Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOURCES SOUGHT

Q -- Taos CBOC RFI 2023 Sources Sought Notice

Notice Date
4/19/2023 9:14:45 AM
 
Notice Type
Sources Sought
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0821
 
Response Due
5/3/2023 12:00:00 PM
 
Archive Date
06/02/2023
 
Point of Contact
Danielle.Trudeau@va.gov, Danielle Trudeau, Phone: 562-766-2263
 
E-Mail Address
danielle.trudeau@va.gov
(danielle.trudeau@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 3 of 6 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 6 SUBJECT* Taos CBOC RFI 2023 Sources Sought Notice GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 90815 SOLICITATION NUMBER* 36C26223Q0821 RESPONSE DATE/TIME/ZONE 05-03-2023 12:00 PACIFIC TIME, LOS ANGELES, USA ARCHIVE 30 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE PRODUCT SERVICE CODE* Q201 NAICS CODE* 621498 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 POINT OF CONTACT* Danielle Trudeau Danielle.Trudeau@va.gov PLACE OF PERFORMANCE ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION See attached document: P09- Performance Work Statement Taos CBOC. Page 5 of 6 Page 1 of THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. RFI # 36C26223Q0821 Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work described in the attached Performance Work Statement Taos CBOC. The NAICS/PSC for this requirement is: NAICS Code: 621498- All Other Outpatient Care Centers PSC: Q201- Medical- General Healthcare Size Standard: $22.0M 3. Description of Requirement: The Contractor shall provide the Primary Care, Mental Health and Telemedicine Services described in the attached Performance Work Statement Taos CBOC in the form of a Community Based Outpatient Clinic (CBOC) located in Taos, New Mexico in direct support of the New Mexico VA Healthcare System (NMVAHCS). Length of Contract : Base Year and Eight (8) Option Periods for a total of Nine (9) Estimated Patients per Month: 844 857 4.IFix numbering throughout document. nterested and capable Contractors should respond to this notice not later than Wednesday May 3rd, 2023 @ 12:00 PM PDT by providing the following via email only to Danielle Trudeau, Contract Specialist, at danielle.trudeau@va.gov cCompany nameFix paragraph spacing throughout document aAddress pPoint of contact pPhone, fax, and email of primary point of contact Contractor s Unique Entity ID (SAM) number Type of small business, if applicable, (e.g. Service Disabled Veteran Owned Small Business (SDVOSB), Veteran-owned sSmall bBusiness (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. This language is going to get us a bunch of very general we can do this responses from the vendors who respond that will not be useful in completing a defensible Step 2 of the set-aside determination: i.e. are two or more vendors capable of doing the work for this procurement? To make your life easier when making the set-aside determination, we want to put a much finer point on things and be very directive regarding what experience we require interested offerors to provide, what information must be provided to support the claimed experience, and the consequences to the set-aside determination if the vendor does not provide the required information. Plus, requiring this level of detail requires some work on the part of the vendor, and will hopefully discourage those who are just looking to throw their names in the hat for every VA procurement that comes along. If we have vendors who do that here, the requirements in the redline edits below makes it much easier to toss them out of the capable pool. A capability statement that provides detailed information for one or more reference contracts that demonstrate your company s experience building out, staffing, activating, and operating a Community Based Outpatient Clinic providing Primary Care, Mental Health and Telemedicine Services similar to the services described in the attached Performance Work Statement. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement: the legal name of entity with whom the respondent held the contract; the contract number; a description providing details of the specific tasks the respondent performed under that contract; the dates during which the respondent performed the contract; the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use AND state what tasks each subcontractor will perform for this procurement and what tasks the respondent will perform for this procurement. NOTE: The information requested above is required for the Government to determine whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE TO SUPPORT A RESPONDENT S CLAIMED EXPERIENCE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO BUILD OUT, STAFF, ACTIVATE, AND OPERATE A COMMUNITY BASED OUTPATIENT CLINIC PROVIDING THE PRIMARY CARE, MENTAL HEALTH AND TELEMEDICINE SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. Page 6 of 6 Page 1 of 5. SDVOSB/VOSB respondents. If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of This is not the correct DB for verifying SDVOSB/VOSB status for VA set-asides for SDVOSB/VOSB concerns. The DB VA uses is at: https://veterans.certify.sba.gov/ certification .I m not sure why we ask for this. We are going to look it up ourselves in the DB anyway. from https://veterans.certify.sba.gov/. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to This FAR clause will not be in the solicitation if the procurement is set aside for SDVOSB/VOSB concerns because it only applies to Small Business set-asides. If you want to keep this in the RFI, we need to put in the applicable VAAR clause. which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, ยง125.6 the prime contractor's limitations on subcontracting for this procurement are as follows: General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVOSB/VOSB contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 6. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c0c939bf35654b1e89706d71f543b1f3/view)
 
Record
SN06656391-F 20230421/230419230119 (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.