas, including working relationships, professionalism, responsiveness, project management, communication, quality control, adherence to schedule, and an overall performance rating. The document emphasizes the importance of providing a comprehensive evaluation to determine the Offeror's suitability for the contract. Evaluators must submit their feedback through email, ensuring to use the specified subject line for clarity. The process reflects standard practices in government RFPs, where past performance plays a critical role in awarding contracts. Overall, this initiative aims to ensure the selected contractor can effectively meet the needs of the Veterans Health Administration while adhering to stringent performance standards.
    The VA Notice of Limitations on Subcontracting outlines the compliance requirements for contractors if awarded federal contracts, particularly focusing on Subcontracting limitations for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). The document specifies that for service contracts, no more than 50% of the awarded amount can subcontracted to non-certified firms, while general construction contracts are limited to 85%, and special trade construction is restricted to 75%. Contractors must certify adherence to these limitations, which are subject to scrutiny and penalties, including civil and criminal repercussions for false declarations. Additionally, contracting officers can demand proof of compliance, including documentation such as invoices and subcontractor agreements. Failure to comply may lead to consequences such as debarment or fines. The certification must be submitted with proposal bids, ensuring that only eligible offers are considered for contract awards. This requirement emphasizes promoting veteran entrepreneurship and responsible contracting practices in federal procurements.
    This document outlines the "Certification Regarding Responsibility Matters," a provision required in federal government procurement processes. It mandates that Offerors certify their eligibility to receive contracts by disclosing specific information regarding their legal and financial standing. Key areas of certification include: 1. Current status concerning debarment, suspension, or eligibility for federal awards. 2. Any convictions or judgments related to fraud, criminal offenses, or violations of federal or state laws within the past three years. 3. Current criminal or civil charges, delinquent federal taxes, or contract terminations for default in the past three years. The certification is crucial as it informs the government’s assessment of the Offeror’s responsibility. Failure to provide accurate information may lead to non-responsibility determinations or contract terminations if found erroneous later. The document emphasizes that due diligence and good faith efforts are sufficient for certification, without the need for exhaustive record-keeping. The overarching purpose is to ensure that government contracts are awarded to responsible parties, thereby safeguarding public resources and promoting integrity within the procurement process. This provision is essential for federal, state, and local RFPs to maintain accountability and transparency in government dealings.
    The document outlines the obligations and declarations required from offerors regarding their responsibility matters when participating in federal contracts and grants exceeding $10,000,000. It defines crucial terms such as "administrative proceeding," "principal," and specifies the criteria under which offerors must disclose any relevant legal proceedings within the last five years. Offerors must indicate if they have current federal contracts of the specified value and represent the accuracy of their data in the Federal Awardee Performance and Integrity Information System (FAPIIS). If applicable, they must detail any convictions, financial penalties, or administrative findings that could affect their eligibility. The document underscores the necessity for accurate and complete reporting to ensure compliance and integrity in federal procurement processes. By requiring this information, the document aims to hold offerors accountable, maintaining transparency and integrity in government contracting.
    The provision on Organizational Conflicts of Interest (OCT 2020) mandates that government contractors must avoid situations that may cause conflicts impacting their impartiality in contract performance. It requires Offerors to disclose any relevant financial, contractual, or organizational interests that could lead to an actual or potential conflict when submitting their proposals, including information about consultants and subcontractors. The Contracting Officer will evaluate these disclosures to determine if a conflict exists and may disqualify Offerors unless mitigation strategies are satisfactorily negotiated. Any nondisclosure or misrepresentation regarding conflicts could result in contract termination without expense to the Government. This provision aims to ensure fair competition and maintain the integrity of governmental contracting processes, thereby safeguarding the interests of the United States.
    Similar Opportunities
    Program Management School (PMS), Government off-the-shelf (GOTS) Course Delivery - Single Award Blanket Purchase Agreement (BPA)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Blanket Purchase Agreement (BPA) to provide delivery services for Government off-the-shelf (GOTS) acquisition training courses over a five-year period starting October 1, 2024. The objective of this procurement is to enhance the skills of the Federal Government’s acquisition workforce by delivering various training programs, including project management and contracting officer representative courses, while ensuring compliance with federal regulations and Section 508 accessibility standards. This initiative is crucial for addressing workforce challenges and improving the efficiency of acquisition strategies within the VA. Interested contractors should submit their quotes and qualifications by the specified deadlines, with the potential for individual orders up to $7.5 million. For further inquiries, contact Tanya Sims-Williams at Tanya.Sims-Williams@va.gov or Lindi Sylvester at Lindi.Sylvester@va.gov.
    DA01--Transformation Support Services 2.0 VA-24-00022828
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is contemplating a significant procurement, referred to as Transformation Support Services 2.0 (VA-24-00022828), to revolutionize its technical landscape. The department seeks expert assistance to manage and support its transformation and modernization efforts, seeking specialized services in managing complex technical projects. This undertaking aims to enhance the VA's agility in the face of evolving technologies, focusing on comprehensive IT support for the Office of Information and Technology (OIT). The services required include project management, systems administration, cybersecurity enhancements, and disaster recovery, all crucial for ensuring seamless OIT operations. Interested parties should take note that this procurement will be a mix of firm-fixed-price and time-and-materials contracts, with responses to the Request for Information due by April 1, 2024, and an extended submission deadline of April 5, 2024, for the full proposal. The VA encourages potential vendors to closely monitor SAM.Gov for real-time updates and further instructions. The contact for this opportunity is Mina Awad, Contract Specialist, who can be reached at Mina.Awad@va.gov or 848-377-5195.
    DSS Infusion Therapy Manager
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the acquisition of the DSS Infusion Therapy Manager (ITM) software and support, aimed at enhancing patient safety and clinical efficiency within the VA healthcare system. This procurement involves licensing, maintenance, and support for a software solution that integrates with the existing VistA system, facilitating seamless communication between oncologists and pharmacists to minimize medication errors. The contract includes a one-year base period starting September 30, 2024, with four optional renewal years, potentially totaling $34 million in investment. Interested vendors can contact Stephanie Cahill at stephanie.cahill@va.gov or call 303-712-5841 for further details regarding the proposal submission process.
    DA01--Enterprise Visibility Support Services (EVSS) - (Formerly Enterprise Visibility and Software Assurance Support Services (EVSWAS)) (VA-24-00082965)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Enterprise Visibility Support Services (EVSS) as part of its initiative to enhance information security and compliance within its extensive IT infrastructure. The procurement aims to support the Office of Information Security by delivering services such as software assurance, BigFix engineering support, project management, and vulnerability management, ensuring effective visibility and management of over 640,000 IT assets. This opportunity is particularly significant as it is designated as a Service-Disabled Veteran Owned Small Business Set-Aside, reflecting the VA's commitment to supporting veteran-owned businesses. Interested parties can contact Contract Specialist Colleen Beery at Colleen.Beery@va.gov or by phone at 848-377-5257 for further details, with the Request for Quotation expected to be posted on the GSA eBuy platform under the Multiple Award Schedule Category 54151S.
    W074--Veteran's Critical Communication Modernization
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "Veteran's Critical Communication Modernization" project, aimed at enhancing communication processes for over 400,000 enrolled veterans. The procurement involves upgrading the current manual postal handling system to a more efficient, automated communication system, which includes the provision of leased equipment, software, and on-site support across various VA Medical Centers in the Mid-Atlantic Health Care Network. This initiative is critical for improving service delivery and operational effectiveness within the VA, with an estimated contract value of approximately $34 million. Interested parties should contact Contract Specialist Jamie R Sullivan at Jamie.Sullivan4@va.gov for further details and to ensure compliance with the outlined requirements.
    Q403-- MDE 2025 Regions 1-4 Recompete AMENDMENT 0002
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the recompete of the Medical Disability Examinations (MDE) contract covering Regions 1-4, with an estimated contract value of $16 million. The procurement aims to engage qualified contractors to provide comprehensive medical examinations for veterans, ensuring adherence to regulatory standards and efficient processing of disability claims. These services are critical for assessing veterans' eligibility for benefits, thereby enhancing their access to necessary healthcare services. Interested vendors must submit their proposals by 9:00 AM ET on September 16, 2024, and can direct inquiries to Jennifer Benisek at Jennifer.Benisek@va.gov or Corey Mann at Corey.Mann@va.gov.
    Data Purchase-AMA physician masterfile
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Health Resources and Services Administration (HRSA), is seeking proposals for the purchase of the Year End 2023 American Medical Association (AMA) Physician Master File. This procurement aims to acquire a comprehensive dataset that provides critical information on physicians, including their locations, practices, training, and specialties, which is essential for estimating health occupational supply and tracking workforce trends over time. The contract period is set to last from September 21, 2024, to September 20, 2025, with proposals due by September 10, 2024. Interested vendors must be registered in the System for Award Management (SAM) and comply with procurement regulations; for further inquiries, they can contact Monica Moore-Hayes at mmoorehayes@hrsa.gov or by phone at 301-443-0607.
    DA01--RFI Veteran Experience Services Eligibility and Enrollment (VESEE) - (VA-24-00101965)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking input from vendors for the Veteran Experience Services Eligibility and Enrollment (VESEE) initiative through a Request for Information (RFI) identified as VA-24-00101965. The objective of this procurement is to gather detailed information on vendors' capabilities and relevant experience to assist in planning for IT services that enhance the eligibility and enrollment processes for veterans, emphasizing compliance with VA regulations and security frameworks. This initiative is crucial for improving the overall experience for veterans, their families, and caregivers, aligning with the VA's mission to provide quality support services. Interested parties must submit their responses by September 9, 2024, at 2 PM Eastern Time, and can contact Contract Specialist Christian R. Brown at christian.brown5@va.gov or 848-377-5181 for further inquiries.
    DA10--VA-24-00065738 Brand Name or Equivalent Dino Software Universal Data Manager License and Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of a brand name or equivalent license and maintenance support for the Dino Software Universal Data Manager. This requirement aims to enhance the management of storage solutions for the VA's z Operating System (z/OS) at an enterprise level, focusing on critical components such as tape catalogs and various storage management subsystems. The software is essential for ensuring efficient storage management, automated analysis, and timely reporting, while maintenance support is crucial for regular updates, including security releases. Interested vendors must submit their proposals by September 10, 2024, with a firm-fixed price contract anticipated to be awarded around September 19, 2024. For inquiries, vendors can contact Contract Specialist Kelly Driscoll at Kelly.Driscoll@va.gov or 848-377-5106.
    Q999--621 R4 - RFP-797-FSS-00-0115-R4 and Amendments 1-5
    Active
    Veterans Affairs, Department Of
    The Veterans Affairs Department has issued a Combined Synopsis/Solicitation notice for the procurement of Professional & Allied Healthcare Staffing Services under Federal Supply Schedule FSC Group Q999, Federal Supply Schedule 621 I. The contracts awarded will be multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) with Economic Price Adjustment (EPA) provisions. This standing solicitation, RFP-797-FSS-00-0115-R4, replaces the previous solicitation RFP-797-FSS-00-0115-R3. The solicitation is open and continuous, with no closing date for receipt of offers. Contract performance will begin on the effective date of award and expire five years from the date of award, unless canceled, terminated, or extended. For more information, contact the FSS Helpdesk at 708-786-7737 or HelpDesk.ammhinFSS@va.gov.