Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2020 SAM #6624
SPECIAL NOTICE

Q -- Lubbock (36A7760Q0097)

Notice Date
1/16/2020 2:04:26 PM
 
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
36A77620Q0097
 
Archive Date
01/30/2020
 
Point of Contact
Shanae Thomas, Contract Specialistshanae.thomas@va.govDawn Schydzik, Contract SpecialistDawn.Schydzik@va.govMatthew C. Sheridan, Contracting OfficerMatthew.Sheridan2@va.gov
 
E-Mail Address
Dawn.Schydzik@va.gov
(Dawn.Schydzik@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO SOLE SOURCE: 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) contract on a sole source basis with Concourse Federal Group, LLC, a Service-Disabled Veteran Owned Small Business (SDVOSB), to provide activation support services for the Amarillo VA Health Care System (AVAHCS) Lubbock Clinic in Lubbock, TX. The U.S. Department of Veterans Affairs will construct a new VA Medical Center major lease Lubbock VA Clinic - This project proposes to lease approximately 94,000 net usable square feet (NUSF) in addition to 635 parking spaces. The clinic is classified as a multi-specialty clinic. The IOT&A contract is anticipated to be awarded in Spring 2020 (FY20). 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 tasks. The scope includes project support for planning, activating, outfitting, and transitioning the staff and Veterans/patients associated with the project. The scope of this services acquisition includes compatible comprehensive project management, comprehensive interior design development, comprehensive equipment planning, acquisition support services, transition and relocation services, receipt, storage and warehousing of new and existing equipment; Furniture Fixtures & Equipment (FF&E) database management, installation (non-construction related integration), technical inspection, training/simulation for equipment/systems, meeting facilitation services, technical request for information assistance, information technology installation, assembly and other IT related services, biomedical services and final turnover, closeout and post occupancy evaluations. 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 single award, 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 January 30, 2020 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/18746ae4cdbc446eb1ed7d5377627f54/view)
 
Record
SN05536541-F 20200118/200116230137 (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.