Everyday taxpayer dollars are collected and spent on numerous goods and services. As a consumer, I care about and want to know that prudence, consideration and good judgment is exercised when each and every dollar is spent. Why? Taxes that’s why. The more the Government spends, the more it will collect from citizens like you and me. Resonate yet?
The Government spends billions of dollars on technology on an annual basis. Tech spending is only going to increase due to its rapidly changing characteristics. As such, public support of practices that allow the Government to refine its requirements prior to making significant investments of public dollars is essential to change in Government tech spending.
Through market research and in partnership with the Small Business Administration’s Business Development program, federal agencies can contract with a capable small business on a sole source basis for the development of an Analysis of Alternatives (AoA) to address an overarching problem statement and subsequently, the development of a minimum viable product (MVP) for a small fraction of the cost usually spent. Once the requirement becomes fully defined, it can then competitively solicit the requirement for full development and or implementation. This method allows for discovery and refinement of unknown variables in the Government’s vast technology requirements before forging full steam ahead on a wing and a prayer, fueled by taxpayer dollars, on a journey into the wholly or partially unknown. This way if the initiative fails, it fails small and costs little as opposed to a large debacle akin to the Healthcare.gov epic fail.
Based on this tenet, having already received an AoA, the best approach for the COWSS replacement is to move forward with a directed 8(a) contract/order to a vendor based on the following factors for evaluation:
SOO based RFP for MVP:
Factor 1: Technical Approach
- The Government will assess the offeror’s proposed Performance Work Statement (PWS) to the extent that it achieves the objectives of the SOO and delivers the selected approach in the AoA.
- The Government will assess the offeror’s understanding of the agile methodology to include how it addresses backlog, develops sprint length, and measures success against its definition of done.
- The Government will assess the offeror’s ability to apply its methodology and address the conditions of the pre-defined Use Case.
- The Government will assess the offeror’s proposed acceptance criteria to the extent that it validates that the functionality being developed meets the objectives of the SOO.
Factor 2: Key Personnel and Project Staffing
- The Government will assess the offeror’s approach to key personnel to the extent that it has a clear rationale for the proposed positions and is relevant to the offeror’s proposed technical approach.
- The Government will assess the offeror’s approach to staffing sprint teams, and will assess the rationale for its building its sprint team to achieve the objectives of the SOO.
Factor 3: Relevant Experience
The Government will assess the Offeror’s relevant experience and do an evaluation of how it aligns to its technical approach and the objectives outlined in the SOO. Offerors shall include information for five (5) contracts that cover the most recent/current requirements (within the last three years) that are similar in scope and complexity to this requirement. Of the relevant experience projects, two must be submitted by the prime contractor acting as a prime. The remaining projects may be submitted on behalf of the team.