DOCUMENT
R -- Professional Admin Support Services Regional IDIQ - Attachment
- Notice Date
- 3/12/2012
- Notice Type
- Attachment
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
- ZIP Code
- 02908
- Solicitation Number
- VA24112I0501
- Response Due
- 3/26/2012
- Archive Date
- 4/25/2012
- Point of Contact
- Jodi Ruggiero
- E-Mail Address
-
Contracting Officer
(judith.ruggiero@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought: THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal. There will not be a solicitation issued at this time. The Department of Veterans' Affairs, Service Area Office East (SAO East), is conducting market research for Professional Administrative Support Services to include general contract administrative support and specialized support for construction contract administration. The intent is to award an Indefinite-Delivery Indefinite-Quantity Administrative Support contract for services to include, but not limited to, the following areas: St. Louis, MO; Denver, CO; Washington, DC, Fayetteville, NC; Bronx, NY; Buffalo, NY; Pittsburgh, PA; Philadelphia, PA; Tampa, FL; Boston, MA, West Haven, CT, Hampton, VA, Augusta, GA. The Service Contract Act applies to this potential requirement. Contractor support may require contractor personnel to be physically located at these locations. The contractor shall provide professional support and business aid to the customer and provide support in pre-award and post-award functions (excluding negotiation), using a wide range of contracting methods and types. Primary responsibility shall provide assistance in the formation and administration of Construction contracts. Additionally, support for other procurement requirements supported by the Contracting Office may be required. The applicable NAICS code is 561110 Office Administrative Services. THIS IS NOT A PERSONAL SERVICE CONTRACT. This is a service to augment, not replace, workload support. The size standard for this NAICS code is $7 million in average annual receipts. The resulting contract(s) will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual requirements throughout the various locations. Each task order will be priced individually and will include its own wage determination. The term of the IDIQ may be a one-year Base Period from date of award, with four (4) one (1) year options to extend. Each task order will have its own completion date established. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. It is required that interested parties register in the US Department of Veterans Affairs Vet Biz database and MUST BR CVE CERTIFIED. Registration may be accomplished at https://www.vip.vetbiz.gov/. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of an IDIQ (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of CVE Certification in the VA Vet Biz website or intention of registration prior to submission of offers to a solicitation; (5) documentation on company's capability to provide contractor support at the various locations; (6) Documentation if contractor cannot provide onsite support but rather remote support; and (7) any other pertinent company documentation. The response date to this Sources Sought notice is March 26, 2012 at 4:00 pm. This market research is for informational and planning purposes only to determine if a SDVOSB or VOSB set-aside is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via Dena.Kist@va.gov or Judith.Ruggiero@va.gov. Hard copy submissions are acceptable to VISN 1, Network Contracting Office 1(90C), 830 Chalkstone A venue, Providence, RI 02908.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24112I0501/listing.html)
- Document(s)
- Attachment
- File Name: VA241-12-I-0501 VA241-12-I-0501.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306567&FileName=VA241-12-I-0501-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306567&FileName=VA241-12-I-0501-001.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-12-I-0501 VA241-12-I-0501.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306567&FileName=VA241-12-I-0501-001.doc)
- Record
- SN02694270-W 20120314/120312234623-805965f46ca92da7c711655cf26256c0 (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 |