Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2024 SAM #8291
SOURCES SOUGHT

A -- Chair Health Study Assets Transition Stakeholder Group

Notice Date
8/7/2024 1:16:52 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E24Q0095
 
Response Due
8/12/2024 9:00:00 AM
 
Archive Date
09/11/2024
 
Point of Contact
Matenoa Taufa, Contract Specialist, Phone: 412-822-3434
 
E-Mail Address
matenoa.taufa@va.gov
(matenoa.taufa@va.gov)
 
Awardee
null
 
Description
Summary: This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of the market s offered products, services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought.  This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products and services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought.    The Veterans Health Administration (VHA) is seeking a vendor to provide service of Co-Chairperson of the Air Force Health Study Assets Transition Stakeholder Group (AFHS SG). The service provider developing recommendations and plans addressed to the VHA CRADO and the VHA Assistant Secretary for DEAN for the relocation and revitalization of AFHS biospecimens and data that preserves existing historical assets and maximizes their use for future research. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.  The Department of Veterans Affairs, Washington DC VA Medical Center, is in need of service to manage and administer the STPF Program required equipment (all components that make up this system). Technical Specifications Minimum physical, functional, & performance characteristics: Minimum performance characteristics of service required for the Air Force Health Study Assets Transition co-chair: Know history of the AFHS, the impact of the research, and provide relevant past performance related to the requirement. The contractor shall have relevant scientific expertise in environmental health research and toxicology. Knowledge of Vietnam-era Veteran exposures, health consequences, and experience working in relevant field of toxicology. Experience leading stakeholder groups in the past and understand the priorities of each of the stakeholders involved and past performance showcasing recent and relevant experience. The contractor shall plan meetings and create meeting plans. The contractor shall review, and revise agenda prepared by ORD staff for each meeting, unless the meetings are of a routine nature with previously agreed-upon agenda. The contractor will attend all meetings that she/he is scheduled to lead or make arrangements for the VA co-chair or ORD staff to lead as her/his alternates. The contractor shall make presentations (using personal background and scientific knowledge) The contractor will advise ORD staff on meeting scheduling/cadence. The contractor will guide Stakeholders discussions in a way to keep to specified agenda and meeting duration. The contractor shall review and edit notes and minutes multiple, ongoing meetings. The contractor will advise on timelines and deliverables of subgroups. The contractor will review and advise on the final project implementation steps to be drafted by ORD and VHA staff. The contractor shall determine, in conjunction with ORD and VHA staff, when the work of the Stakeholder s group has been completed and may be terminated. The contractor shall (assist with) planning a required symposium. The contractor shall moderate panel sessions 4. Delivery:  Department of Veterans Affairs, Washington DC VA Medical Center (688) 50 Irving St., NW Washington, DC 20422 5. Installation:   Installation and demonstration (training) are not required.    6. Information Technology:  IT support requirements are not required for this service.    RESPONSE COMMITMENT    I. Response:    A. Capability statement and with general understanding of the industry and current knowledge and subcontract networks that would be used to support the requirement as identified herein. Provide small business information for your company.  B. Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice.    II. Timeline:   A. This request will close on stated date within the Government Point of Entry (GPE).    Notes:   This Sources Sought is for planning purposes only to gain knowledge of potential qualified sources and their size classification (large business, small business, 8(a), SDVOSB, etc.), relative to NAICS code 541715. Responses to this source sought will be used by the Government to make appropriate acquisition decisions. This notice is not a request for competitive proposals; however, any responsible source who believes it is capable of meeting the requirement and who is the Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller of all the items listed above, may submit a capability statement to the contracting office than no later than Monday, August 12, 2024, 12:00 PM EST. Interest/capability statements may be sent to Matenoa Taufa Matenoa.taufa@va.gov. No telephone responses will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/07e08be9b86e4010abaab8ca8eb7a3df/view)
 
Place of Performance
Address: Department of Veteran Affairs Washington DC VA Medical Center 50 Irving St., NW, Washington, 20422
Zip Code: 20422
 
Record
SN07161099-F 20240809/240807230126 (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.