Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOURCES SOUGHT

R -- Third Party Survey

Notice Date
12/10/2019 7:35:16 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77620Q0024
 
Response Due
12/30/2019 8:59:59 PM
 
Archive Date
02/28/2020
 
Point of Contact
Clayton SmithClayton.Smith2@va.gov
 
E-Mail Address
Clayton.Smith2@va.gov
(Clayton.Smith2@va.gov)
 
Awardee
null
 
Description
Third Party Survey36C77620Q0024I. Introduction:In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information orSolicitation for Planning Purposes this request is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to announcement. NAICS 541611 (size standard: $16.5 million) applies. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for a commercial off the shelf (COTS) Third Party Survey services. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Requirements: Please see attached DRAFT PWS.III. Submittal Information:Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 20 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 20 pages. Please also include a cover page (not included in page limit) which includes, at a minimum, the company s name, address, Dunn & Bradstreet number, GSA contract number (if applicable), point-of-contact name, phone number, and e-mail address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Past Experience Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. The name, address, and dollar value of each projectThe Prime Contract Type, Firm Fixed-Price, or Time and MaterialThe name, telephone and address of the owner of each projectA brief description (no more than a few paragraphs) of each project and why it is relevant to this requirement., including difficulties and successesYour company s role and services provided for each projectB. Capabilities / Qualifications:Capability/Qualifications A written response (no more than 20 pages) providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. The below information and responses questions shall also be included in your Capability Statement. Company business size and status - (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business, etc.), the number of years in business, affiliate information: parent company, potential teaming partners. Please also provide the number of employees your business has or has access to. Federal Supply Schedule - If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS applicable to this requirement. Sub-Contracting Limitations Please provide clarification that you can maintain compliance with sub-contracting limitations in accordance with the latest FAR and VAAR clauses. Draft PWS Comments:The Government is seeking input and comments on the attached Draft PWS document. Please identify any recommendations for understanding or clarity of requirements and terms and conditions. VHA is also interested in receiving comments relating to the type of technical information along with the PWS you recommend be included with a potential solicitation.It is requested that the above information be provided no later than Monday, December 30th, 2019 at 11:59 PM EST. Responses should be emailed to Clayton Smith at Clayton.Smith2@va.gov and Adeitra Jimmison at Adeitra.Jimmison@va.gov. All Email Correspondence for this project must reference the Project Title and RFI number identifier in the subject line of the email.� Example: Third Party Survey 36C77620Q0024. No phone calls will be accepted. DISCLAIMERThis request is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this request.Primary Point of Contact:Clayton Smith, Contract SpecialistE-Mail: Clayton.Smith2@va.gov Adeitra Jimmison, Contracting OfficerEmail: Adeitra.Jimmison@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e82a8d1184bf4b26a0245422fae93c7c/view)
 
Place of Performance
Address: Contractor Facilities
 
Record
SN05513456-F 20191212/191210230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.