Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2017 FBO #5837
DOCUMENT

D -- HUD OIG WAN Moves, Adds, and Changes New Work - Attachment

Notice Date
11/14/2017
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
36C10B18Q2651
 
Response Due
11/20/2017
 
Archive Date
2/27/2018
 
Point of Contact
Cara DiNocera
 
Small Business Set-Aside
N/A
 
Description
Page 2 of 3 REQUEST FOR INFORMATION Department of Veterans Affairs Office of Procurement, Acquisition, and Logistics, Technology Acquisition Center, Eatontown, New Jersey 07724 Department of Housing and Urban Development (HUD), Office of the Inspector General (OIG) requires additional moves, adds and changes to be incorporated into Transformation Twenty-One Total Technology Next Generation (T4NG) Indefinite Delivery Indefinite Quantity contract VA118-16-D-1012 task order VA11816F10120001 with CACI-ISS Inc. See specific tasks in the below draft requirements: Support a HUD OIG move from one HUD OIG location to another location within the same building. (Intra-Building Move (Category 1). The business requirements of a Category 1 Move will require a process and actions including: HUD OIG to provide a minimum 60 days prior notification of the anticipated go live date and specific floor and suite to be occupied. HUD OIG will obligate funding for the move. Site access and any pre-requisites with building management will be facilitated by HUD OIG before first onsite appearance of contractor. HUD OIG to insure POC availability for all stages of the move. HUD OIG will facilitate contractor technical site survey. The result of the technical site survey will document the requirements for the move. Site survey shall identify other issues to include, but not limited to, lack of access due to Union constraints or Preferred Vendor requirements. After completion of the technical survey, the contractor shall submit a non-recurring cost proposal to the CO and COR for the move. The Contracting Officer shall approve the move. Support a HUD OIG move from one HUD OIG location to another location in a different building (External-Office Move (Category 2). The business requirements of a Category 2 Move will require a process and actions including: HUD OIG to provide a minimum 60 days prior notification of the anticipated go live date and the address, floor and suite to be occupied. HUD OIG will obligate funding for the move. For the new site, access and any pre-requisites with building management will be facilitated by HUD OIG before first onsite appearance of contractor. HUD OIG to insure POC availability for all stages of the move. HUD OIG will facilitate contractor technical site survey of the new site. The result of the technical site survey will document the requirements for the move. Site survey shall identify other issues to include, but not limited to, lack of access due to Union constraints or Preferred Vendor requirements. After completion of the technical survey, the contractor shall submit a non-recurring cost proposal to the CO and COR for the move. The Contracting Officer shall approve the move. To ensure HUD OIG circuit availability, HUD OIG expects active circuits at both sites for a minimum of 30 days, not to exceed 60 days. Support a HUD OIG moving into a new office location. (Add New Office (Category 3). The business requirements of a Category 3 Addition will require a process and actions including: HUD OIG to provide a minimum 90 days prior notification of the anticipated go live date and the address, floor and suite to be occupied. HUD OIG will obligate funding for the move. For the new site, access and any pre-requisites with building management will be facilitated by HUD OIG before first onsite appearance of contractor. HUD OIG to insure POC availability for all stages of the move. HUD OIG will facilitate contractor technical site survey of the new site. The result of the technical site survey will document the requirements for the move. Site survey shall identify other issues to include, but not limited to, lack of access due to Union constraints or Preferred Vendor requirements. After completion of the technical survey, the contractor shall submit a non-recurring cost proposal to the CO and COR for the move. The CO will modify the contract to include monthly recurring costs associated with a new circuit. The Contracting Officer shall approve the addition of the circuit. For project planning and information gathering, the Draft requirements are included which defines the scope of requirements needed to support our mission. The Government anticipates incorporating these services into Contract VA118-16-D-1012 Task Order VA11816F10120001 under the Statutory Authority Section 41 U.S.C. 4106(c)(2) as implemented by the Federal Acquisition Regulation (FAR) Subpart 16.505(b)(2)(i)(B), entitled Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. The Government is conducting market research to identify knowledgeable, qualified and experienced sources capable of providing the services described in this request for information. Please submit the following: Please submit questions or comments, if any, on the requirements Request Vendor Capabilities Statement, limited to two (2) pages for your company, to include a cover page which indicates your company s full name, point of contacts and your size standard for NAICS 541512. All interested parties shall respond no later than 12:00 PM NOON EST on November 20, 2017 via email to Cara DiNocera, Contract Specialist at Cara.DiNocera@va.gov. Submit questions in writing, regarding this RFI to Cara.DiNocera@va.gov. The Government will try to answer all questions. Those questions and answers will be posted to this site as an attachment. THIS IS A REQUEST FOR INFORMATION (RFI)/Sources Sought to conduct market research for information and planning purposes only. This RFI is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, VA is not at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative 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 RFP, if any is issued. It is the responsibility of the responders to monitor this site for additional information pertaining to this requirement. If your capable statement does not specifically reference/address the tasks listed below, it will be deemed non-responsive and will not be considered. Points of Contact: Iris Farrell, Contracting Officer, Department of Veterans Affairs Technology Acquisition Center, Email: Cara DiNocera, Contract Specialist, Email: Cara.DiNocera@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1e46fd48e2e23eff7a14b647690766cb)
 
Document(s)
Attachment
 
File Name: 36C10B18Q2651 36C10B18Q2651.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3904830&FileName=36C10B18Q2651-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3904830&FileName=36C10B18Q2651-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04739618-W 20171116/171114231118-1e46fd48e2e23eff7a14b647690766cb (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 |
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.