DOCUMENT
R -- Lease Program Compliance, Oversight, and Technical Support (VA-18-00015074) - Attachment
- Notice Date
- 1/25/2018
- Notice Type
- Attachment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36E77618Q9015
- Response Due
- 2/2/2018
- Archive Date
- 5/3/2018
- Point of Contact
- Jason Phillip
- E-Mail Address
-
Contract Specialist
(jason.phillip@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- SYNOPSIS: INTRODUCTION: This Sources Sought Notice is for information and planning purposes only at this time, and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for a Lease Program Compliance and Technical Support contract. This procurement will be a Service-Disabled Veteran Owned Small Business set-aside. PROJECT DESCRIPTION: The Department of Veterans Affairs, Office of Asset Enterprise Management (OAEM), is held accountable for meeting a number of requirements pertaining to its capital asset management. Capital Asset initiatives and the Strategic Capital Investment Planning (SCIP) process are coordinated to ensure capital investments are based on sound business practices and principles and, most importantly, meet Veterans health care, benefits and burial needs. The VA requires a contractor that is able to provide a Project Management Plan (PMP) and briefing for the project team which presents the contractor s plan for completing the task related to lease program compliance. The contractor shall maintain and update the lease tracking system by which status of all leases in the procurement pipeline can be actively tracked and reported on. They will also review lease package submissions for GREX uploading, including detailed analysis of scoring for each lease. They will provide training content on the lease review, delegation process, and other requested training that relates to the leasing lifecycle. The contractor shall make enhancements to the existing SharePoint based tracking systems. Enhancements include fully leveraging SharePoint to provide improved data management, reporting, security, data validation, workflow, alerts, and other features available in SharePoint. They will also convene status meetings bi-monthly, including meeting minutes, and update VA s Excel based lease scoring template to incorporate revised data sets and updates to methodology as needed. Contractor will review the accuracy and consistency of stored data, and provide analysis and integration of data between VA systems and databases such as the Capital Asset Inventory (CAI), SCIP Automation Tool (SAT), Electronic Contract Management System (eCMS), or other VA systems and databases that may be specified in individual task orders. They will provide general lease process flow review and documentation for one or more phases of the leasing lifecycle, which may include: requirements development, market research, cost benefit analysis, prospectus preparation, scoring analysis, delegation request assistance, and post-award compliance. The contractor shall also perform data and functional studies regarding the lease portfolio and the delegation process. Lease portfolio studies may include analyzing lease details to provide a comprehensive view of leasing obligations including costs, terms, and expiration dates. The anticipated Period of Performance is 36 Months / 1095 days and the range of magnitude is between $1M and $2M. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract. The anticipated solicitation will be issued as a Request For Proposal (RFP) in accordance with FAR Parts 12, 13, and 19. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside will be Service-Disabled Veteran Owned Small Business. This project is planned for advertising in mid-February of 2018. The North American Industry Classification System (NAICS) code 541611 (size standard $15 million) applies to this procurement. Contractors are encouraged to suggest an alternative NAICS Code if they feel it would be more appropriate for the project. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following format: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 541611. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. Section 3: Provide a Statement of Interest in the project. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project, project dollar value, start and completion dates. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. Section 6: Provide the offeror s current workload and availability of adequate staff to manage and complete this project within the period of performance outlined under procurement information. It is requested that interested contractors submit a response (electronic submission) of no more than 8 single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by February 2, 2018 at 3:00 PM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time, no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VA Program Contracting Activity Central (VA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Jason Phillip Contract Specialist jason.phillip@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/610cef26e192342cf8ac00a8497d53e0)
- Document(s)
- Attachment
- File Name: 36E77618Q9015 36E77618Q9015.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4042158&FileName=36E77618Q9015-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4042158&FileName=36E77618Q9015-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36E77618Q9015 36E77618Q9015.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4042158&FileName=36E77618Q9015-000.docx)
- Place of Performance
- Address: OAEM, Capital Asset Management Services;810 Vermont Avenue;Washington DC
- Zip Code: 20420
- Zip Code: 20420
- Record
- SN04799551-W 20180127/180125231138-610cef26e192342cf8ac00a8497d53e0 (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 |