Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2016 FBO #5467
DOCUMENT

R -- IOT&A Pre-Planning Services - Attachment

Notice Date
11/9/2016
 
Notice Type
Attachment
 
NAICS
#541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70117N0023
 
Response Due
11/21/2016
 
Archive Date
1/20/2017
 
Point of Contact
Sandra Johnson
 
E-Mail Address
.Johnson3@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT #VA701-17-N-0023 The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources available to provide pre-planning services related to the initial outfitting, transition, and activation (IOT&A) of newly constructed and renovated medical facilities. This sources sought notice is part of the government s market research to determine the sources available to provide the required services. Proposals are not being requested at this time. Responses received will be used for market researches purposes only and will be used to help develop the government s acquisition strategy. BACKGROUND: VHA is considering implementing a two-phased strategy for its larger IOT&A projects. The first phase consists of assessing the facility s IOT&A requirements and planning for the activation. The second phase consists of the implementation of the IOT&A activities. Under this two-phased approach a pre-planning contractor is hired early in the IOT&A process to assist the facility s activation team in developing its IOT&A requirements for the second phase. This sources sought is for the first phase, pre-planning services, only. The IOT&A activities in the second phase will be performed by a different contractor. Contractors are advised that if awarded a contract for pre-planning services, that contractor will be ineligible for award for the activation phase (phase two) of the project. The contract type determination, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. A multiple award indefinite delivery task order contract vehicle is being considered. The place of performance for task orders can be at any newly constructed or renovated VA medical facility. The anticipated North American Industry Classification System (NAICS) code for this requirement is 541611 Administrative Management and General Management Consulting Services and the small business size standard is $15 million. REQUIREMENT SCOPE: The IOT&A pre-planning support contractor shall provide non-personal IOT&A pre-planning support services. Pre-planning task orders will require a multi-disciplined team to work with the medical facility activation team early in the activation process. The overarching requirement is for the pre-planning contractor to work with the facility s activation team to assess and accurately define the facility s activation requirements for phase two. Examples of services that may be required under task orders include, but are not limited to, conducting user group meetings to define furniture, fixtures, and equipment (FF&E) requirements; developing planning documents (e.g. transition plans, relocation plans, strategic communication plans); developing the equipment list; developing the room-by-room; identifying warehousing needs; conducting a comprehensive asset inventory; identifying reuse items; identifying items that need to be procured; developing an acquisition plan to ensure items are procured in time for the facility s day one activation date; design validation of designed space vs. planned FF&E; oversight of phase two; and developing an integrated master schedules. Each facility is unique and will have its own pre-planning requirements. The attached draft PWS is an example of the types of tasks a pre-planning contractor may be required to provide. INSTRUCTIONS: All interested contractors must respond by email to Sandra.Johnson3@va.gov no later than 9:00 A.M. Eastern Time on Monday, November 21, 2016. Please note the VA s email server limits the size of emails to 5MB. If you need to send more than one email to meet the size requirements, please identify in your reply the number of emails being sent. The point of contact concerning this sources sought action is Sandra Johnson at 216-447-8300 x3600 / Sandra.Johnson3@va.gov. In responding, please reference RFI # VA701-17-N-0023 and provide the following information: Business Name and Address. Name of the Company s representative and his/her business title. The Company s capability statement. Statement of past experience in providing pre-planning and/or IOT&A services and a narrative of how this experience will be beneficial in providing pre-planning services. This item can be addressed in the capability statement if preferred. The size of your company as it relates to NAICS code 541611. Small business socio-economic status (if applicable). Please note that veteran-owned small businesses MUST be verified by the VA Office of Small & Disadvantaged Business Utilization to be eligible for a service-disabled veteran owned small business or veteran owned small business set-aside award on VA-issued contracts. This requirement is in addition to www.SAM.gov registration. Please refer to https://www.vip.vetbiz.gov/Default.aspx for additional information and instructions. Any existing contract vehicle(s) your company has that this work may be awarded against such as a GSA schedule (if applicable). Suggested NAICS code if different from 541611. Geographic limitations on service area, if any. Questions/clarifications regarding the draft PWS, if any. Please use track changes if submitting suggested revisions, edits, or comments and return the edited PWS with your response. Any additional information you think would be beneficial for the government to consider in its market research for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70117N0023/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-17-N-0023 VA701-17-N-0023.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3101725&FileName=VA701-17-N-0023-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3101725&FileName=VA701-17-N-0023-000.docx

 
File Name: VA701-17-N-0023 VA701-17-N-0023-Sources_Sought-Draft_Task_Order_PWS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3101726&FileName=VA701-17-N-0023-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3101726&FileName=VA701-17-N-0023-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04324326-W 20161111/161109234206-bd8d676e23b74c9af4b893ddd654767e (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.