Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
DOCUMENT

Q -- Notice of Intent to Sole Source Initial Outifitting, Transition, and Activation Services John J. Pershing Veterans Affairs Medical Center Cape Girardeau, Missouri - Attachment

Notice Date
5/16/2018
 
Notice Type
Attachment
 
NAICS
541614 — Process, Physical Distribution, and Logistics 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
36A77618Q9056
 
Archive Date
6/15/2018
 
Point of Contact
Zachary.Penhollow@va.gov, Contracting Specialist
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Veterans Health Administration Program Contracting Activity Central (PCAC) May 16, 2018 SPECIAL NOTICE NOTICE OF INTENT TO SOLE SOURCE Visionary Consulting Partners, LLC 36A77618Q9056 INTRODUCTION: This Notice of Intent is not a request for quotes or proposals. No contract award will be made on the basis of quotations or proposals received in response to this notice. No solicitation document exists and no telephone inquiries will be accepted. The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) intends to award an Initial Outfitting, Transitioning, and Activations (IOT&A) single award IDIQ contract on a sole source basis with Visionary Consulting Partners, LLC to acquire activation support services in support of the of John J. Pershing Veterans Affairs Medical Center within the VA Cape Girardeau Health Care Center (HCC). The U.S. Department of Veterans Affairs will construct a new VA Health Care Center, location to be determined, in Cape Girardeau, Missouri. The new facility will replace an existing clinic located at 3051 William Street, in Cape Girardeau, Missouri. The current location has approximately 8,400 NUSF, and will be replaced with a Health Care Center with 43,000 NUSF due to growing demand. This will enhance our ability to provide comprehensive expanded services to the region s Veteran population, including an expanded range of healthcare services in a modern facility. REQUIREMENT: The Contractor shall provide professional services to include all labor, materials, transportation, and equipment to plan and execute IOT&A support services to accomplish the PWS tasks. The scope includes project support for planning, activating, outfitting, and transitioning the staff and Veterans/patients associated with the project during FY18 through FY23. The scope of this services acquisition includes compatible comprehensive project management, comprehensive interior design development, comprehensive equipment planning, acquisition support services, transition and relocation services, receipt, storage and warehousing of new and existing equipment; Furniture Fixtures & Equipment (FF&E) database management, installation (non-construction related integration), technical inspection, training/simulation for equipment/systems, meeting facilitation services, technical request for information assistance, information technology installation, assembly and other IT related services, biomedical services and final turnover, closeout and post occupancy evaluations. ADMINISTRATIVE: The VHA, PCAC intends on awarding this IDIQ contract pursuant to the authority of 38 U.S.C § 8127 (c) (Also known as the Veterans First Contracting Program) implemented under VA Acquisition Regulation (VAAR) subpart 819.70, which provides the authority to directly contract with a Service-Disabled Veteran-Owned Small Business or a Veteran-Owned Small Business concern. It is anticipated that a single award, IDIQ contract with subsequent firm fixed price task orders, will be awarded in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13.5. The applicable NAICS code is 541614 with a size standard of $15.0 million. DISCLAIMER: Pursuant to VAAR 819.7007 (b) The Contracting Officer s determination to make a sole source award is a business decision wholly within the discretion of the Contracting Officer; however, responsible sources may identify their interest and capability to respond to the requirement by submitting a capability statement no later than May 30, 2018 by 12:00PM (EST). This notice of intent is not a request for competitive quotations. The preferred method of communication is via email to the point of contact outlined below. P.O.C: Zachary.penhollow@va.gov, Contracting Specialist Heidi.Gallaher@va.gov, Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/36A77618Q9056/listing.html)
 
Document(s)
Attachment
 
File Name: 36A77618Q9056 36A77618Q9056.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4311179&FileName=36A77618Q9056-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4311179&FileName=36A77618Q9056-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04924113-W 20180518/180516230807-9068d6cd829275075832c37e23c103c4 (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.