DOCUMENT
D -- Reed MDA - Attachment
- Notice Date
- 2/20/2013
- Notice Type
- Attachment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Veterans Affairs;Health Administration Center;3773 Cherry Creek Drive North, Suite 450;Denver CO 80209
- ZIP Code
- 80209
- Solicitation Number
- VA74113I0113
- Response Due
- 2/20/2013
- Archive Date
- 3/22/2013
- Point of Contact
- Lindsey Wineland
- Small Business Set-Aside
- N/A
- Description
- 541611 - Administrative Management and General Management Consulting Services Agency: Department of Veterans Affairs Office: Chief Business Office Notice Type:Posted Date: Sources SoughtFebruary 20, 2013 Response Date: February 27, 2013 Original Set Aside: N/A NAICS Code: 541611 Synopsis: THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) - or a promise to issue a RFQ in the future. This request for information does not commit the Government to contract for any supply or services whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will NOT be returned. This announcement is based upon the best information available and is subject to future modification. Contracting Office Address Department of Veterans Affairs (VA), Health Administration Center (HAC) 3773 Cherry Creek Dr. North, Denver, CO, 80209 Point of Contact: Lindsey Wineland, Contract Specialist Lindsey.wineland@va.gov Overview: To support sound decisions on injured employee return-to-work and manage medical and lost time expense, Occupational Health and Worker Compensation staff requires references to authoritative sources of information and best practices in administering injured worker programs. The Occupational Health Strategic Healthcare (OHSHG) Group (10P3D) provides VHA system-wide tools for best practices in injured worker programs and is funding system-wide access to Disability Management/Clinical Practice (DMCP) guidelines. The vendor will provide a VHA Intranet portal to an online subscription addressing these reference needs. The purpose of the DMCP reference is to support sound decisions in evaluating injured worker diagnoses, treatments and prognosis, with the objective of enabling comparative disability reviews and best practices in returning occupationally injured employees to work. Sound decisions help reduce WC claim periods and expenses and return workers to productive work according to best practices utilized in case management. Review of reference guides suggests a web-based reference source versus a hard copy is the best means of distributing up-to-date information and broad access to practitioners and specialists across hundreds of locations. Web-based access is also preferred for ease-of-use, frequent reference source updates; loss-control and resource conservation. We are looking for all capable vendors in all size standards. Please respond to this RFI if your company can perform this requirement in accordance with FAR Part 52.219-14 Limitations on Subcontraction (Nov 2011) As prescribed in 19.508(e) or 19.811-3(e), insert the following clause: Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) This is only an overview/summary does not include all requirements Specific Response Instructions: Please submit your RFI response in accordance with the following: 1) No more than 5 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; 2) Submit your response via email to Lindsey.wineland@va.gov 3) Submit your response by 3:00 P.M. (EST) on 02/27/2013; 4) Mark your response as "Proprietary Information" if the information is considered business sensitive. 5) NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. The government will not review any other information or attachments included, that are in excess of the 5 page limit. Information Requested from Industry: In response to the RFI, interested contractors shall submit the following information: 1.Company Information / Socio-Economic Status 1.Provide the company size and POC information. 2.VA has identified the appropriate North American Industry Classification System (NAICS) Code 541611 - Administrative Management and General Management Consulting Services, which has a size standard of $14 Million for this RFI. Please identify and explain any other NAICS codes your company believes would better represent the predominated work. 3.Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic Status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small business, Women-Owned Small Business, Disadvantaged Small business, and Hub Zone. If Service Disabled or Veteran Owned Small business, is your company and or partners registered in VA's VetBiz repository? 2.Background/Past Experience - Provide the following information on a maximum of three similar projects. All projects referenced must have been completed within the last three years for which the responder was a prime or subcontractor. 1.The name, address, and value of each project. 2.The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material 3.The name, telephone and address of the owner of each project 4.A description of each project, including difficulties and successes 5.Your company's role and services provided for each project. 3.Capabilities/Qualifications -Include a description of the capabilities/qualification/skills your company possesses related to Disability Guidelines and Reference Guide for Workers Compensation and Occupational Health Case Management 4.Teaming Arrangements - Description of Teaming Partners, Joint Ventures that your company would consider to perform work. 5.Price Information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 6.Other Market Information - Provide any other relative information, this information must be included within the 5 page limitation. 7.Other Federal Experience - Identify the federal contract vehicles
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAHAC741/VAHAC741/VA74113I0113/listing.html)
- Document(s)
- Attachment
- File Name: VA741-13-I-0113 VA741-13-I-0113.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=624218&FileName=VA741-13-I-0113-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=624218&FileName=VA741-13-I-0113-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA741-13-I-0113 VA741-13-I-0113.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=624218&FileName=VA741-13-I-0113-000.docx)
- Record
- SN02992014-W 20130222/130220235112-f4a51b283ea821c908da5d2999067578 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |