Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SPECIAL NOTICE

Q -- Long Beach 402 Phase 6 Activation

Notice Date
12/17/2019 11:09:06 AM
 
Notice Type
Special Notice
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36A77620Q0058
 
Archive Date
12/31/2019
 
Point of Contact
Richelle N. GrayContract Specialist
 
E-Mail Address
richelle.lane@va.gov
(richelle.lane@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO SOLE SOURCE: INTRODUCTION: The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) intends to award an Initial Outfitting, Transitioning, and Activations (IOT&A) contract on a sole source basis with RenMar JV, LLC, a Service-Disabled Veteran Owned Small Business (SDVOSB), to provide activation support services for the Tibor Rubin Veteran VA Medical Center in Long Beach, CA. The VA Long Beach Healthcare System requires contractor support to provide IOT&A services for the activation of Major Construction Project 402 Phase 6 of the multi-phased renovation project. Major construction project 402 contains the renovation of Building 126OP at the Tibor Rubin Veteran VA Medical Center, 5901 E. 7th Street, Long Beach, CA 90822. Phase 6 is the activation phase of Audiology, Eye Clinic and Sleep Study areas in building OP126, and features 6 audiometric exam suites, 26 eye testing/exam/treatment rooms and 6 sleep lab rooms. The area includes space for assorted clinical and administrative support services rooms as well as waiting rooms. This area is on the main and second floor of the building below and adjacent to the Hospital tower building, just north of the 7th Avenue entrance. Phase 6 is the Activation phase for the Phase 5 renovation area. The IOT&A contract is anticipated to be awarded in January 2020. REQUIREMENT: The contractor shall provide professional services to include all labor, materials, transportation, and equipment to conduct and provide IOT&A support services to accomplish the Performance Work Statement tasks. The scope includes project support for activating, outfitting, and transitioning the staff and Veterans/patients associated with the project during FY20. The scope of services includes: Comprehensive Project Management Support Services (to include Meeting Facilitation, Activation Coordination and Management, and Contract Administration Services) Furniture, Fixture, and Equipment (FF&E) Support Services (to include FF&E Receiving Services, Inventory Management, Inspection and Acceptance Support, Distribution, and Contingency Management) Installation Transition Support Services (to include Lock and Key Distribution, Signage Coordination, Training Coordination, Move Services) Closeout Services (to include Turnover) Biomedical Equipment Technology Services ADMINISTRATIVE: The VHA, PCAC intends on awarding this 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 firm-fixed-price contract will be awarded in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13.5. The North American Industry Classification System (NAICS) code for this requirement is 541614 with a small business size Standard of $15 million. 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. The capability statement must include documentation that provides evidence of the contractor s specific knowledge and experience in providing IOT&A services for healthcare facilities and must include detailed information regarding the contractor s experience in meeting compressed activation schedules. This notice of intent is not a request for competitive quotations; however, responses received no later than December 31, 2019 by 12:00 PM ET will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No telephone inquiries will be accepted. The preferred method of communication is via email to the point of contact outlined below. DISCLAIMER: No proprietary, classified, confidential, or sensitive information should be included in responses to this notice. This notice does not obligate the Government to award a contract. The Government will not pay for information provided in response to this notice. The Government reserves the right to use information provided by respondents for market research purposes. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/18fba0765a5e4fd28b1b05f737b84441/view)
 
Record
SN05518424-F 20191219/191217230146 (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.