Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
DOCUMENT

R -- Integrated Ethics Support - Attachment

Notice Date
6/17/2014
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Health Administration Center;3773 Cherry Creek Drive North, Suite 450;Denver CO 80209
 
ZIP Code
80209
 
Solicitation Number
VA74114I0168
 
Archive Date
8/16/2014
 
Point of Contact
Pedro Arritola
 
E-Mail Address
8-7157<br
 
Small Business Set-Aside
N/A
 
Description
Agency: Department of Veterans Affairs Notice Type:Posted Date: Sources SoughtJune 17, 2014 Response Date: June 27, 2014 Original Set Aside: TBD NAICS Code: 541611 Administrative Management and General Management Consulting Services Synopsis: THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) - or a promise to issue a RFQ in the future. This request for information does not commit the Government to contract for any supply or services whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will NOT be returned. This announcement is based upon the best information available and is subject to future modification. The results of this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. Contracting Office Address Department of Veterans Affairs (VA), Health Administration Center (HAC) 3773 Cherry Creek Dr. North, Denver, CO, 80209 Point of Contact: Pedro Arritola Contracting Officer Pedro.Arritola2@va.gov Overview: PCA East Contracting is performing market research for a potential requirement for a contractor to provide new and updated state-of-the-art formal program materials, supporting tools, and enhanced direct technical assistance and support to field-based IE practitioners. These tools and materials will be utilized by local IE programs to continue to improve ethics quality in health care for Veterans. A contractor is being sought to update IE educational and training materials to enhance the IE initiative and enable NCEHC to support VHA facilities and VISN to improve the ethics quality of health care provided to Veterans. The contractor shall provide all resources necessary to accomplish the deliverables described in this PWS. See Draft PWS for a complete description of the requirement. Please respond to this RFI if your company can performance this requirement in accordance with FAR Part 52.219-14 Limitations on Subcontracting (Nov 2011) As prescribed in 19.508(e) or 19.811-3(e), insert the following clause: Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) Specific Response Instructions: Please submit your RFI response in accordance with the following: 1) No more than 15 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; 2) Responses to this RFI may be sent to Pedro.Arritola2@va.gov 3) Submit your response by 5:00 P.M. (EST) on June 27, 2014) Mark your response as "Proprietary Information" if the information is considered business sensitive. 4) NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. The government will not review any other information or attachments included, that are in excess of the 15 page limit. Information Requested from Industry: In response to the RFI, interested contractors shall submit the following information: 1.Company Information / Socio-Economic Status a.Provide the company size and POC information. b.If on GSA, provide your company's GSA contract information. c.VA has identified the appropriate North American Industry Classification System (NAICS) Code 541611 Administrative Management and General Management Consulting Services, which has a size standard of $14 Million for this RFI. Please identify and explain any other NAICS codes your company believes would better represent the predominated work included in the attached PWS/SOW. d.Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic Status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small business, Women-Owned Small Business, Disadvantaged Small business, and Hub Zone. If Service Disabled or Veteran Owned Small business, is your company and or partners registered in VA's VetBiz repository? 2.Capabilities/Qualifications - Overview of proposed solution(s). Include a description of the capabilities/qualification/skills your company possesses for each of the below statements: a.Assessment of capabilities to perform requirements noted in the PWS Task and Deliverables. Specifically: i.Assessment of technical competence in adult educational tool design and instruction (including distance approaches) on health care ethics issues and topics. ii.Assessment of technical competence regarding the complexities of teaching ethics and ethical leadership concepts to health care executives. iii.Assessment of capability to support a national health care ethics organizational change initiative, executive health care ethics education. b.Assessment of the types of changes/if any required to accomplish the goals. c.Approach to be utilized to develop necessary changes in order to meet the organizational goals 3.Teaming Arrangements - Description of Teaming Partners, Joint Ventures that your company would consider to perform work. 4.Price Information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 5.Other Market Information - Provide any other relative information, however this information must be included within the 15 page limitation. 6.Other Federal Experience - Identify the federal contract vehicles
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAHAC741/VAHAC741/VA74114I0168/listing.html)
 
Document(s)
Attachment
 
File Name: VA741-14-I-0168 VA741-14-I-0168_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1434447&FileName=VA741-14-I-0168-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1434447&FileName=VA741-14-I-0168-000.docx

 
File Name: VA741-14-I-0168 PWS IE Support(v3) DRAFT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1434448&FileName=VA741-14-I-0168-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1434448&FileName=VA741-14-I-0168-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03397675-W 20140619/140617235504-79bf108a0305c0be6ad85610a60347bd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.