DOCUMENT
R -- Earnings Loss Study - Attachment
- Notice Date
- 4/26/2017
- Notice Type
- Attachment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- VA101V17Q0212
- Response Due
- 6/12/2017
- Archive Date
- 7/27/2017
- Point of Contact
- Van Hale
- E-Mail Address
-
9-7940<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- GENERAL: This is a pre-solicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time, nor will any questions of a technical or contractual nature be answered. Those questions will only be answered via an amendment to the solicitation once it is issued. The Department of Veterans Affairs (DVA), Veterans Benefits Administration (VBA) anticipates issuing a solicitation for the following project: PROJECT TITLE: Earnings Loss Study. PROJECT SCOPE: The study will address loss in earnings capacity for the six prosthetic joint replacements (wrist, elbow, shoulder, ankle, knee, and hip), hearing loss and tinnitus diagnostic codes. This focused study of prosthetic joint replacements, hearing loss, and tinnitus will result in an unbiased third-party examination of current disability compensation structure that also addresses the following issues: Provide the amount of loss in earnings capacity associated with any prosthetic joint replacements, hearing loss, and tinnitus; Provide methodological approach that most accurately measures any loss in earnings capacity; Specify whether any loss in earnings capacity is temporary or permanent; Provide medical criteria that most accurately predicts loss in earnings capacity; Specify whether the current disability compensation levels insufficiently, accurately, or excessively reflect loss in earnings capacity for a single joint replacement, hearing loss, and tinnitus diagnostic codes; Provide the methodological approach that will ensure that disability compensation levels for any diagnostic code continue to accurately reflect loss in earning capacity at a given point in time. PLACE OF PERFORMANCE: DVA/VBA Compensation Services, 1800 G Street, N.W., Washington, DC 20006 or a location mutually agreed upon by the Government and the Contractor. The solicitation number is VA101V-17-Q-0209. Specific instructions on submitting offers will be contained in the solicitation documents. It is anticipated that the solicitation will be issued on or about May 12, 2017, with offers due at least 30 days later. The entire solicitation package, including all attachments, will be available electronically at www.fbo.gov. Paper copies of this solicitation will not be made available. PROCUREMENT TYPE: The Government anticipates negotiating, if necessary, and awarding a single firm-fixed price contract to meet this requirement. The Government will determine the best value to the Government based on the lowest priced offeror meeting or exceeding the requirement of the solicitation with satisfactory or better past performance. Technical evaluation factors will be identified in the solicitation to ensure the prospective contractors understand and can comply with the requirements of the solicitation. The requirement is being procured in accordance with FAR Part 13.5. SET-ASIDE: This is a set-aside exclusively for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. To be considered for award, prospective offerors must be verified SDVSOB concern in the VA Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) (VetBiz.gov) at the date and time set for receipt of quotes. An Offeror who is not a verified SDVOSB concern at the date and time set for receipt of quotes will have their offer rejected as non-responsive and will not be considered for award. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 541990 and the small business size standard is $15 MIL. PROJECT COMPLETION DATE: The project completion timeline is expected to be 12 months after the receipt of award. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov), in order to conduct business with the Federal Government. Offerors will be required to complete Online Representations and Certifications at the SAM website. POINT OF CONTACT: Van Hale, Contracting Officer, Van.Hale@va.gov, 727-319-7940 Information contained in this announcement is subject to change
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0212/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-17-Q-0212 VA101V-17-Q-0212.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3447811&FileName=VA101V-17-Q-0212-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3447811&FileName=VA101V-17-Q-0212-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-17-Q-0212 VA101V-17-Q-0212.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3447811&FileName=VA101V-17-Q-0212-000.docx)
- Record
- SN04486242-W 20170428/170426235237-120fd3d5572d0aa270c13421722af962 (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 |