Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 04, 2021 SAM #7278
SOURCES SOUGHT

Q -- FY22 IOT&A Market Research Report

Notice Date
11/2/2021 7:05:41 AM
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
PCAC ACTIVATIONS (36A776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77622Q0048
 
Response Due
11/15/2021 7:00:00 AM
 
Archive Date
01/14/2022
 
Point of Contact
Shanae.Thomas@va.gov, Clayton.Smith2@va.gov, Phone: 216-447-8300
 
E-Mail Address
Ann.Barron1@va.gov
(Ann.Barron1@va.gov)
 
Awardee
null
 
Description
Page 4 of 4 Program Contracting Activity Central Initial Outfitting, Transition, and Activation Services (IOT&A) Veteran s Health Administration REQUEST FOR INFORMATION (RFI) 36C77622Q0048 A National Activations Office (NAO) was approved by the Under Secretary of Health in Fiscal Year 2012 to serve as a focal point for VHA medical facility activations. Activation is defined as the process of identifying, planning, managing, and executing the logistical and operational requirements to bring a new medical center into full planned operations. The medical center assigns VHA staff to an Activation Team which is responsible for managing the Activation Project and ensuring the new facility is in full planned operations on Day One (the first day clinical services are scheduled to be available to Veterans). Contractor services are often required to support the medical center's Activation Team. The purpose of this RFI is to find capable SDVOSB firms to support the activation teams by conducting Pre-Planning and Activation services in support of multiple activation projects with the National Activation Office, Office of Capital Asset Management (OCAMS) - Activations, through Program Contracting Activity - Central (PCAC) during FY22 & FY23. This RFI is issued solely to determine the capability of eligible Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide the services identified below. The North American Industry Classification System (NAICS) for this requirement is 541614 Process, Physical Distribution, and Logistics Consulting Services - with a size standard of $16.5 million. To be eligible for a set aside under the Veteran s Affairs Veterans First Contracting Program, SDVOSBs must: 1) be verified by the Department of Veterans Affairs (VA) as a SDVOSB and 2) meet the small business size standard for North American Industry Classification System (NAICS) 541614. Additional information on the Veteran s First Contracting Program including verification instructions can be found at (http://www.va.gov/OSDBU/index.asp). A company that is not a small business under NAICS 541614 or not certified as an SDVOSB by the VA Office of Small and Disadvantaged Business Utilization (OSDBU) in the Vendor Information Pages (VIP) database should not respond to this notice. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Quotation, or a Request for Proposal. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Response to this RFI will be treated only as information for the Government to consider. The information provided may be used by the Government in developing its acquisition strategy. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI and parties responding will not be entitled to payment for direct or indirect costs incurred in responding to this RFI. Eligible SDVOSB firms should provide capability statements for the pre-planning and activation tasks outlined below within the RFI response: 1. Comprehensive Project Management Support Services 2. Comprehensive Interior Design, FF&E, and Space Planning Services 3. Concept of Operations (CONOPS) and Transition Planning 4. Acquisition Planning Services 5. Acquisition Packages Development 6. Warehousing and Warehousing Management Services 7. Relocation of Reuse and Personnel Files 8. Activation Services and Post Occupancy Support 9. Staff Training and Orientation Generic capability statements will not be accepted or reviewed. Your response must include the following: Provide a summary of your technical capabilities to meet the tasks above. Corporate experience or expertise in performing pre-planning and activation type services for projects in a federal healthcare environment. Include specific examples and references. Specific examples or references provided must include the agency, point of contact (with email), general scope of work, dollar value, and contract number. Please identify if experience is of a prime or sub. Please identify in your response any of your firm s existing contract vehicles (e.g. GSA federal supply schedules) which provides for the tasks described above. Responses are due no later than 10:00 AM EST, November 15, 2021 via email to: Clayton Smith, Contracting Specialist at Clayton.Smith2@va.gov, Shanae Thomas at Shanae.Thomas@va.gov, and Ann Barron at Ann.Barron1@va.gov. Questions and responses must be submitted via email to all contacts. No phone calls will be accepted. Please note RFI 36C77622Q0048 in the subject line of your response. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3f036c3e03b542239358c461b9479f64/view)
 
Place of Performance
Address: Nationwide
 
Record
SN06169496-F 20211104/211102230117 (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.