Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
MODIFICATION

A -- Purchase of Blank and Fillable Survey Forms

Notice Date
7/20/2018
 
Notice Type
Modification/Amendment
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q9633
 
Response Due
7/19/2018
 
Archive Date
10/17/2018
 
Point of Contact
Clifford Harrison,
 
E-Mail Address
clifford.harrison@va.gov
(clifford.harrison@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The VISN 2 Department of Veteran Affairs Medical Center, has an anticipated requirement for services to conduct a research project for Purchase of blank and Fillable Survey Forms for Research and Development, as outlined in the attached Statement of Work (SOW). The Department of Veterans Affairs Network Contracting Office (NCO) 2 is conducting a market survey in search of responsible sources in order to determine the acquisition strategy for this potential procurement. The North American Industry Classification Systems (NAICS) Code for this requirement is 561410 Research and Development in the Social Sciences and Humanities. The Small Business Administration (SBA) size standard for this NAICS Code is $15.0 million. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns are capable of meeting the requirement for a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate. The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides. If capability packages are received from at least two (2) capable small business firms that meet the NAICS code small business size standard - in the following order of preference - this requirement will be set aside accordingly: 1. SDVOSB 2. VOSB 3. Other capable small business firms Eligible parties are required to provide the following capability information to the Contract Specialist, Mr. Harrison (Clifford.Harrison@va.gov)  - Professional Qualifications necessary for the satisfactory performance of the required services outlined in the attached SOW - Capability to accomplish the work in the required timeframe - Minimal three (3) references with a description of work completed for a Government agency or private industry of equivalent complexity to the required services. The names of the appropriate Point of Contact (POC) and their contact information (telephone numbers and email addresses). - DUNS number - Business Size (Large/Small) under NAICS Code 561410 - Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUB Zone, etc.) - Copy of VIP showing verified status - Estimated cost of the required services Responses to this notice must be submitted in writing via (email) and must be received not later than Friday, July 26th 2018 at 12:00PM(Noon), email: Clifford.Harrison@va.gov It is the responsibility of the responder to ensure the timely delivery of their capability packages. No telephone inquiries will be accepted. Please review the attached SOW, compile all questions or requests for information (RFI s) in one (1) email and submit to Clifford.Harrison@va.gov Responses to this notice will be used by the Government to make appropriate acquisition decisions. If your firm is a Service-Disabled Veteran Owned, you must be VERIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). STATEMENT OF WORK Objective The questionnaire being ordered is the 2007 Food Frequency Questionnaire. The FFQs will be completed by participants and then analyzed to produce a full nutrition report, which can be compared over time to track progress on meeting dietary goals. These forms are an essential component of two large clinical trials at the VA hospital focused on decreasing foot ulcers in diabetic veterans. Throughout the studies, 404 patients will be administered the questionnaire 3 times at 6-month intervals, and 238 patients will complete the questionnaire a total of 4 times at 6-month intervals. For this data to be collected, a total of 2,164 questionnaire copies will be needed. A large part of the behavioral intervention focuses on improving self-monitoring behaviors, including diet monitoring. The information collected through the FFQs is an important aspect of this study, and participant progress is tracked throughout the study. The questionnaires will need to be administered to patients, checked for accuracy and completion by the study personnel and sent to the vendor for analysis. The results produced will be used to analyze participants success in adhering to dietary goals set as part of the behavioral counseling. The vendor shall provide: Blank/Fillable Willet Food Frequency Forms and processing for completed forms Quantity: 1500 pcs. Place of Delivery The product will be delivered to VA Medical Center Research and Development Service Attn: Dr. Sundar Natarajan and Andrew Nicholson 423rd East 23rd St New York, NY 10010 Product Delivery The vendor shall be responsible for determination of and compliance with federal and state or local code requirements, design data, and other factors necessary to deliver the items at the desired location. (a) The price quoted shall include contractor responsibility for providing on-site delivery, assembly, orientation and training of using personnel. (b) The Vendor shall consult with the Contracting Officer Representative or person acting in that capacity regarding the time this training will begin. These officials will be responsible for arranging for the presence of personnel to be trained. Important Note: All contractor employees and subcontractors participating under this contract or order, to provide installation, training or service repairs are required to complete the VA's Privacy and Information security training requirement - VA Privacy and Information Security Awareness and Rules of Behavior Training  - TMS Code 10176 Contractors must provide signed certifications of completion to the COR during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). 52.215-3 Request for Information or Solicitation for Planning Purposes. As prescribed in 15.209(c), insert the following provision: Request for Information or Solicitation for Planning Purposes (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in sub section 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: [state purpose]. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9633/listing.html)
 
Place of Performance
Address: New York Harbor;423rd East 23rd Street
Zip Code: 10010
 
Record
SN05001638-W 20180722/180720231121-c3b91ca7ed26771b3be8a68b59d71ece (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.