DOCUMENT
R -- STRATEGIC AND FINANCIAL SERVICES - Attachment
- Notice Date
- 8/2/2012
- Notice Type
- Attachment
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of Veterans Affairs;Office of Asset Enterprise Management;810 Vermont Avenue, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA10112Q0144
- Response Due
- 8/10/2012
- Archive Date
- 10/9/2012
- Point of Contact
- Maina Gakure
- E-Mail Address
-
1-6849<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is VA101-12-Q-0144 and is issued as a Women-Owned Small Business (WOSB) set aside. T he solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 541618. Only qualified offerors may submit bids. In order to establish a strong foundation of business and operational practices in Specialty Care the Specialty Care Transformation (SCT) initiative seeks to provide a full range of integrated strategic and financial services that Veterans Health Administration (VHA) may need in order to design and implement optimal Department-transformational initiatives similar to vast initiatives like the capital asset management initiatives. These services are needed to better serve Veterans and their families. This strategic advisory service support will include the following: Finalize business development plans and create an implementation plan; Define and redefine processes needed to support reporting and performance monitoring, costs, project tracking and gap analysis; Formalize changes to processes, systems and data; Develop recommended policy and process recommendations to improve transformation initiatives across VHA, where applicable; Conduct data validation and cross referencing; Analyze and review VHA s transformation initiatives trends; Review and recommend changes to the strategic planning process, to ensure integration between Primary Care and Specialty Care; Conduct reviews to determine lessons learned for the success for the overall program; Develop process improvement actions, including establish stakeholder involvement and feedback, review of VHA s SCT s program; Develop decision models and optimization, including business case application products for VHA s SCT initiatives being considered for funding; Ensure VHA s Transformation Initiatives are monitored and administered in the manner that demonstrates Veteran centric delivery of specialty care in a team-based model that supports PACT; Develop, review and analyze the effectiveness of VHA s SCT policies, principles, standards and guidelines; and Conduct a strategic review of the budgetary aspects of SCT s capital operation and program services to demonstrate improved sound planning and needs assessment. The Offeror shall provide Specialized Services in the following area: Project Management Pan; Project Financial Services; and Sustainment funding. The Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAOAEM/VAOAEM101/VA10112Q0144/listing.html)
- Document(s)
- Attachment
- File Name: VA101-12-Q-0144 VA101-12-Q-0144.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=425064&FileName=VA101-12-Q-0144-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=425064&FileName=VA101-12-Q-0144-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101-12-Q-0144 VA101-12-Q-0144.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=425064&FileName=VA101-12-Q-0144-000.doc)
- Record
- SN02824303-W 20120804/120802235825-884186e908bb36ca87143d5ccdb12d33 (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 |