Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2018 FBO #6067
DOCUMENT

R -- Department of Veterans Affairs (VA)Office of Veterans Experience (OVE) Business Support for Measurement Performance Improvement (EM&PI). - Attachment

Notice Date
7/2/2018
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
36C10X18Q9126
 
Response Due
7/11/2018
 
Archive Date
8/10/2018
 
Point of Contact
Anthony Zibolski
 
E-Mail Address
240-215-0598<br
 
Small Business Set-Aside
N/A
 
Description
Page 4 of 4 Department of Veterans Affairs (VA) Office of Veterans Experience (OVE) Enterprise Measurement and Performance Improvement Office (EM&PI) Request for Information (RFI) Business Support for Measurement THIS IS A REQUEST FOR INFORMATION (RFI) ONLY (as defined in FAR 15.201(e)), this is not a solicitation. Solicitations are not available at this time. Requests for a solicitation will not receive a response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, provide feedback to respondents with respect to any information submitted, or respond to any questions or comments that may be submitted in response to this RFI. This notice does not constitute a commitment by the United States Government and does not obligate the Government to award a contract or otherwise pay for the information provided in response. Responders are solely responsible for all expenses associated with responding to this RFI. The purpose of this RFI is to determine the acquisition strategy and vehicles and methods to acquire the services. The Government is interested in determining whether Small Businesses are interested and capable of performing the work. Please identify of your firm s socio-economic status. If you are a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB), provide a statement indicating whether you are currently verified in the Vendor Information Pages (VIP). The Government requests that contractors respond to the specific questions provided in this RFI. Responses should demonstrate capability, not just confirm corporate capabilities. Large businesses are invited and encouraged to respond to this RFI. The agency does not intend to award a contract but rather gather capabilities and market information pertinent for acquisition planning. The responses to this RFI will be captured as market research and may contribute to the development of an acquisition strategy. Information provided may be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. All submissions become Government property and will not be returned. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. SCOPE OF WORK The Government requires contractor support personnel to provide support services to Government staff as EM&PI deploys a customer experience capability for leadership and employees to see trending concerns and predictions on emerging topics in specific VA lines of business before they become problematic. Additionally, contractor support is needed to conduct and continually expand performance improvement training using customer experience data to enhance service delivery across VA lines of business. See attached document: Draft Measurement Services Performance Work Statement (PWS) for reference. INSTRUCTIONS FOR RESPONDING TO THIS RFI CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Response Format/Page Limitations: The overall total page limit for responses to this RFI is eight (8) pages. Response submissions should be submitted in Microsoft Word format with Times New Roman font, 12 pt. or greater font size. Interested parties should limit marketing material in order to allow sufficient space for adequately, directly, and substantively responding with the information of most interest to the Government. In all correspondence relevant to this RFI please identify it as a response to the Internal Business Support for Measurement RFI and refer to the identifying number of 36C10X18Q9126. Any firm responding to this notice should ensure that its response is complete and sufficiently detailed. Respondents are requested to limit responses to the information, and in the format provided below. A - GENERAL INFORMATION Identify your firms socio-economic status. If you are an SDVOSB or VOSB, indicate whether you are currently verified in the Vendor Information Pages (VIP) as an SDVOSB/VOSB. A brief description of your company that includes job classifications and number of employees in your company. Identify any GSA schedules you hold that support this work as described in the RFI. B CAPABILITY AND EXPERIENCE INFORMATION Rationale: Responses will be reviewed to determine the vendor s capability to successfully conduct a project of a similar size, scope, approach, focus, complexity (i.e. large enterprise wide). The vendor shall provide information that demonstrates the value the vendor contributed by performing the tasks included in the attached Draft Performance Work Statement which positively influenced change across the enterprise. B1. Describe any recent (within the past 3 years) and relevant (similar scope) experience as a contractor (specify prime or sub), where you have supported similar support services. B2. Describe your capability of performing the tasks outlined in the PWS. B3.        Describe your capability to provide Key Personnel as described at Section 10 in the PWS. B4. On average, contractor support is needed to assist with 16 lines of business during a month; however, there is the potential that this could increase to more than 30 lines of business during a month which will require additional surge capacity for support at Tasks 2, 3, 5 and 7. Describe your organization s capability (i.e., staffing plan) to ramp up with qualified personnel to cover periods of surge and ramp down as the required support decreases. Approximately how long will it take for your organization to bring additional staff onto the contract as it is needed? Approximately how much lead time will your organization require to handle surge periods? B5. Describe any additional tasks or deliverables you would consider to be required to meet the stated objectives. Also propose based on your capabilities a contracting vehicle that your organization considers could accommodate the scope of this requirement. B6 The Government has identified the NAICS code 541611 for this requirement. Provide recommended NAICS for this requirement with supporting rationale. Submission Instructions: Responses to this RFI shall be submitted to Anthony Zibolski, Contract Specialist and Lora Gross, Contracting Officer via email (Anthony.zibolski@va.gov and Lora.gross@va.gov) no later than July 11, 2018 at 10:00 AM EDT. The subject line of the email shall read SSN Response 36C10X18Q9126. Interested vendors should provide a positive affirmation of its capabilities with the type of services specified in the Task section of this RFI. Interested vendors are encouraged to provide information to the Government on what they will need in order to respond to a future solicitation. Failure to respond to this RFI would be viewed as non-interest/non-capable in performing this future requirement. Questions: A submitted to Anthony Zibolski, Contract Specialist and Lora Gross, Contracting Officer via email to (Anthony.zibolski@va.gov and Lora.gross@va.gov). FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection  31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: Information. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/36C10X18Q9126/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10X18Q9126 36C10X18Q9126.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4452713&FileName=36C10X18Q9126-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4452713&FileName=36C10X18Q9126-000.docx

 
File Name: 36C10X18Q9126 DRAFT Measurement PWS (7-2-18).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4452714&FileName=36C10X18Q9126-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4452714&FileName=36C10X18Q9126-001.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: Department of Veterans Affairs;1800 G Street, NW;Washington, DC
Zip Code: 20006
 
Record
SN04977360-W 20180704/180702231142-5ca5d81b1d1540bb92f17ebed5d80d09 (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.