DOCUMENT
R -- Data Collection Survey - Attachment
- Notice Date
- 7/8/2017
- Notice Type
- Attachment
- NAICS
- 541910
— Marketing Research and Public Opinion Polling
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26217N1338
- Response Due
- 7/17/2017
- Archive Date
- 9/15/2017
- Point of Contact
- Jennelyn Peters
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. The NAICS for this requirement is 541910 Marketing Research and Public Opinion Polling. Interested and capable Contractors should respond to this notice not later than 3:00 PM PST on Monday, July 17, 2017 by providing the following via email only to Ms. Jenny Peters at Jennelyn.Peters@va.gov. (a) Company Name Address Point of contact Phone, fax, and email of primary point of contact DUNS number Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small Business(SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). GSA contract, if any Subcontractor company name and address, if any A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 and the attached draft copy of the performance work statement. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5. SDVOSB/VOSB respondents. If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Furthermore, SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVOSB contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Scope of Work The Government is seeking for potential contractor(s) capable of providing administration services to facilitate a data collection survey of approximately 10,000 Veterans for Veterans Affairs (VA) Greater Los Angeles Healthcare System. Attached is a draft copy of the performance work statement. These services shall be performed at the contractor s facility. The period of performance is anticipated to begin on September 1, 2017 for a period of one (1) year. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. -End of Sources Sought Announcement-
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N1338/listing.html)
- Document(s)
- Attachment
- File Name: VA262-17-N-1338 VA262-17-N-1338.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3644745&FileName=VA262-17-N-1338-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3644745&FileName=VA262-17-N-1338-000.docx
- File Name: VA262-17-N-1338 Draft PWS.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3644746&FileName=VA262-17-N-1338-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3644746&FileName=VA262-17-N-1338-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-17-N-1338 VA262-17-N-1338.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3644745&FileName=VA262-17-N-1338-000.docx)
- Record
- SN04571987-W 20170710/170708233158-858993d181ebe8818421239471311e86 (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 |