Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2017 FBO #5535
DOCUMENT

V -- 2017 NVWG TRANSPORTATION SERVICES - Attachment

Notice Date
1/16/2017
 
Notice Type
Attachment
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central-STL;11152 South Towne Square;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA77717N0018
 
Response Due
1/26/2017
 
Archive Date
2/5/2017
 
Point of Contact
Charles Hampton
 
E-Mail Address
s.Hampton2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Office: Employee Education Systems Notice type: Post Date: 23 Nov 2016 Sources Sought Response Date: 02 Dec 2016 Original Proposed Set-Aside: Full & Open Classification Code: R499 NAICS Code: 541519 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 supplies 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. Contracting Office Address: Department of Veterans Affairs (VA) SAO East PCAC STL Contracting Officer 11152 South Towne Square St. Louis, MO 63123 Points of Contact: Angela Perry and Linda G. Robertson Contracting Specialist Contracting Officer 314-894-6656 Ext 65120 314-894-6425 Objective: This RFI is for 508 compliance services. The Contractor must provide all resources necessary to accomplish the deliverables described in the Performance Work Statement (PWS), except as may otherwise be specified. 1. Specific Response Instructions: Please submit your RFI response in accordance with the following: a. No more than 15 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; The Government will not review information or attachments in excess of the 15 page limit. b. Submit your response via email to angela.perry@va.gov and linda.robertson3@va.gov. c. Submit your response by 2:00 P.M. (CST), 02 December 2016 d. Mark your response as Proprietary Information if the information is considered business sensitive. e. Marketing Materials are not allowed as part of this RFI. 2. Information Requested: VA encourages responses from small businesses with an emphasis on SDVOSBs and VOSBs. In response to the RFI interested contractors must submit the following information: a. Company Information/Socio Economic Status b. Provide the company size and POC information c. VA has identified the appropriate North American Industry Classification System (NAICS) Code 541519, Other Computer Related Services, which has a size standard of $27.5 Million for this RFI. 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 (8A), and Hub Zone. If Service Disabled or Veteran Owned Small business, is your company and or partners registered in VA s VetBiz repository? 3. Background/Past Experience Provide the following information on a maximum of three similar projects for medical care and services. All regarding 508 compliance services referenced must have been completed within the last three years for which the responder was a prime or subcontractor. a. The name, address, and value of each project. b. The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material. c. The name, telephone and address of the owner of each project. d. A description of each project, including difficulties and successes. e. All personnel must be cleared by security. Provide information that supports how you have ensured personnel performing under Government contracts have been cleared. 4. Capabilities/Qualifications: Provide the following information on a maximum of three similar projects dealing with the services described in the attached sample performance work statement. Provide your company s capability statement. All personnel must be cleared by security. Provide information that supports how you have ensured personnel performing under government contracts have received security clearances. Provide a summary approach to tasks spelled out in the attached sample performance work statement. 5. Budgetary Cost Estimate: Provide a budgetary cost estimate for the following: a. For every task, the Contractor must identify in writing all necessary subtasks (if any), associated costs by task with associated sub-milestone dates. The Contractor's subtask structure must be reflected in the technical proposal and detailed project management plan. b. Provide information to support staff to meet the estimated quantity. c. Provide a budget estimate for tasks identified in attached sample performance work statement and include any discounts that would be appropriate. 6. Industry Comment/Technical Response: 1. Provide information on how your company would implement this program under your current business practices. Include a proposed timeline given the tasks provided. You may provide information on industry practices, technical comments or professional experience. 2. Include any recommendations that would allow the government to save money, improve industry response or provide a best value decision. 3. Provide comments on how this information is structured, whether this pricing structure would provide for firm fixed pricing, and if not, why not.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77717N0018/listing.html)
 
Document(s)
Attachment
 
File Name: VA777-17-N-0018 VA777-17-N-0018.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3211814&FileName=VA777-17-N-0018-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3211814&FileName=VA777-17-N-0018-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04372220-W 20170118/170116233110-a93a425d8f95b1821514c5d888655913 (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  © 1994-2020, Loren Data Corp.