Opportunity Details


Acquisition Status
Pre-RFP (Pre-Solicitation)
Customer Office
VA-F: OI&T: TAC: Technology Acquisition Center
Contracting Office
VA-F: OI&T: TAC: TECHNOLOGY ACQUISITION CENTER
Contract Duration
6 Yr. Total - 1 Yr. Base & 5 x 1 Yr. Option Period(s) Exclusive Intel
Est. Award Value
Exclusive Intel
Contract Types
FIRM FIXED PRICE Exclusive Intel
Evaluation Criteria
Undetermined Exclusive Intel
Key Dates
Request a demo and we’ll show you what you’re missing.
No commitments, we promise.
Contract Vehicle
T4NG
Award Type
IDIQ
Set Aside
SDVOSB
Expand +

Incumbent Analytics

  • Lorem ipsum

Funding Transaction Details
Modification Description Modification Reason Effective Date End Date Funding Obligated
Lorem ipsum dolor sit amet 3/1/2018 3/7/2020 181,212
Expand +

C2P Analyst Updates


Date 
Description
2/24/2021
Request for Information Identity and Access Management Security (IAMS) SupportVA-21-00004839IntroductionThis 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 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 $30 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 8 pages. The Government will not review any other information or attachments included, that are in excess of the (8) 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 CompanyAddressPoint of ContactPhone NumberFax NumberEmail addressCompany Business Size and StatusFor VOSB and SDVOSBs, proof of verification in VIP. NAICS code(s)Socioeconomic dataData Universal Numbering System (DUNS) NumberExisting Contractual Vehicles (GWAC, FSS, or MAC)Provide a summary of your capability to meet the requirements contained within the draft PWS. Specifically, your response must address the following questions:The following questions pertains to your company s experience providing the services required by PWS paragraph 5.2.1: 1. Specifically identify your company s previous experience in a federal government environment in reviewing and responding to IAM technical documents such as road maps and technical strategic plans? How were stakeholders and their organizational requirements identified? 2. Explain your company s previous experience in identifying specific advanced leading-edge IAM technologies, like using bit-coin technology or 3FA identification, for solving identification risks.4. Identifying the current state of any federal organization s IAM posture is a critical first step. Explain one of your company s previous experience in performing this activity in a federal government environment.The following question pertains to your company s experience providing the services required by PWS paragraph 5.2.2:5. As a federal agency the VA must abide by federal policies and mandates. Provide an example of your company s previous experience in assisting a federal organization meeting IAM requirements.The following questions pertain to your company s experience providing the services required by PWS paragraph 5.3.1:6. Identify what IAM activities your company has previous implemented in support of the federal government s ISPAW.7. Specifically, identify previous experience in publishing a federal monthly IAM security newsletter.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.NOTE: Technical questions may be submitted as part of your response; however, questions directed to the customer are prohibited. Responses are due no later than 10:00AM EST, January 25, 2021 via email to Alainah Robillard, Contract Specialist at [email protected] and Dana Newcomb, Contracting Officer at [email protected]. Please note RFI VA-21-00004839 Identity and Access Management Security (IAMS) 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.

Ready to win?

Request a demo and we’ll show you what you’re missing.
No commitments, we promise.

Request Demo
Expand +