SOURCES SOUGHT
R -- Office of Construction and Facilities Management (CFM), Program Management (PM) Support services
- Notice Date
- 5/18/2022 12:14:50 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20420 USA
- ZIP Code
- 20420
- Solicitation Number
- 36C10F22Q0041
- Response Due
- 5/23/2022 9:00:00 AM
- Archive Date
- 07/22/2022
- Point of Contact
- Darian Fludd, Contract Specialist, Phone: 202-382-2763
- E-Mail Address
-
Darian.Fludd@va.gov
(Darian.Fludd@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- SOURCES SOUGHT NOTICE Department of Veteran Affairs (DVA), Office of Construction and Facilities Management (CFM), Program Management (PM) Support services INTRODUCTION/PURPOSE This Sources Sought Notice is for planning and market research purposes only. Response(s) to this Sources Sought Notice will be treated as information only. A solicitation does not exist at this time. Department of Veteran Affairs (DVA), Office of Construction and Facilities Management (CFM) is issuing this Sources Sought Notice as a part of market research to improve the CFM s understanding of the vendor capabilities and to finalize acquisition strategy. The Office of Facilities Acquisition (OFA), Office of Design and Construction (ODC), Office of Facilities Planning (OFP), Office of Resource Management (ORM), Office of Real Property (ORP), Project Control Service (PCS), and Deputy Executive Director (ODED) is looking for vendors that are capable of providing agile program management support services as CFM s needs evolve. VA anticipates that the period of performance for this requirement will be a base period of one (1) year, with four (4) one-year option periods. BACKGROUND AND OBJECTIVES VA has an upcoming requirement for program management support services for VA program offices. Illustrative examples include Acquisition Lifecycle Framework (ALF) support that will cross multiple office functions, internal controls assessment/risk management, process improvement, Templates, SOPs, and financial support. The flexible support is used to improve CFM business needs as they evolve, to ensure cost, schedule, and performance capabilities satisfy the underlying business needs. CAPABILITIES RESPONSE TO THE SCOPE OF WORK VA is seeking information regarding your company's depth of technical expertise/experience which will assist in determining our acquisition strategy. Please respond to the following questions. The entire response should be no more than three (3) pages in length excluding a cover page and feedback on the SOW in 12 pt. Arial font. Based on the areas below please provide a brief project summary and a list of clients (email and phone numbers) who can validate your company's depth of expertise. If used at multiple clients, please focus your response on Federal Government clients. Respond that you intend to submit a quote. Provide feedback on the draft statement of work. Please describe your experience concurrently supporting Acquisitions, Facilities Planning, Resource Management, Real Property, Project Control Service, and Front Office in accordance with the requirement at the same time? How, do you intend to bring the required expertise to this project? How many years of experience does your company and current staff currently have in accordance with the requirement? What strategic sourcing contracts are you on that fits the scope of this requirement and what is the Contract Access Fee (CAF)? Provide input and recommendations on Key Personnel requirements, and what labor categories and skill sets your company proposes for similar services is the requirement clear enough to be firm fixed price? What technical evaluation factors would you use to determine who is the most advantageous? SUBMISSION OF INFORMATION The information submitted in support of this Sources Sought must be submitted in writing to the points of contact identified below. Responses must include the following information: Company s Name Socio-economic category EUI Number NAICS List of Potential Subcontractor Partners or Small Business Subcontractors The submission should be organized, and responses question shall be provided in either MSWord or Adobe. Submissions shall be limited to the cover page, responses to questions, information requested, and any relevant comments. Responses shall be submitted via electronic mail to Contract Specialist, Darian Fludd no later than Noon EST on May 23, 2022 and include in the subject line: Response: Sources Sought for CFM PM Support. Responses not received by the closing date and time may not be considered by the VA. If your company chooses not to respond, please identify the reason(s) for not responding to improve our understanding of the commercial marketplace. POINTS OF CONTACT All comments, inquiries and responses should be directed to the following individuals via e-mail: Name: Darian Fludd Contract Specialist Email Darian.Fludd@va.gov OTHER The VA does not intend to respond to submissions, however, reserves the right to follow-up with vendors. Interested parties are advised that in accordance with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns will submit responses to the solicitation and that award can be made at a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate. The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides. This Sources Sought does not constitute a solicitation and there is no solicitation document presently available. The Government will not return or pay for any information provided in response to this announcement; no basis for a claim against the Government shall arise as a result from a response to this notice or Government use of any information provided. Responders are solely responsible for all expenses associated with responding to this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8062d8adf00b48c0beac21abc9c00cec/view)
- Place of Performance
- Address: Department of Veterans Affairs Office of Construction and Facilities Management (003C4A) 425 I Street NW, Washington, DC 20001, USA
- Zip Code: 20001
- Country: USA
- Zip Code: 20001
- Record
- SN06331497-F 20220520/220518230102 (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 |