Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2014 FBO #4564
DOCUMENT

R -- NATIONAL INITIAL OUTFITTING, TRANSITION AND ACTIVATION CONTRACT - Attachment

Notice Date
5/22/2014
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;960 Broadway Ave, Suite 460;Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
VA26014I0661
 
Response Due
2/15/2014
 
Archive Date
3/17/2014
 
Point of Contact
Scott Eberle scott.eberle@va.gov
 
Small Business Set-Aside
N/A
 
Description
This REQUEST FOR INFORMATION is for market research purposes and to provide industry an early look at the intended performance work statement (PWS) in order to determine the availability of potential businesses with capabilities and interest to provide the service described below. Potential offerors are invited to provide feedback via e-mail to Scott Eberle at scott.eberle@va.gov and Tom Guyer at tom.guyer@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. BACKGROUND: The Veterans Health Administration (VHA), National Activation Office (NAO), Veteran Integrated Service Networks (VISN), and VA Medical Centers (VAMC) Activation Projects teams intend to solicit and award an Indefinite Delivery, Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) to provide Initial Outfitting and Transition Services (IOT&A) total turn-key project support for the transition of the staff and patients associated with healthcare construction projects. Transition of services will occur from approximately 6 locations, specific locations will be identified at the time of solicitation release. REQUIREMENT: Services will include non-personal comprehensive IOT&A services to include management, supervision, labor and materials necessary to execute the requirements under the description of services for each sub CLIN. Effort includes project management, interior design services; facility & equipment planning services; transition planning & relocation services; warehouse management services; installation, testing & training services; and final turnover, close-out & post-occupancy evaluation services. This capacity includes contractor acquired equipment ordered as an option within a CLIN of the MATOC. This action will be acquired under NAICS: 541611, Size Standard: $14.0M Potential contractors shall provide, at a minimum, the following information to Scott Eberle at scott.eberle@va.gov and Tom Guyer at tom.guyer@va.gov : 1)Offeror's name, address, point of contact name, phone number, and e-mail address. 2)Company's DUNS number, NAICS code, and confirmation of enrollment in SAM at www.sam.gov and Duns and Bradstreet at www.dnb.com 3)Company's Business Size and type of small business. If a Veteran, is registered at www.vetbiz.gov 4) Offeror's interest in bidding on the solicitation when it is issued. 5)List all manufacturer names for which your firm is an authorized dealer and include a parts list of items that you can provide. 6)Brief capability statement with enough information to determine if the company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statement regarding the company's ability to provide the service above. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. 7)Comments/feedback and suggestions in reference to the attached PWS. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest, however, preference will be given IAW FAR Part 19 and VAAR Part 808. The Government must ensure there is adequate competition among the potential pool of available contractors. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office in writing or via email by 12:00 PM Pacific Day Time on 30 May 2014. Submit response and information to: Scott Eberle at Scott.eberle@va.gov and Tom Guyer at tom.guyer@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26014I0661/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-14-I-0661 IOT A REQUEST FOR INFORMATION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1380117&FileName=VA260-14-I-0661-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1380117&FileName=VA260-14-I-0661-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03374533-W 20140524/140522235750-5197ffeed065502ef16674dba01d799e (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.