SOURCES SOUGHT
D -- 595-20-2-5082-0047 | FY20 iDrawings Service Contract | EDA: TBD by Branch Chief | Current Milestone: TBD | Status: Drafting market research report (3/31/20 BWJ) Reviewing package (3/24/20 BWJ). Moved to Services 4 for processing
- Notice Date
- 4/7/2020 10:05:22 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0473
- Response Due
- 4/10/2020 12:00:00 AM
- Archive Date
- 07/18/2020
- Point of Contact
- Bruce Jackson Contract Specialist (412) 822-3747
- E-Mail Address
-
Bruce.Jackson5@va.gov
(Bruce.Jackson5@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS� The Department of Veterans Affairs is conducting a MARKET RESEARCH SURVEY to obtain information regarding: (1) the availability and capability of qualified large business sources (2) the availability and capability of qualified small business sources; (3) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (4) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The NAICS code is 511210 DESCRIPTION OF THE REQUIREMENT: The Lebanon VAMC is looking for business that can provide all labor, materials and equipment necessary to maintain a computerized facilities management system. The medical center currently uses a computerized facility management system to generate accurate reports on resource usage, respond to maintenance problems, evaluate re-configuration requirements, space planning, energy planning and security planning. The Facility Management System (FM) consists of: An accurate field verified set of as-built drawings Data associated with facilities space, systems, and components iDrawings platform that provides tools to support various FM functions The iDrawings application software is hosted on servers running the VLogic FM software. Lebanon VA Medical Center users access the software through the Internet. The contractor shall manage the entire information technology infrastructure and licenses the use of the platform to the VA. The contractor shall also update the drawings and the related data on an on-going basis. The contractor shall provide licenses to access iDrawings during the Term identified below. Only a specific number of authorized users will be able to concurrently access the applicable iDrawings modules. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3) Submit Capability Statements by April 10, 2020 to: Bruce.Jackson5@va.gov. Responses should be received no later than 12:00 PM EDT. NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER APRIL 10, 2020. AT THIS TIME NO SOLICITATION EXISTS. �(DO NOT REQUEST A COPY OF THE SOLICITATION).� 4) Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. (5) 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.) DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2ea0f27cf7274a1e814e56f7d832a295/view)
- Record
- SN05613552-F 20200409/200407230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |