Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2020 SAM #6737
SOURCES SOUGHT

R -- OFFICE OF CAPITAL ASSET MANAGEMENT SERVICE (OCAMS) PROGRAMMATIC MANAGEMENT SUPPORT SERVICES FOR CAPITAL PROJECT ACTIVATION COSTS

Notice Date
5/8/2020 10:37:15 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
PCAC ACTIVATIONS (36A776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36A77620Q0271
 
Response Due
5/20/2020 12:00:00 AM
 
Archive Date
07/19/2020
 
Point of Contact
Shanae Thomas Shanae.Thomas@va.gov Contract Specialist Kathleen Klotzbach Kathleen.Klotzbach@va.gov Contracting Officer
 
E-Mail Address
kathleen.klotzbach@va.gov
(kathleen.klotzbach@va.gov)
 
Awardee
null
 
Description
Request for Information OFFICE OF CAPITAL ASSET MANAGEMENT SERVICE (OCAMS) PROGRAMMATIC MANAGEMENT SUPPORT SERVICES FOR CAPITAL PROJECT ACTIVATION COSTS I. Introduction: The sources sought notice 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 the sources sought 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 the Office of Asset Enterprise Management (OAEM) Office of Capital Asset Management Service (OCAMS) to provide support services for estimating Capital Project Activation Costs. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Background Information: The Strategic Capital Investment Planning (SCIP) process is the basis for the Department of Veterans Affairs (VA) current and out-year capital budget requests. The SCIP process includes development of 10-Year action plans and budget year business cases to close performance gaps (space, utilization, facility condition, access, etc.) and enhance healthcare and delivery of services and benefits to the nation s Veterans. To better estimate all-in project costs (e.g., furniture, equipment, information technology, staffing. etc.) and to provide documentation for budgetary requests required for project activation funding, a model for calculating these costs in advance of and during construction is necessary to plan and redistribute funding as project schedules change. The model will be based on the Space and Equipment Planning Software (SEPS). Each Construction project and Major Lease are required to submit a SEPS plan during the SCIP submission. That SEPS plan will become the baseline for Furniture, Fixtures, and Equipment (FF&E) funding. III. Scope of Work: The contractor shall be responsible for the following: Contractor shall provide an initial update to the previous estimates and historical activation funding executed per project. Additionally, the contractor shall provide a mid-year update to assist VHA in providing the most accurate data to VHA finance for funding requests; validation that the initial update is still accurate based on the midyear project changes. Initial and mid-year update estimates will include recurring and non-recurring, for all types and sizes of VHA capital projects, and all inputs, and outputs previously included in the estimates, and as needed, changes the contractor may recommend improving the accuracy of the estimates. The estimates should provide all required documentation to respond to the Office of Management and Budget (OMB) and Congressional requests for information regarding activation costs. Contractor shall provide ongoing support to develop reports, update project changes to the estimate, and/or presentations as needed by project, Veterans Integrated Service Network (VISN) or VHA for the term of this contract. The contractor shall also provide on-going support to Office of Capital Asset Management (OCAMS) and VISNs in maintain and update the database data/information to support an effective activation funding process, which will help ensure the tool is being evaluated with current data and information. II. Submittal Information: Responses are due no later than 4:00 PM EST Wednesday, May 20, 2020. Responses shall be limited to 10 pages, 12-point font minimum. The Government will not review any data or attachments in excess to the 10 pages. Please be advised that all submissions become Government property and will not be returned. Responses shall be sent to Shanae Thomas at Shanae.Thomas@va.gov and Kathleen Klotzbach at Kathleen.Klotzbach@va.gov. Responses shall provide administrative information, and shall include the following as a minimum: Company Name, DUNs number, Company mailing address, phone number, name of designated point of contact and e-mail of designated point of contact. 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, joint venture partners, potential teaming partners. Capability/Qualifications A written response 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, including demonstrated experience and understanding of the following: Strategic capital investment planning and budgeting, specifically within project activation funding for a healthcare facility Space and Equipment Planning within a healthcare facility Knowledge and experience in OMB budget requirements Past Experience Provide the following on a maximum of three similar projects completed within the last three years for which the respondent was a prime or subcontractor: The name, address, and dollar value of each project The Prime Contract Type, Firm Fixed-Price, or Time and Material The name, telephone and address of the owner of each project A brief description (no more than a few paragraphs) of each project and why it is relevant to this requirement., including difficulties and successes Your company s role and services provided for each project All Email Correspondence for this project must reference the RFI Number and Project Title in the subject line of the email.� Example:� RFI 36C77620Q0271 Capital Project Activation Costs Support Services. No phone calls will be accepted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI 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 RFI. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party s expense. Not responding to this RFI does not preclude participation in any future Request for Proposals, if any is issued. Primary Point of Contact: Shanae Thomas, Contract Specialist E-Mail: Shanae.Thomas@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/646f827b0c7845768310eef7776fe45e/view)
 
Place of Performance
Address: Contractor's Site
 
Record
SN05652089-F 20200510/200508230152 (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.