Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOURCES SOUGHT

C -- EHRM Infrastructure Upgrades - Nationwide

Notice Date
9/10/2020 10:24:18 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36E77620Q0098
 
Archive Date
12/09/2020
 
Point of Contact
William.henkel@va.goc, Contract Specialist William Henkel, Phone: (216) 447-8300 X3846
 
E-Mail Address
william.henkel@va.gov
(william.henkel@va.gov)
 
Awardee
null
 
Description
INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources to support the Electronic Health Record Modernization (EHRM) efforts being conducted by the VA. SUMMARY OF WORK TO BE PERFORMED: The contractor shall furnish all architectural and engineering services to support EHRM efforts to include but not be limited to data drops; IT closets; training spaces; local area networking (LAN); wide area networking; end-user devices; Heating, Ventilation, and Air Conditioning (HVAC); wireless LAN; power and space requirements; Voice Over Internet Protocol (VOIP) device requirements; medical device requirements; physical security design requirements; joint security architecture requirements; and construction period services. A draft of the EHRM infrastructure requirements is attached to this notice (see Attachment 1 -Draft EHRM Site Infrastructure Requirements). A sample statement of work is also attached to this notice as an example of the services that may be required per project (see Attachment 2 Sample Statement of Work). Although scopes may vary per project, any firm interested in providing the services listed above should be capable of performing the tasks required by the EHRM infrastructure requirements and sample statement of work. Projects are located in the following areas: VISN 10 Indiana, Michigan, Ohio VISN 12 Illinois, Michigan, Wisconsin VISN 15 Illinois, Kansas, Missouri VISN 16 Louisiana, Mississippi VISN 17 Texas VISN 19 Colorado, Montana, Oklahoma, Utah, Wyoming VISN 22 Arizona, California, New Mexico VISN 23 Iowa, Minnesota, Nebraska, North Dakota, South Dakota PROCUREMENT INFORMATION: Any solicitation released for projects related to this sources sought notice will result in competitive, firm-fixed-price contracts for design services. The anticipated solicitations will be issued as deemed appropriate on a case by case basis. Solicitation and award procedures that may be used include but are not limited to FAR 36.6, FAR 16.505, and VAAR 819.70. However, the results and analysis of the market research will finalize the determination of the procurement method for each project. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. VHA anticipates soliciting and awarding approximately 180 design projects throughout fiscal year (FY) 2021. The responses obtained from this sources sought notice will help the Contracting Officer make informed decisions for each project regarding acquisition strategy. These projects are planned for advertising throughout FY 2021. The North American Industry Classification System (NAICS) code 541330 (size standard $16.5 million) applies to these procurements. The duration for each project will vary but is anticipated to range from 120 days to 270 days per project. The estimated cost of construction for each project will vary however, the majority of projects have an estimated cost of construction between $500,000.00 and $10,000,000.00. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following format: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 541330. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. Section 3: Provide a Statement of Interest in these projects. If your firm is only interested in work in certain areas or regions, please include this in your response. _____________________________________________________________________ It is requested that interested contractors submit a response (electronic submission) that addresses the above information. Please note that hard copies will not be accepted. Responses must include the Sources Sought number in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below no later than September 24, 2020 at 4:30 PM ET. The Capability Statement submitted in response to this Sources Sought shall not be considered to be a proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. Any information regarding the potential projects identified in this notice will be posted to Contract Opportunities at beta.sam.gov. It is the potential offeror's responsibility to monitor this site for the release of any information. Contracting Office Address: VA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact E-Mail: William.Henkel@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c528f81bb53b4b8dbdc9bffb67cdaf00/view)
 
Place of Performance
Address: Nationwide, USA
Country: USA
 
Record
SN05793925-F 20200912/200910230153 (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 |
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.