SOURCES SOUGHT
R -- Statement of Objectives Suicide Prevention Grand Challenge Competition
- Notice Date
- 5/7/2020 8:36:09 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
- ZIP Code
- 21703
- Solicitation Number
- 36C10X20Q0107
- Response Due
- 5/21/2020 12:00:00 AM
- Archive Date
- 05/26/2020
- Point of Contact
- Anthony Zibolski anthony.zibolski@va.gov
- E-Mail Address
-
Anthony.Zibolski@va.gov
(Anthony.Zibolski@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs (VA) VA Innovation Center Open Innovation Catalyst Support Services Request for Information (RFI) 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 seek information regarding the attached Draft Statement of Objectives (SOO) and to determine the acquisition strategy and vehicles. Further, 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 Contractor Information Pages (VIP). The Government requests that contractors respond to the specific questions provided in this RFI. Responses should demonstrate capability, not just confirm capabilities. The agency does not intend to award a contract but rather gather information, 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 INSTRUCTIONS FOR RESPONDING TO THIS RFI CONFIDENTIALITY: No 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 10 pages. Response submissions should be submitted in Microsoft Word format with Times New Roman font, 12 pt. 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, include RFI Response 36C10X20Q0107 | Suicide Prevention Grand Challenge. 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. GENERAL INFORMATION Brief description of your company. At a minimum, please include the following: Name of company Email address Phone number Company s business size and DUNS number Number of employees Average Annual Revenue from contracts (3 years) Current Contracts: Number of contracts performing similar services Average value of the contracts Value of the largest contract Average level of effort in the contracts (in hours) Total level of effort in the largest contract (in hours) CAPABILITY AND EXPERIENCE INFORMATION Rationale: Responses will be reviewed to determine the contractor s capability to successfully conduct a project of a similar size, scope, approach, focus, complexity. The contractor shall provide information that demonstrates the value the contractor contributed by performing services with similar outcomes as described in the attached SOO. Describe any recent (within the past 5 years) and relevant (similar scope) experience as a contractor (specify prime or sub), where you have supported similar support services. Indicate contract values, number of employees, labor categories, and labor hours expended in completing the contract tasks. Provide customer name POC info and contract number. Describe your capability of performing the tasks outlined in the SOO. Summary of credentials/professional experience relative to similar requirements. Contracts/orders listed may include those entered into with the Federal Government, agencies of state and local governments and commercial concerns (private sector). Recommendations to improve or clarify the Draft SOO; what information can/should be added to the SOO to facilitate the development of a quality Performance Work Statement (PWS)? What information should be clarified within the Draft SOO? Are you (contractor) currently a GSA Federal Supply Schedule holder for services within scope of this requirement? If so, what is the contract number? Is there any other VA accessible contract ordering vehicle other than GSA FSS that you are a contract holder of and believe this work is within scope of If so, what is the contract number and program? What Government stated operating constraints or technical requirements limit you (the contractor) from developing a unique and innovative technical solution (PWS)? Could services be performed on-site or off-site and what mix of labor would be most cost effective? What labor categories would you estimate to be required to execute these tasks What labor categories are recommended as Key Personnel. Are you able to provide an estimated level of effort to execute these tasks? Any information that may benefit the Government to refine the Draft SOO. Recommendations on the appropriate NAICS code for this requirement. Submission Instructions: Responses to this RFI shall be submitted to Anthony Zibolski, Contract Specialist and Carey Kauzlarich, Contracting Officer via email (Anthony.zibolski@va.gov and Carey.Kauzlarich@va.gov) no later than May 21, 2020 at 4:00 PM EAST. The subject line of the email shall read RFI Response 36C10X20Q0107 | Suicide Prevention Grand Challenge Competition. Additional Information on SOOs from acquisition.gov: The SOO is a Performance Based Acquisition requirements document. Statement of Objectives means a Government-prepared document that states the overall performance objectives. It is used in solicitations when the Government intends to provide the maximum flexibility to each offeror to propose an innovative approach. The SOO is a very short document (e.g., under ten pages) that provides the basic, high-level objectives of the acquisition. It is provided in the solicitation in lieu of a government-written performance work statement. In this approach, the contractors' proposals contain performance work statements and performance metrics and measures (which are based on their proposed solutions and existing commercial practices). The intended benefit of using a SOO is to open the acquisition up to a wider range of potential solutions. The proposed performance work statement replaces the SOO at contract award. See attached document: Attachment I_SPGC_Statement of Objectives_05072020_-FINAL
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/047f09fbcd98426d90579f5786193f5b/view)
- Place of Performance
- Address: TBD
- Record
- SN05650869-F 20200509/200507230211 (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 |