DOCUMENT
Q -- Ocala IOT&A IDIQ (VA-18-00048047) - Attachment
- Notice Date
- 5/29/2018
- Notice Type
- Attachment
- 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
- 36A77618Q9058
- Archive Date
- 7/28/2018
- Point of Contact
- Roberto De Jesus
- E-Mail Address
-
7-8300
- Small Business Set-Aside
- N/A
- Description
- Department of Veterans Affairs Veterans Health Administration Program Contracting Activity Central (PCAC) May 29, 2018 SPECIAL NOTICE NOTICE OF INTENT TO SOLE SOURCE Strategic Medical Equipment Solutions LLC 36A77618Q9058 INTRODUCTION: This Notice of Intent is not a request for quotes or proposals. No contract award will be made based on quotations or proposals received in response to this notice. No solicitation document exists and no telephone inquiries will be accepted. The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) intends to award an Initial Outfitting, Transitioning, and Activations (IOT&A) single award IDIQ contract on a sole source basis with Strategic Medical Equipment Solutions LLC to acquire activation support services in support of the Ocala Community Based Outpatient Clinic (CBOC) located in Ocala, FL. The U.S. Department of Veterans Affairs will construct a new facility in Ocala, FL to replace the two (2) existing facilities located in Marion County, FL. The new facility will consolidate Primary Care, Mental Health and Specialty Care into one facility in Ocala, FL. The project square footage is approximately 45,498 NUSF. This will enhance our ability to provide comprehensive expanded services to the region s Veteran population, including an expanded range of healthcare services in a modern facility. REQUIREMENT: The Contractor shall provide professional services to include all labor, materials, transportation, and equipment to plan and execute IOT&A support services to accomplish the PWS tasks. The scope includes project support for planning, activating, outfitting, and transitioning the staff and Veterans/patients associated with the project during FY18 through FY23. The scope of this services acquisition includes compatible comprehensive project management, comprehensive interior design development, comprehensive equipment planning, acquisition support services, transition and relocation services, receipt, storage and warehousing of new and existing equipment; Furniture Fixtures & Equipment (FF&E) database management, installation (non-construction related integration), technical inspection, training/simulation for equipment/systems, meeting facilitation services, technical request for information assistance, information technology installation, assembly and other IT related services, biomedical services and final turnover, closeout and post occupancy evaluations. ADMINISTRATIVE: The VHA, PCAC intends on awarding this IDIQ contract pursuant to the authority of 38 U.S.C § 8127 (c) (also known as the Veterans First Contracting Program) implemented under VA Acquisition Regulation (VAAR) subpart 819.70, which provides the authority to directly contract with a Service-Disabled Veteran-Owned Small Business or a Veteran-Owned Small Business concern. It is anticipated that a single award IDIQ contract, with subsequent firm fixed price task orders, will be awarded in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13.5. The applicable NAICS code is 541614 with a size standard of $15.0 million. DISCLAIMER: Pursuant to VAAR 819.7007 (b) The Contracting Officer s determination to make a sole source award is a business decision wholly within the discretion of the Contracting Officer; however, responsible sources may identify their interest and capability to respond to the requirement by submitting a capability statement no later than June 12, 2018 by 12:00PM (EST). This notice of intent is not a request for competitive quotations. The preferred method of communication is via email to the point of contact outlined below. P.O.C: Roberto.DeJesus2@va.gov, Contracting Specialist Heidi.Gallaher@va.gov, Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/36A77618Q9058/listing.html)
- Document(s)
- Attachment
- File Name: 36A77618Q9058 36A77618Q9058.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4342498&FileName=36A77618Q9058-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4342498&FileName=36A77618Q9058-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36A77618Q9058 36A77618Q9058.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4342498&FileName=36A77618Q9058-000.docx)
- Record
- SN04935823-W 20180531/180529230548-ac27c5c35229426493b5518fa0c22bdf (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 |