Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2017 FBO #5735
DOCUMENT

D -- Sustainment of Patient Centered Management Module (PCMM) - Attachment

Notice Date
8/4/2017
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11817N2424
 
Response Due
8/9/2017
 
Archive Date
10/8/2017
 
Point of Contact
Derek Maselli, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
Sustainment of Patient Centered Management Module (PCMM) - Web Department of Veterans Affairs Page 2 of 2 Department of Veterans Affairs (VA) Sustainment of Patient Centered Management Module (PCMM) - Web Request for Information (RFI) Introduction This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The purpose of this RFI is to identify qualified vendors, who are able to meet Department of Veterans Affairs (VA) requirements for the Sustainment of Patient Centered Management Module (PCMM) Web effort. Any contract/order that might be awarded based on information received or derived from this market research will be the outcome of the competitive process. The purpose of this RFI is to obtain market information on capable sources of supply, industry best practices, and input specific to the information provided. The Government is not responsible for any cost incurred by industry in furnishing this information. 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 Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions will become Government property and will not be returned. Interested vendors are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The NAICS code applicable to this acquisition is 541512. The Small Business Size Standard for this NAICS code is $27.5M. Please indicate your company size and socio-economic status under this NAICS code. RFI Response Instructions NOTE: The capability package must be clear, concise, and complete. VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI. Provide the following information: Provide Company Information: Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address For small business concerns, indicate whether at least 50 percent of the total amount paid by the Government will be paid to firms that are similarly situated. Brief summary describing your company s technical approach to meeting the requirements, to include; Rough Order of Magnitude (ROM) to include any range pricing models; List any existing contracting vehicles you have with the VA. Specifically address your technical approach to providing the required services while adhering to the required period of performance as stated in section 4.1 of the PWS. Please address any risks and propose mitigation strategies. The intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (JUL 2016) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR §125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not SDVOSBs as defined by VAAR 852.219-10 (JUL 2016) (DEVIATION). Your response shall include information as to available personnel and financial resources; full names of proposed team members and the PWS requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. The Technology Acquisition Center (TAC) point of contact for this RFI is Contract Specialist, Derek Maselli, derek.maselli@va.gov and Contracting Officer, Kendra Archbald, kendra.archbald@va.gov. Responses to this RFI shall be submitted electronically by 11:00 PM Eastern Standard Time, August 9, 2017 via Virtual Office of Acquisition (VOA), https://www.voa.va.gov/. Interested Vendors are encouraged to register for the Vendor Portal in order to ensure timely transmission of their RFI responses to the Government. The web address for the VOA site is https://www.voa.va.gov/. Interested Vendors must be registered users on the VOA website in order to submit an RFI response. Once Interested Vendors are registered, Interested Vendors can click on the Proposal Dashboard link and within that link click on Add Proposal to open up the form to upload files. The Proposal Type drop down field should be changed to VA118-17-N-2424 to reflect this RFI. For registration or technical issues concerning RFI Response submission, contact voahelp@va.gov. WARNING:   Please do not wait until the last minute to submit your responses!   To avoid submission of late responses, we recommend the transmission of your response file 24 hours prior to the required response due date and time.   Please be advised that timeliness is determined by the date and time an Offeror s response is received by the Government not when an Offeror attempted transmission. Offerors are encouraged to review and ensure that sufficient bandwidth is available on their end of the transmission. All proprietary/company confidential material shall be clearly marked on every page that contains such. VA will not be able to grant any extensions to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4482955916c8d40f9ec965d8275d5cde)
 
Document(s)
Attachment
 
File Name: VA118-17-N-2424 VA118-17-N-2424_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3711192&FileName=VA118-17-N-2424-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3711192&FileName=VA118-17-N-2424-000.docx

 
File Name: VA118-17-N-2424 PWS 170719 PCMMWeb Final.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3711193&FileName=VA118-17-N-2424-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3711193&FileName=VA118-17-N-2424-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04614319-W 20170806/170804232359-4482955916c8d40f9ec965d8275d5cde (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.