SOURCES SOUGHT
R -- FY 2022 Non-IT Business Case Applications
- Notice Date
- 6/1/2020 9:25:02 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36E77620R0038
- Response Due
- 6/12/2020 8:59:00 PM
- Archive Date
- 09/10/2020
- Point of Contact
- Steven.Mock@va.gov, Steve Mock, Contract Specialist, Phone: 216-447-8300 x3506
- E-Mail Address
-
steven.mock@va.gov
(steven.mock@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Description The Program Contracting Office Central (PCAC) plans on submitting a solicitation in the next 30 days for the Department of Veterans Affairs (VA), Office of Asset Enterprise Management (OAEM) for the purpose of selecting a contractor to provide all resources necessary to accomplish the deliverables described in this Performance Work Statement (PWS). The contractor shall be responsible for the following: Assist VA in the preparation of the Non-IT Business Case Applications in support of the FY2022 President s Budget request. Strategic Capital Investment Planning (SCIP) business cases were scored using the SCIP Decision Criteria Model and a prioritized list of projects was developed through the VA governance process for inclusion in the FY2022 Budget Submission. As part of VA s submission to OMB, a Non-IT Business Case Application and associated documents will be prepared for all Major Construction and Major Lease projects. The associated North American Industrial Classification System (NAICS) code for this procurement is 541611, with a small business size standard of $15 million. This will be a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). Background: The SCIP process is the basis for the Department of Veterans Affairs (VA) current and out-year capital budget requests. The SCIP process includes development of 10-Year Action plans and budget year business cases to close performance gaps (space, utilization, facility condition, access, etc.) and enhance healthcare and delivery of services and benefits to the nation s Veterans. In the late 1990s, VA began a dramatic change in the manner in which it delivers services, shifting from an in-patient, hospital-based model to one that focuses on preventive care in outpatient settings. That shift has left VA with an increasing inventory of aging and obsolete facilities, many in locations where there is diminished demand. In an effort to build upon past capital planning efforts, and to address the problem of aging infrastructure in poor condition, lack of infrastructure in some locations and unused infrastructure in others, the Department has embarked on the SCIP process. SCIP is a significant and critical initiative that will enable VA to better adapt to changes in the environment, demographics, capabilities, medical technology and health care delivery, thereby allowing VA to deliver the highest quality healthcare, benefits, and memorial services to our Nation s veterans. SCIP ensures that all resources will be scrutinized and considered at the corporate level, with equitable and consistent distribution across markets and competing capital needs to address gaps in our service delivery. For the first time in VA s capital planning process, SCIP will provide the Secretary with a project list that is integrated across all administrations and programs (major and minor construction, major leases and non- recurring maintenance) so as to ensure resources are allocated to address the most critical gaps. With the strategic goal to improve the delivery of services and benefits to Veterans, the SCIP process will be the basis for the Department s FY2022 capital budget request. Unlike previous capital planning models, SCIP links planning efforts of the Administrations and Staff Offices for both capital and non-capital solutions and takes a long-term departmental approach (10- 20 years). SCIP also encourages investments that ensure delivery of services in a Veteran-centric, forward-looking, and results-driven manner, while placing particular emphasis on improving access, maintaining our capital portfolio, increasing market penetration, reducing homelessness, and ameliorating issues confronting women Veterans. Currently, VA has a significant funding backlog in construction projects and facility condition assessment deficiencies, and many of its facilities are over-utilized, resulting in higher maintenance costs and inefficient resource usage. Closing the identified gaps was the basis for FY2022 business case applications developed by the Administrations and Staff Offices. Business cases were prepared for all projects included in their approved action plans (major construction, minor construction, leases, and non-recurring maintenance projects) that are above established dollar thresholds, represent high risk, or are considered to be crosscutting. The business cases were scored using the SCIP Decision Criteria Model and a prioritized list of projects was developed through the VA governance process for inclusion in the FY2022 Budget Submission. This scope of work is for assistance to VA in the preparation of the Non-IT Business Case Applications for Major Construction and Major Lease projects to OMB and then in support of the FY2022 President s Budget. Performance Period: The period of performance is for 365 calendar days from date of award. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Type of Contract: This will be a combined synopsis/solicitation firm fixed price stand-alone Services contract for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items . This solicitation will be a request for proposals (RFP). The contractor must demonstrate it possesses both general and specialized capability, knowledge, and skills. Place of Performance: The primary place of performance will be at the contractor s facilities; however, some tasks may require work to be performed at a Government facility. Any work at the Government site shall not take place on Federal holidays or weekends, unless directed by the Contracting Officer (CO). Title: FY2022 Non IT Business Case Applications The magnitude of this contract will be between $500,000 and $1,000,000. The previous contractor for the FY2020 Non IT Business Case Applications contract is The Craddock Group, LLC. No questions concerning this solicitation will be answered at this time, as there will be an opportunity to submit questions after the solicitation has been posted. If you would like to send an email expressing interest in this project, that will be greatly appreciated. Point of Contact Emails expressing interest in this project should be sent to the Contract Specialist, Steve Mock at steven.mock@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5625c88a6c3340f08ed9c80c33a8ba1a/view)
- Place of Performance
- Address: TBD, USA
- Country: USA
- Country: USA
- Record
- SN05676390-F 20200603/200601230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |