SOURCES SOUGHT
R -- FY22: ACCREDITATION READINESS SURVEY - JOINT COMMISSION and LONG TERM CARE INSTITUTE (VISN 8)
- Notice Date
- 5/24/2022 11:07:22 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24822Q1029
- Response Due
- 5/27/2022 12:00:00 PM
- Archive Date
- 06/26/2022
- Point of Contact
- KIM TUCKER, CONTRACTING OFFICER, Phone: (813)816-8275
- E-Mail Address
-
kim.tucker1@va.gov
(kim.tucker1@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 3 of 6 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 6 SUBJECT* FY22: ACCREDITATION READINESS SURVEY - JOINT COMMISSION and LONG TERM CARE INSTITUTE (VISN 8) GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 33637 SOLICITATION NUMBER* 36C24822Q1029 RESPONSE DATE/TIME/ZONE 05-27-2022 3:00 PM EASTERN TIME, NEW YORK, USA ARCHIVE 30 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE SBA PRODUCT SERVICE CODE* R410 NAICS CODE* 541611 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 8 (NCO 8) 8875 Hidden River Pkwy, Suite 560 Tampa FL 33637 POINT OF CONTACT* CONTRACTING OFFICER KIM TUCKER kim.tucker1@va.gov (813)816-8275 PLACE OF PERFORMANCE ADDRESS VISN 8 NETWORK MEDICAL FACILITIES James A. Haley VAMC Veterans' Hospital 13000 Bruce B. Downs Tampa FL POSTAL CODE 33612-2000 COUNTRY USA ADDITIONAL INFORMATION AGENCY S URL Https://www.va.gov URL DESCRIPTION Department of Veterans Affairs AGENCY CONTACT S EMAIL ADDRESS Kim.Tucker1@va.gov EMAIL DESCRIPTION Contracting Officer DESCRIPTION Page 6 of 6 Page 6 of 6 Page 1 of Page 1 of SOURCES SOUGHT NOTICE RFI NO.: 36C24822Q1029 1. NOTIFICATION: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY This is neither a solicitation notice nor a request for proposal or quotes and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA) toward a contract award. This Sources Sought Notice is intended for information and planning purposes only at this time. No evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 8, Network Contracting Office 8 (NCO 8), is seeking information and potential qualified sources capable of meeting the following requirements: FY22: ACCREDITATION READINESS SURVEY - JOINT COMMISSION and LONG TERM CARE INSTITUTE (VISN 8), for the Veteran Integrated Service Network (VISN) 8 Medical Facilities. The purpose of this notice is to gain knowledge of potential qualified sources and their business size classifications listed below relative to the below listed North American Industry Classification System (NAICS) Code. This notice will help the VA in determining available potential sources only. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. After review of the responses to this Sources Sought Notice, a solicitation announcement may be published in Beta.SAM.gov, also known as Contract Opportunities. Responses to this Sources Sought Notice are NOT considered adequate responses to the solicitation announcement. All interested responders will have to submit a proposal to any resulting solicitation announcement to be considered for evaluation for any future contract award. 2. SCOPE OF WORK BACKGROUND: The Department of Veterans Affairs (VA), Network Contracting Office 8 (NCO 8), is seeking sources to provide Accreditation Readiness Survey - Joint Commission (TJC) and Long Term Care Institute (LTCI) Service for the Veteran Integrated Service Network (VISN) 8 Medical Facilities. The VISN 8 Medical Facilities has a requirement to acquire Continuous Readiness Standards Compliance (CR PROGRAM). The Department of Veterans Affairs (VA) health care facilities have been accredited by TJC for over 35 years. The accreditation process is a complex system of related and interdependent activities which enable the VA to maintain a constant state of regulatory readiness and maintain a safe health care environment. These services shall support VISN 8 (See PWS, Attachment A) facilities to enable a CR Program to achieve and continue compliance with TJC standards including but not limited to compliance with TJC Program, Environment of Care, Life Safety, and/or Emergency Management standards PERFORMANCE WORK STATEMENT (PWS): The Contractor shall furnish all labor, supervision, management, quality, certification, and travel to provide Accreditation Readiness Survey Service for all VISN 8 Medical Facilities located at the stated locations covered in the Performance Work Statement (PWS), dated 05/19/2022. (See attachment below). 3. LOCATION: All VISN 8 Medical Facilities listed in the PWS, dated 05/19/2022, Attachment A 4. PERIOD OF PERFORMANCE: Period of Performance shall start from the date of award/effective date for a Base Year and Four (4) Option Years. 5. CONTRACTING OFFICER - POINT OF CONTACT: All responses and questions will be addressed by the Contracting Officer and must be received via e-mail to kim.tucker1@va.gov. Telephone responses will not be accepted. Kim C. Tucker Contracting Officer Kim.Tucker1@va.gov Network Contracting Activity 8 (NCO 8) 8875 Hidden River Pkwy, SUITE 560 Tampa, FL 33637 6. RESPONSE DUE DATE: Please provide the requested information by e-mail to Kim.Tucker1@va.gov no later than (NLT) the date and time provided below: Friday, May 27, 2022, no later than 3:00 PM Eastern Standard Time. 7. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: NAICS CODE: 541611 NAICS DESCRIPTION: Administrative Management and General Management Consulting Services NAICS BUSINESS SIZE: $21.5 MILLION 8. BUSINESS INFORMATION: If you are interested and can provide the required services, please provide the below requested information on your written response to this Sources Sought Notice: Business Name: ________ Business Address: Street: _________________, City, State, Zip Code: _____________, County: ____________, Business Website: _____________ Point of Contact: Name: _________________, Telephone: _____________, E-mail Address: _________, UNIQUE ENTITY ID (UEI) from SAM.gov.: _________ 9. BUSINESS SIZE: If you are interested and can provide the required services, pursuant to the above NAICS Code 541611, and Business Size Standard $21.5 M, please provide the following business size information such as, but not limited, on your written response to this Sources Sought Notice: Service-Disabled Veteran Owned Small Business (SDVOSB) (Certified)? Veteran Owned Small Business (VOSB)? Women Owned Small Business (WOSB)? Small Business (Disadvantaged)? Small Business (Emerging)? Non-profit organization? Hubzone Business? Large Business? Other: _____________ 10. SUBCONTRACTS: If a solicitation is issued for this requirement and if you intend to subcontract any work on any resulting this contract, what portion of the total cost will be self-performed performed by your business? Please provide an estimated detailed percentage breakdowns related to sub-contracted work and completion of the service requested. 11. GOVERNMENT CONTRACTS: CONTRACT INFORMATION: Does your business have any Government Contracts with any of the below listed Government Agencies. If so, please provide the Agency, Contract Number and the Contracting Officer Point of Contact Information Federal Supply Schedule (FSS) contract with the GSA? Veterans Administration: National Acquisition Center (NAC)? Strategic Acquisition Center (SAC)? Tactical Acquisition Center (TAC)? Other Government Agencies? CONTRACT AVAILABILITY: If you are a Government Contract holder, are the items/services you are providing information for available on your schedule/contract? If so, please provide a copy of your contract and applicable pricing schedule. 12. GENERAL PRICING: General estimated pricing of your service/products/solution is encouraged. Estimated pricing will be used for the purpose of market research only and to help determine price reasonableness. Pricing will not be used to evaluate for any type of contract award. 13. CAPABILITY STATEMENT: If your business can provide the required service, please provide a summary of your company s technical capabilities and ability to provide the required item/service in accordance with the attached PWS, dated 05/19/2022. 14. PWS FEEDBACK: Please review the applicable PWS and provide any feedback or any suggestions. If none, please reply as Not Applicable. 15. DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. This Notice does not commit the government to contract for any supplies or services. All information received in response to this Notice that are marked as proprietary will be handled accordingly. 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 Notice. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will not pay for any information or administrative cost incurred in response to this Sources Sought Notice. Any further information submitted by respondents to this notice is strictly voluntary. Requests for solicitation will not receive a response as a solicitation is not currently available. Responses to this Sources Sought Notice is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. If a solicitation is issued, it will be announced at a later date and information will be posted on the Sam.gov Contracting Opportunities web site. All qualified interested parties must respond to that Request For Quote/Proposal Solicitation Notice separately from the response to this Sources Sought Notice to be considered for award. ATTACHMENTS: 1. PWS, dated 05/19/2022 See attached document: P01 - PWS - Accreditation Readiness, VISN 8, 5-19-22.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d0b9b144f7464ccabdf41d8418a7830f/view)
- Place of Performance
- Address: VISN 8 NETWORK MEDICAL FACILITIES James A. Haley VAMC Veterans' Hospital 13000 Bruce B. Downs, Tampa, FL 33612-2000, USA
- Zip Code: 33612-2000
- Country: USA
- Zip Code: 33612-2000
- Record
- SN06337431-F 20220526/220524230127 (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 |