Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2018 FBO #5901
DOCUMENT

D -- Operations and Maintenance Services - VPS Kiosks - Attachment

Notice Date
1/17/2018
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
36C10B18Q2702
 
Archive Date
4/26/2018
 
Point of Contact
Keiahna Brewer, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
Request for Information Veterans Health Administration Office of Veterans Access to Care Operations and Maintenance Services Request for Information Veterans Health Administration Office of Veterans Access to Care Operations and Maintenance Services The Department of Veterans Affairs (VA), Office of Acquisition Operations, Contracting Office, Technology Acquisition Center (TAC), located at 23 Christopher Way, Eatontown, NJ 07724 intends to enter into a contract on a basis of an exception to fair opportunity for the Veterans Health Administration, Office of Veterans Access to Care (OVAC). The TAC intends to award a sole source Firm Fixed Price (FFP) contract to Vecna Technologies, Inc., 6404 Ivy Lane, Suite 500 Greenbelt MD 20770, a Small Business, for Operations and Maintenance services. Performance shall primarily take place at the Contractor s facility. This acquisition is conducted under the authority of the Multiple-Award Schedule Program. The specific authority providing for a limited source award is Federal Acquisition Regulation (FAR) Part 8.405-6(a)(1)(i)(B), Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized.. The North American Industrial Classification (NAICS) for this effort is 541511. The anticipated period of performance is a six (6) months, with three (3), one (1) month options. Estimated date of award for this action is March 29, 2018. The contract is intended to bridge the gap in service when the existing Contract GS-35F-0363L Order VA118-15-F-0047, ends on March 29, 2018 and when the anticipated competitive action is awarded in FY18 Q4. VA anticipates the award associated with attached draft Performance Work Statement (PWS) to be on a sole source basis, without teaming/partnering arrangements, to the incumbent contractor, Vecna Technologies. The Government requires continuity of services for the operations and maintenance (O&M) requirements which include service desk support, provide monthly and weekly reports, and VetLink kiosks repair, return, and exchange support in accordance to continue VA s sustainment of the Veterans Point of Service (VPS) Program. The Government believes that only the incumbent Contractor is capable of providing this level of support, without teaming/partnering arrangements, due to the following reasons: The current contractor is the only source that will be able to provide resources and amass the knowledge and expertise necessary for the six months of continued services to successfully provide a three (3) tier system for Service Desk support, network management, and issue resolution for the VPS system (hardware and software), and VetLink Kiosks repair, return, or exchange support for hardware; The current contractor is the only source that will be able to support the VPS Program with monitoring the overall usage of the VetLink System including measurement of kiosk usability and stakeholder feedback, service desk reporting and analysis, and status reports without re-engineering a dashboard, reports, procedures; The current contractor is the only known manufacturer of the kiosks and owns the proprietary software used for the hardware. Submittal Instructions: Any response shall include the following: (1) Name of Company: DUNS Number: Cage Code: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: (2) A brief capabilities statement of your technical approach to meet the requirements stated in the Draft PWS, without teaming/partnering arrangements, uninterrupted Day 1 after award, including how the contractor will onboard its resources and amass the knowledge and expertise necessary to successfully provide the performance management and control services and transition when required. Additionally, please provide rationale why the Government s assertions above that only the incumbent Contractor is capable of providing this level of support due to the aforementioned reasons is inaccurate. (3) Small businesses should also include information as to: the intent and ability to meet set-aside requirements for performance of this effort, if applicable information as to available personnel and financial resources Information as to proposed team members, the percentage of work each is to perform and which PWS requirements are planned to be subcontracted SDVOSB/VOSB will not pay more than 50 percent of the amount paid by the Government to it to firms that are not Service Disabled Veteran-Owned Small Business as defined by VAAR 852.219-10 (JUL 2016) (DEVIATION). This notification shall close on January 22, 2018 at 12 PM EST. Please put RFI - 36C10B18Q2702 Operations and Maintenance in subject line of email. Questions/responses shall be submitted via email to the Points of Contact (POCs) for this action: Keiahna Brewer, Contract Specialist at Keiahna.Brewer@va.gov or Sharon Fernandes, Contracting Officer at Sharon.Fernandes@va.gov by January 19, 2017. Please put RFI Questions - 36C10B18Q2702 Operations and Maintenance in subject line of email..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/76a2ec22ad329bd96e50be1fa165ed6f)
 
Document(s)
Attachment
 
File Name: 36C10B18Q2702 36C10B18Q2702.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4022359&FileName=36C10B18Q2702-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4022359&FileName=36C10B18Q2702-000.docx

 
File Name: 36C10B18Q2702 OM 2017 PWS for RFI.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4022360&FileName=36C10B18Q2702-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4022360&FileName=36C10B18Q2702-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04791842-W 20180119/180117231241-76a2ec22ad329bd96e50be1fa165ed6f (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.