DOCUMENT
B -- TRANSPORTATION NETWORK MODEL ANALYSIS - Attachment
- Notice Date
- 2/23/2012
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
- ZIP Code
- 32803
- Solicitation Number
- VA24812Q0954
- Response Due
- 3/1/2012
- Archive Date
- 4/30/2012
- Point of Contact
- LISA JOHN
- E-Mail Address
-
Contract Specialist
(Lisa.John@va.gov)
- Small Business Set-Aside
- N/A
- Description
- . This is a SOURCES SOUGHT ONLY. The purposes of this sources sought notice is to gain market knowledge of potential small business sources and their size classification; HUBzone, 8(a), Small disadvantage Business, Woman Owned business, Veteran owned Business, Service Disabled Veteran Owned Business relative to NAICS Code 541330, with a small business size standard not to exceed $4.5M. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential SOURCES ONLY. A solicitation is expected to be publlished on or before March 5, 2012. After review of the responses to this sources sought announcement a synopsis and/or solicitation or combination of both announcements will be published at that time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: 1) Is your business a small business under NAICS code 541330? 2) Does your firm qualify as a small disadvantage business? 3) If disadvantaged specify if your firm is certified under Section 8(a) of Small Business Act or self certified? 4) Are you certified HubZone firm? 5) Are you certified Service-Disabled Veteran Owned or Veteran Owned business? 6) Are you woman-owned? 7) Is your business a large business? Please provide a capability statement addressing your organization's ability to perform as a prime contractor the work described in the draft SOW below. Index your firm's capabilities to the tasks in the draft SOW so that your firm's capabilities can be readily assessed. This is not a request for proposal and in no way obligates the Government to award any contract. Please provide responses in writing no later than March 1, 2012 to: Lisa.John@va.gov Telephone responses will not be accepted. Responses to this sources sought announcement will not be considered as a response to any solicitation, request to be added to a prospective offerors list, or to receive a copy of any solicitation. No solicitation is currently available at this time. DRAFT SOW DRAFT SOW DRAFT SOW DRAFT SOW DRAFT SOW DRAFT SOW A. GENERAL GUIDANCE 1. Project Title: Transportation Network Model 2. Scope of Work: Vendor will work with the OVAMC to utilize systems-engineering tools to optimize the transportation resources of the OVAMC. The engineering models and techniques will be applied by the vendor to evaluate problems with transportation resources, identification of bottlenecks/constraints in transportation, and evaluate variation in processes so that vendor can inform the OVAMC how to best manage transportation resources throughout its main facility and CBOCs. This will assist the Health Adminstration Servces (HSA) to determine short tem and long ternm objectives in providing for transoprtation needs for the OVAMC. Performance Period: TO BE DETERMINED The Contractor shall not begin performance without first receiving authorization and/or Notice to Proceed from the Contracting Officer. During the performance period of this order, the Contractor is reminded that the Contracting Officer has the sole authority to authorize changes that affect this order. 3. Type of Contract: Firm Fixed Price The Contractor shall commence work only when the Contracting Officer has conducted a meeting to discuss various aspects of work details so there is a consistent understanding among all parties. B.SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Contract employee performing service under this order will be controlled, directed and supervised at all times by management personnel of the Contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the statement of work. Contractor employees will perform their duties independent of, and without supervision of, any government official. The tasks, duties and responsibilities set forth in the task order may not be interpreted or implemented in any manner that results in any Contractor employee creating or modifying Federal Policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Part 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. E.EVALUATED OPTIONAL FEATURES None. F.SCHEDULE FOR DELIVERABLES The schedule for deliverables will be determined G.CHANGES TO THE STATEMENT OF WORK During the performance period of this order, the Contractor is reminded that the Contracting Officer has the sole authority to authorize changes that affect this order. H.REPORTING REQUIREMENTS A final report will be provided by the contractor as referenced in the statement of work along with any required reporting during the term of the contract. I.GOVERNMENT RESPONSIBILITIES None. J.CONTRACTOR EXPERIENCE REQUIREMENTS The Contractor shall maintain the administrative control necessary to ensure that the work delivered meets the contract specification requirements. The work history of each Contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of this contract, to request work histories on any Contractor employee for the purposes of verifying compliance with the above requirement; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in the performance of work shall be fully capable of performing the contemplated functions of the respective labor categories in an efficient, reliable and professional manner. The services to be performed by the Contractor shall be performed in accordance with VA policies and procedures, H1PPA Privacy regulations, and other regulations of the medical staff by-laws of the VA facility. PERSONNEL POLICY: N/A Contracting Office Address: Orlando VAMC 5201 Raymond Street Orlando Fl, 32803-8208 ATTN: Contracting Lakemont Room 101 United States Place of Performance: Orlando VAMC Orlando, FL 32803 United States Primary Point of Contact: Lisa John Contract Specialist Lisa.John@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24812Q0954/listing.html)
- Document(s)
- Attachment
- File Name: VA248-12-Q-0954 VA248-12-Q-0954.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300042&FileName=VA248-12-Q-0954-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300042&FileName=VA248-12-Q-0954-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-12-Q-0954 VA248-12-Q-0954.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300042&FileName=VA248-12-Q-0954-000.docx)
- Place of Performance
- Address: ORLANDO VAMC;5201 RAYMOND STREET;ORLANDO, FL
- Zip Code: 32803-8208
- Zip Code: 32803-8208
- Record
- SN02681156-W 20120225/120223234419-28428f9e094ea2bab3018256e24733e5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |