Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2018 FBO #5959
SPECIAL NOTICE

R -- Long Beach 402 and 405 Acquisition and Warehousing Services

Notice Date
3/16/2018
 
Notice Type
Synopsis
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36E77618Q9021
 
Archive Date
5/15/2018
 
Point of Contact
Richelle.Lane@va.gov
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO SOLE SOURCE: This Notice of Intent is not a request for quotes or proposals. No contract award will be made on the basis of quotations or proposals received in response to this notice. No solicitation document exists and no telephone or email inquiries will be accepted. The government intends to negotiate on a sole-source basis with Go Energistics, LLC, a Service-Disabled Veteran Owned Small Business (SDVOSB), to provide acquisition services and warehousing services for the VA Long Beach 402 and 405 projects. Go Energistics, LLC has an active Initial Outfitting, Transition, and Activation (IOT&A) contract to provide acquisition services for the VA Long Beach 402 Phase 1 activation project. Go Energistics also has an active IOT&A Pre-planning contract to provide activation planning services for the remaining phases of the VA Long Beach 402 project and the VA Long Beach 405 project. Due to changes in the activation schedule, the Government requires activation services for the VA 402 Phase 2 project before the follow-on IOT&A activation contract will be solicited for the VA 402 and 405 projects. In addition to providing warehousing services under its existing contract for VA Long Beach 402 Phase 1, Go Energistics, LLC is also under contract to provide warehousing services for the VA Pacific Islands Healthcare Multi-Specialty Outpatient Clinic MSOPC) which will be based out of Long Beach, CA. The government anticipates significant cost savings and project efficiencies by being able to take advantage of one contractor s warehouse space and services for use among the VA Long Beach and VA Pacific Islands activation projects. Acquisition Services: Go Enegistics Acquisition Services The Contractor shall develop the Building 126 OP Phase II, Building 126 OP Phase III, and the Project 405 Acquisition Plan.  The Acquisition plan shall identify, at a minimum, long lead time items, number of packages, and estimated timelines for procurement by package group.   The Contractor shall develop procurement packages for items to be procured based on information provided by end users during user group meetings. The Contractor shall submit the VA Form 2237 and all package documents produced as required by this section to the contracting office via FORCE, which can be accessed at http://vaww.ecms.va.gov/CARE/ on any computer that has VA network access.  An eCMS account is required.   The Contractor shall determine if any items are available through sources listed on the National Acquisition Center Contract Catalog Search Tool (CCST), available at https://www.va.gov/nac.  If an item is available through a CCST listed source, that information shall be documented on the market research form.  Items available through a mandatory source should be grouped, when possible, into one package.   For items not available through a mandatory source, the Contractor shall group items into procurement packages in a manner which enables maximum competition among sources listed in priority order at VAAR 819.7004 Contracting Order of Priority when possible (i.e. SDVOSBs, VOSBs, other Economically Disadvantaged Small Businesses, and then Other Than Small Businesses).  The Contractor is responsible for providing complete and accurate procurement packages.  Procurement packages must be approved by a Contracting Officer at the Contracting Office that is responsible for procuring the package.   Warehousing Services The Contractor shall provide comprehensive warehousing services.  The Contractor shall provide warehousing (to include the provision of the warehouse) for the Building 126OP Phase II, Building 126OP Phase II, Project 405, VA Pacific Islands Healthcare System - ALOHA Lease Project Multi-Specialty Outpatient Clinic, and other selected VHA facility furniture, fixtures, and equipment (FF&E) that will be staged prior to installation and as needed during the activation process.  All items must be stored in such a way as to not void manufacturer warranties.  It is the Contractors responsibility to determine warehouse size requirements.  Warehousing services include tracking, receiving, documenting, reporting, and storing all identified FFE.  Please note, government acceptance of items delivered to the warehouse must be done by the Government personnel.  The Contractor must have the ability to report all assets stored in the facility with daily updates provided as items are delivered to the facility.   Warehouse requirements:     The warehouse must be within 15 miles of the VA Long Beach Healthcare System. The warehouse must have a sprinkler system, security system, racking, loading docks, and a climate control area. The Contractor shall provide appropriate insurance to protect the VA in case of loss or damage to VA property stored at the warehouse.   The Contractor shall develop and provide a Warehousing Plan.  The Warehousing Plan shall describe how the Contractor plans to meet the warehousing requirements of the Performance Work Statement (PWS) and an emergency management plan for the warehouse.  In addition, the Warehousing Plan shall include the address of the warehouse, hours of operation, pictures of the interior of the warehouse prior to FF&E being received documenting minimum warehouse requirements (i.e. sprinkler system, racking, loading docks, climate control area, security system), and a copy of the certificate of insurance.  Recommend adding the PWS task language as an attachment. This procurement will increase the maximum value of the life of Indefinite Delivery/Indefinite Quantity (IDIQ) contract VA701-17-D-0014 to $7,000,000.00 This procurement will be conducted in accordance with FAR Part 13. The North American Industry Classification System (NAICS) code for this requirement is 541614 with a small business size Standard of $15 million. The authority for restricting competition on this requirement is 41 U.S.C.1901 and is implemented by FAR 13.106-1(b)(2). For this action, 38 U.S.C. 8127(c), known as the Veterans First Contracting Program, provides the authority to directly contract with an SDVOSB or a VOSB. The decision to make a sole-source award is a business decision wholly within the discretion of the Government. Any responsible source who believes it is capable of meeting the requirement may submit a capability statement to Richelle.Lane@va.gov no later than Friday, March 23, 2018, 4:30 PM ET. The capability statement must include documentation that provides evidence of the contractor s specific knowledge and experience in providing acquisition and warehousing services for healthcare facilities and must include detailed information regarding the contractor s experience in meeting compressed activation schedules. A determination not to compete the requirement based upon the responses to this notice is solely within the discretion of the Government. Disclaimer and Important Notes: No proprietary, classified, confidential, or sensitive information should be included in responses to this notice. This notice does not obligate the Government to award a contract. The Government will not pay for information provided in response to this notice. The Government reserves the right to use information provided by respondents for market research purposes. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/ISC/OISC/36E77618Q9021/listing.html)
 
Record
SN04857624-F 20180318/180316230951 (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.