Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2022 SAM #7527
SOURCES SOUGHT

V -- CTBI Annual Meeting Hotel Accommodations for Washington D.C.

Notice Date
7/8/2022 12:23:07 PM
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24222Q0937
 
Response Due
7/13/2022 9:00:00 AM
 
Archive Date
10/11/2022
 
Point of Contact
Clifford S. Harrison, Contracting Officer, Phone: 718.741.4680
 
E-Mail Address
Clifford.Harrison@va.gov
(Clifford.Harrison@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The East Orange Veterans Affairs Medical Center is in search for Hotel Accommodations in Washington D.C. All needs are outlined in the Statement of Work (SOW). The Department of Veterans Affairs Network Contracting Office (NCO) 2 is conducting a market survey in search of responsible sources in order to determine the acquisition strategy for this potential procurement. The North American Industry Classification Systems (NAICS) Code for this requirement is 721110 Hotels (Except Casino Hotels and Motels). The Small Business Administration (SBA) size standard for this NAICS Code is $35.0 million. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns are capable of meeting the requirement for a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate.  The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides.  If capability packages are received from at least two (2) capable small business firms that meet the NAICS code small business size standard - in the following order of preference - this requirement will be set aside accordingly: 1. SDVOSB 2. VOSB 3. Other capable small business firms Eligible parties are required to provide the following capability information to the Contract Specialist, Mr. Clifford S. Harrison (Clifford.Harrison@va.gov):  - Professional Qualifications necessary for the satisfactory performance of the required services outlined in the attached SOW - Capability to accomplish the work in the required timeframe - Minimal three (3) references with a description of work completed for a Government agency or private industry of equivalent complexity to the required services. The names of the appropriate Point of Contact (POC) and their contact information (telephone numbers and email addresses). - DUNS number - Business Size (Large/Small) under NAICS Code 721110 - Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUB Zone, etc.) - Copy of VIP showing verified status - Estimated cost of the required services Responses to this notice must be submitted in writing via (email) and must be received not later than Wednesday, July 13, 2022, at 12PM EST email: Clifford.Harrison@va.gov . It is the responsibility of the responder to ensure the timely delivery of their capability packages. No telephone inquiries will be accepted. Please review the attached SOW, compile all questions or requests for information (RFI s) in one (1) email and submit to Clifford.Harrison@va.gov Responses to this notice will be used by the Government to make appropriate acquisition decisions. If your firm is a Service-Disabled Veteran Owned, you must be VERIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov ).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/70ec19e1bc9b475bb898801a6553794c/view)
 
Place of Performance
Address: Washington D.C., USA
Country: USA
 
Record
SN06383286-F 20220710/220708230109 (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.