Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2014 FBO #4473
DOCUMENT

R -- TEMP RELOCATING CLC TO AFRH - Attachment

Notice Date
2/20/2014
 
Notice Type
Attachment
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Solicitation Number
VA24514R0051
 
Response Due
3/15/2014
 
Archive Date
4/14/2014
 
Point of Contact
Delterine Mickey
 
E-Mail Address
5-8413<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the Department of Veteran Affairs' solicitation; this is the Request for Quote - proposals are being requested, no written solicitation will be issued. The Department of Veterans Affairs Washington, DC Medical Center (DCVAMC) intends to enter into a Firm-Fixed Price contract. This acquisition is a 100% set-aside for Small Business. The DCVAMC intends to solicit proposals for Business Case Planning experience. The required service will lead to the development of a business case that will allow for the temporary relocation of the existing Community Living Center to the Armed Forces Retirement Home. This is a request for competitive proposals utilizing provision FAR 52.212-1 Instruction to Offerors- Commercial items. The North American Industrial Classification System Code (NAICS) is 541618 and size standard $14.0. The procurement will be conducted using provision FAR 52.212-2 Evaluation - Commercial Item utilizing Low Priced Technically Acceptable (LPTA) evaluation criteria. The period of performance will be in two (2) phases which will begin within ten (10) days of contract award and both phases shall be completed within 60 days. Funds are available for this proposed project however if the project is cancelled all proposal preparation costs will be borne by the contractor. The Selected contractor will be required to submit electronic invoices for payment. Offerors shall provide a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications- Commercial item, clause at FAR 52.212-4 Contract Terms and Conditions -Commercial Item and clause at FAR 52.212-5 Contract Terms and Condition Required to Implement Statuses or Executive Orders - Commercial Items. Contractors are required to be registered in the System for Award Management (SAM) database by proposal due date. Responses should reference solicitation number VA245-14-R-0051 and must be received no later than 15 March 2014 2:00 e.s.t. pm, local time. No telephone inquiries will be accepted, No Hardcopy documents will be issued. (The Mailing address for the Contracting Office is Veterans Affairs Medical Center, 50 Irving Street, (90 C) NW, Room# BH-135, Washington, DC 20422, Attn: Delterine Mickey. PRICE/COST SCHEDULE: SUPPORT SERVICE FOR THE TEMPORARY RELOCATION OF THE EXISTING COMMUNITY LIVING CENTER (Washington DC) TO THE ARMED FORCES RETIREMENT HOME (DC) 1 JB GRAND TOTAL ________. STATEMENT OF WORK: Business Case Planning: Armed Forces Retirement Home - (Washington, DC) This project is to provide the VAMC-DC, 50 Irving St. NW, Washington, DC 20422 with services that will lead to the development the business case that will be submitted for review to Central Office to temporarily relocate the existing Community Living Center (CLC) to the Armed Forces Retirement Home (AFRA). The medical center is requesting consultant services for the following areas: "Business case development and supporting documentation for submission to the necessary boards and offices as part of the approval process "Risk matrix to outline the pros and cons of a temporary move "Work with Facilities Management Service (FMS) to integrate any movement of patients off station with the existing planned and approved construction projects. This plan is necessary to address a fully compliant CLC facility that will be ready to accept patients within 5 calendar years from the move out date. "Work with the Office of Strategic Planning (OSP) to develop short and long term space plans to transition staff from the existing CLC to AFRA and return back to the medical center in within 5 calendar years from the move out date. 1. Each area will require a written framework to include the following: a.A crosswalk of VHA policies and directives with existing CLC and the facilities at both the Medical Center and proposed AFRA building and what is necessary to meet standards in to relocate. b.A gap analysis of existing resources required to support CLC in @ AFRA to include but not limited to: staffing, supplies, facilities, and equipment both at AFRA and the Medical Center. This analysis will review and compare the medical center resources to VA, DOD and comparable private hospitals to determine what gaps exist. Gap analyses are not limited to staffing and this comparison must include efficiencies not yet realized to address resource deficits. c. A review of existing processes in the CLC setting with respect to service delivery. This review will be conducted with that spotlight on four groups: leadership, staff, internal and external stakeholders. This analysis will review and compare the medical center resources to VA, DOD and comparable private hospitals to determine what gaps exist. Gap analyses are not limited to staffing and this comparison must include efficiencies not yet realized to address resource deficits. d.A timeline and final reports, memos, permits documents, exhibits and all necessary documentation to present to Medical Center Leadership, Capital Asset Board (CAB) and all applicable VA Central Program Offices to gain approval to occupy the space. This includes the 2.The program review will include an assessment matrix to be reviewed and agreed upon by the medical center to include the following: a.Identification of the process for approval of the relocation and challenges b.Complete a financial evaluation of the relocation to analyze c.Assessment criteria centered on safety and compliance. The following criteria tools are acceptable: 2013 Joint Commission Standards, OSHA Standards, VA, OSHA, EPA & NEPA d.A strategy to improve the strengths of the FMS and Safety programs that demonstrate a structured and phased plan for improvement over the lifetime of occupancy. e.A strategy to utilize the existing CLC in the absence of an active patient population. 3.The program review will be conducted in the following phases a.(Phase I) Validation of Scope & Program Review i.Perform a kick off meeting with Medical Center leadership ii.Confirm the scope of work iii.Provide the data collection matrix to the VA for review and mutual concurrence on collection activity and duration of the same iv.Establish a timeline for milestones within the confines of this contract b.(Phase II) Documentation i.Provide draft assessment tool to the VA for review and mutual concurrence on the methodology and data collection associated with the assessment tool. ii.Conduct interview of select staff from all affected areas to assess needs and develop a timeline iii.Provide a fully developed business case to submit to VA Central Office for review and approval iv.Provide a fully developed white paper to submit to VA Central Office for review and approval v.Provide a fully developed and action plan to relocated to AFRA vi.Provide all necessary decision documents necessary to move this forward. Any document that is needed to gain approval is considered a decision document. The documents will be reviewed and decided at the beginning of Phase II. vii.Provide a written report to include all decision documents, exhibits, action plans and all artifacts used to create a fully developed business case 4.The phases of the program review will have the following timelines: a.Phase I-15 calendar days from the kick-off meeting b.Phase II- 45 calendar days from the completion of Phase I 5.All presentations at scheduled meetings to the Medical Center leadership will be in PowerPoint format and become part of the final written report. 6.The final report will be provided in MS Word and have a MS PowerPoint presentation. 7.The final report will have an executive summary with all recommendations grouped by program. 8.The mentoring framework will be provided in draft form for review and concurrence by Leadership. The final framework will be provided in MS Word format. 9.The team will consist of no less than four degreed analysts with a minimum of 10 years of industry knowledge as demonstrated by their resume or CV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACNAC/VACNAC/VA24514R0051/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-14-R-0051 VA245-14-R-0051_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1216196&FileName=VA245-14-R-0051-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1216196&FileName=VA245-14-R-0051-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA MEDICAL CENTER;50 IRVING STREET, NW;WASHINGTON, DC
Zip Code: 20422
 
Record
SN03292555-W 20140222/140220234756-f5308164e8e401e8548b3e6b227afa71 (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 |
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.