Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2022 SAM #7369
SOURCES SOUGHT

Q -- OCAMS Program Support (Activations)

Notice Date
2/1/2022 5:50:57 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
PCAC ACTIVATIONS (36A776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77622Q0143
 
Response Due
2/15/2022 7:00:00 AM
 
Archive Date
05/16/2022
 
Point of Contact
Heidi.Gallaher@va.gov, Heidi Gallaher, Phone: Michele Laser, Fax: Michele.Laser@va.gov
 
E-Mail Address
Heidi.Gallaher@va.gov
(Heidi.Gallaher@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 4 of 4 Program Contracting Activity Central Office of Capital Asset Management (OCAM) National Activation Office (NAO) Programmatic Support Veteran s Health Administration REQUEST FOR INFORMATION (RFI) Introduction This RFI is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced, and interested potential sources. Responses will not be considered proposals. NAICS 541611 (size standard $16.5 million) applies. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for the Office of Capital Asset Management Service (OCAMS) to provide programmatic support for the Activation Program, for major lease and major construction projects within the Veterans Health Administration (VHA). Contractor to provide programmatic support to help manage the portfolio of future lease and construction projects. Please be aware that any contractor which may be awarded a contract under this effort will not be eligible to receive an award for Initial Outfitting, Transitioning, and Activation (IOT&A) services for any project which are part of the programmatic support contract portfolio of projects. Background Information: Activation is defined as the process of identifying, planning, managing, and executing the logistical and operational requirements to bring a new medical center into full planned operations. The medical center assigns VHA staff to an Activation Team which is responsible for managing the Activation Project and ensuring the new facility is in full planned operations on Day One (the first day clinical services are scheduled to be available to Veterans). The VHA Activation Program is in need of a contract to identify baseline acquisitions and costs as well as estimated new hire costs. The Program Office also requires support in maintaining the program SharePoint site. Scope of Work: The contractor will be responsible for providing programmatic support to the Program Officeand individual site teams to potentially include: working with project site teams to develop a baseline project contents list out of the Space and Equipment Planning System (SEPS) by validating raw contents list act as a subject matter expert in updating SEPS list by attending user group meetings, A/E hosted meetings, and keeping the Government system up to date Maintain and update the program SharePoint site, which manages multiple activation projects at once Work with facility team in developing IOTA procurement package for activation support Act as an advisor to the facility team during activation activities Identify cost impacts by developing a Rough Order of Magnitude (ROM) for items that are not space related (i.e., supplies, service contracts, and staffing) Eligibility To be eligible for a set aside under the Veteran s Affairs Veterans First Contracting Program, SDVOSBs must: 1) be verified by the Department of Veterans Affairs (VA) as a SDVOSB and 2) meet the small business size standard for North American Industry Classification System (NAICS) 541611. Additional information on the Veteran s First Contracting Program including verification instructions can be found at (http://www.va.gov/OSDBU/index.asp). A company that is not a small business under NAICS 541611 or not certified as an SDVOSB by the VA Office of Small and Disadvantaged Business Utilization (OSDBU) in the Vendor Information Pages (VIP) database should not respond to this notice. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Quotation, or a Request for Proposal. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Response to this RFI will be treated only as information for the Government to consider. The information provided may be used by the Government in developing its acquisition strategy. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI and parties responding will not be entitled to payment for direct or indirect costs incurred in responding to this RFI. Submittal Information: Eligible SDVOSB firms should provide capability statements for the tasks outlined above within the RFI response: Generic capability statements will not be accepted or reviewed. Your response must include the following: Provide a summary of your technical capabilities to meet the tasks above. Corporate experience or expertise in performing pre-planning and activation type services for projects in a federal healthcare environment. Include specific examples and references. Specific examples or references provided must include the agency, point of contact (with email), general scope of work, dollar value, and contract number. Please identify if experience is of a prime or sub. Please identify in your response any of your firm s existing contract vehicles (e.g. GSA federal supply schedules) which provides for the tasks described above. Responses are due no later than 10:00 AM EST, February 15, 2022 via email to: Heidi Gallaher, Contracting Officer at Heidi.Gallaher@va.gov, and Michele Laser at Michele.Laser@va.gov. Questions and responses must be submitted via email to all contacts. No phone calls will be accepted. Please note RFI OCAMS/NAO Support in the subject line of your response. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb191b56107a485cb3fc99c3babe93e6/view)
 
Place of Performance
Address: Nationwide, USA
Country: USA
 
Record
SN06230507-F 20220203/220201230116 (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.