Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2019 FBO #6259
SPECIAL NOTICE

Q -- Birmingham Veterans Affairs Mental Health Clinic IDIQ (VA-19-00018223)

Notice Date
1/10/2019
 
Notice Type
Synopsis
 
NAICS
541614 — Process, Physical Distribution, and Logistics 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
36A77619Q0068
 
Archive Date
2/9/2019
 
Point of Contact
216-447-8300
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Veterans Health Administration Program Contracting Activity Central (PCAC) January 10, 2019 SPECIAL NOTICE NOTICE OF INTENT TO SOLE SOURCE Martek PS&S Global Mentor Protégé Joint Venture 36A776- 79-AP-0426 INTRODUCTION: This Notice of Intent is not a request for quotes or proposals. No contract award will be made on the basis of quotations or proposals received in response to this notice. No solicitation document exists and no telephone inquiries will be accepted. The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) intends to award an Initial Outfitting, Transitioning, and Activations (IOT&A) single award Indefinite Delivery Indefinite Quantity (IDIQ) contract on a sole source basis with Martek PS&S Global Mentor Protégé Joint Venture to acquire activation support services in support of the of Birmingham Mental Health Clinic within the Birmingham Veterans Affairs Medical Center. This project proposes to activate a new, state-of-the-art Mental Health Clinic in Birmingham, Alabama. This project will move Outpatient Mental Health services to a leased location within five miles of the Birmingham Veterans Affairs Medical Center (BVAMC) and decompress services at the existing facility located at 700 South 19th Street, Birmingham, Alabama. The activated site will be approximately 59,744 Net Square Feet and will have an approximate 450 parking spaces to accommodate the growing demand. This will enhance the ability to provide comprehensive expanded services to the region s Veteran population, including an expanded range of mental healthcare services in a modern facility. REQUIREMENT: The Contractor shall provide professional services to include all labor, materials, transportation, and equipment to plan and execute IOT&A support services to accomplish the Performance Work Statement (PWS) tasks. The scope includes project support for planning, activating, outfitting, and transitioning the staff and Veterans/patients associated with the project during FY19 through FY24. The scope of this services acquisition include: Comprehensive Project Management Support Services; Design and Planning Services; Comprehensive Furniture, Fixtures, and Equipment (FF&E) Planning Support; Acquisition Services; Activation Support Services; Concept of Operations (CONOPS) and Transition Services; Relocation Services; Warehousing and Warehousing Management Services; Delivery, Installation, Testing and Training Services; Training and Simulation; Technical Request for Information (RFI) Assistance; Final Turnover, Close-out, and Post Occupancy Evaluation (POE) Services; Strategic Communication (STRATCOM) Support Services; Information Technology/Information Management Planning Support; Information Technology (IT); and Biomedical Planning, Execution and Quality Assurance. ADMINISTRATIVE: The VHA, PCAC intends on awarding this IDIQ contract pursuant to the authority of 38 U.S.C § 8127 (c) (Also known as the Veterans First Contracting Program) implemented under VA Acquisition Regulation (VAAR) subpart 819.70, which provides the authority to directly contract with a Service-Disabled Veteran-Owned Small Business or a Veteran-Owned Small Business concern. It is anticipated that a single award, IDIQ contract with subsequent firm fixed price task orders, will be awarded in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13.5. The applicable NAICS code is 541614 with a size standard of $15.0 million. DISCLAIMER: Pursuant to VAAR 819.7007 (b) The Contracting Officer s determination to make a sole source award is a business decision wholly within the discretion of the Contracting Officer; however, responsible sources may identify their interest and capability to respond to the requirement by submitting a capability statement no later than 01 February 2019 by 12:00PM (EST). This notice of intent is not a request for competitive quotations. The preferred method of communication is via email to the point of contact outlined below. P.O.C: Heidi.Gallaher@va.gov, Contracting Officer Zachary.penhollow@va.gov, Contracting Specialist NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/ISC/OISC/36A77619Q0068/listing.html)
 
Record
SN05191636-F 20190112/190110230021 (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.