DOCUMENT
R -- ISO 9001 Audit, Review and Certification - Attachment
- Notice Date
- 10/19/2016
- Notice Type
- Attachment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Suite 400;Fredericksburg VA 22408
- ZIP Code
- 22408
- Solicitation Number
- VA11917N0030
- Response Due
- 11/2/2016
- Archive Date
- 12/2/2016
- Point of Contact
- Charisse James
- E-Mail Address
-
Contract Specialist
(charisse.james2@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- REQUEST FOR INFORMATION (RFI) This is a Sources Sought in accordance with FAR 10.002. INTRODUCTION THIS IS NOT A SOLICITATION. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation; therefore, do not submit a proposal. There is no obligation for the Government to acquire any products or services described in this RFI. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs (VA), Financial Services Center (FSC) in developing its acquisition strategy and Performance Work Statement (PWS). Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. Only electronic responses to this RFI will be accepted. The Government will not pay for any time expended or information submitted in response to this RFI. BACKGROUND The VA-FSC is in need of attaining ISO 9001 Quality Management Certification. QUESTIONS AND CRITICAL CONSIDERATIONS FOR INTERESTED CONTRACTORS In accordance with Federal Acquisition Regulations 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that may be awarded will not be based on information received or derived from this RFI, but rather on the outcome of a subsequent competitive process. It is requested that all vendors interested in participating in this effort note their interest by responding to the areas identified in the "Company Details", "Capabilities Statement", and "General Questions" sections below. Company Details The page limit for responses to this section is 2 pages. 1.Provide point(s) of contact information (name, email address, address, telephone, and fax numbers). 2.Identify if your company is one or more of the following business concern statuses (include all that apply): a.Small Business (SB); b.Certified Small Business Administration (SBA) 8(a) firm; c.Small Disadvantaged Business (SDB); d.Service-Disabled, Veteran-Owned Small Business (SDVOSB); 1.Is your company registered and verified as a SDVOSB in the Vendor Information Page (VIP) database? e.Veteran-Owned Small Business (VOSB); i.Is your company registered and verified as a VOSB in the VIP database? f.Economically Disadvantage Women-Owned Small Business (EDWOSB) g.Woman-Owned Small Business (WOSB); h.Historically Underutilized Business Zone (HubZone) Small Business; and/or i.Large Business. 3.Identify your company's Small Business size status based upon the applicable North American Industrial Classification System (NAICS) code of 541990, All Other Professional, Scientific and Technical Services. The Small Business Size Standard for this NAICS code is $15.0 million in annual receipts. For more information refer to http://www.sba.gov/. If in responding to this RFI you believe another NAICS code should be applicable, please identify the NAICS code you consider appropriate for this effort, along with detailed supporting rationale; and 4.Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances or other business arrangements to satisfy requirements of the draft scope of work (SOW). Small businesses are encouraged to identify teams whereby each team member is considered small business based upon the proposed NAICS code of 541990, All Other Professional, Scientific and Technical Services, to support set-aside considerations. Capabilities Statement The page limit for responses to this section is 10 pages. 1.Provide a brief summary of your technical approach to meet VA's high-level requirements in the attached SOW; 2.List labor category(ies) your company would provide to perform the services included in the SOW; 3.Provide fully-burden rates for a one-year base period and four, 1-year option periods for each labor category listed in item 2 above; 4.Is your company able to provide personnel within the Austin, Texas geographic area? (Yes/No); 5.List current/past Government-wide Acquisition Contracts (GWACs), General Services Administration (GSA) Federal Supply Schedule (FSS) contract vehicles, etc., your company provides/provided for ISO 9001 Audit, Review and Certification or similar in nature, including contract numbers, contract title, description, end date, and award amount; and 6.List current/past open market contract numbers of service your company provides/provided for ISO 9001 Audit, Review and Certification or similar in nature, including contract title, description, end date, and award amount. General Questions The page limit for responses in this section is 3 pages. 1.Please provide positive or negative feedback regarding the SOW, such as recommended changes, noted exceptions, ambiguities, etc. Identify any expected modifications that would be required to support the requirements detailed in the SOW. 2.Please identify any requirements that are significantly, and possibly unnecessarily, restricting. 3.Provide any questions about the requirement you may have. RESPONSE SUBMISSION Please submit responses via email to Charisse.James2@va.gov by 4:00 PM Eastern Time, November 2, 2016. VA reserves the right to not reply to any emails, responses, and/or materials submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ece8da79463d255f6d6f754bb0d3a7e8)
- Document(s)
- Attachment
- File Name: VA119-17-N-0030 VA119-17-N-0030.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3064355&FileName=VA119-17-N-0030-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3064355&FileName=VA119-17-N-0030-000.docx
- File Name: VA119-17-N-0030 ISO 9001_SOW.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3064356&FileName=VA119-17-N-0030-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3064356&FileName=VA119-17-N-0030-001.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA119-17-N-0030 VA119-17-N-0030.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3064355&FileName=VA119-17-N-0030-000.docx)
- Place of Performance
- Address: Austin, TX
- Zip Code: 78772
- Zip Code: 78772
- Record
- SN04307638-W 20161021/161019233934-ece8da79463d255f6d6f754bb0d3a7e8 (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 |