SOURCES SOUGHT
R -- OCAMS - Financial Support (Activations)
- Notice Date
- 2/24/2022 1:39:56 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- PCAC ACTIVATIONS (36A776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77622Q0181
- Response Due
- 3/10/2022 8:00:00 AM
- Archive Date
- 06/08/2022
- Point of Contact
- Kathleen.Klotzbach@va.gov, Kathleen Klotzbach, Phone: Shanae Thomas, Fax: Shanae.Thomas@va.gov
- E-Mail Address
-
Kathleen.Klotzbach@va.gov
(Kathleen.Klotzbach@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Program Contracting Activity Central Office of Capital Asset Management Service (OCAMS) National Activation Office (NAO) Financial Support Veteran s Health Administration REQUEST FOR INFORMATION (RFI) Introduction This RFI is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced, and interested potential sources. Responses will not be considered proposals. NAICS 541611 (size standard $16.5 million) applies. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for the Office of Capital Asset Management Service (OCAMS) to provide financial support for the Activation Program, for major lease and major construction projects within the Veterans Health Administration (VHA). Contractor to provide financial support to help manage the portfolio of future lease and construction projects. Please be aware that any contractor which may be awarded a contract under this effort will not be eligible to receive an award for Initial Outfitting, Transitioning, and Activation (IOT&A) services for any project which are part of the program support contract portfolio of projects. Background Information The Strategic Capital Investment Planning (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. To better estimate all-in project costs (e.g., furniture, equipment, information technology, staffing. etc.) and to provide documentation for budgetary requests required for project activation funding, a model for calculating these costs in advance of and during construction is necessary to plan and redistribute funding as project schedules change. The model will be based on the Space and Equipment Planning Software (SEPS). Each Construction project and Major Lease are required to submit a SEPS plan during the SCIP submission. That SEPS plan will become the baseline for Furniture, Fixtures, and Equipment (FF&E) funding. Scope of Work: The contractor shall be responsible for the following: Contractor shall provide an initial update to the previous estimates, historical activation funding executed per project, and provide to VHA. Additionally, the contractor shall provide a mid-year update to assist VHA in providing the most accurate data to VHA finance for funding requests; validation that the initial update is still accurate based on the midyear project changes. Initial and mid-year update estimates will include recurring and non-recurring for all types and sizes of VHA capital projects, and all inputs, and outputs previously included in the estimates, and as needed, changes the contractor may recommend improving the accuracy of the estimates. The estimates should provide all required documentation to respond to the Office of Management and Budget (OMB) and Congressional requests for information regarding activation costs. Contractor shall provide ongoing support to develop reports, update project changes to the estimate, and/or presentations as needed by project, VISN or VHA for the term of this contract. The contractor shall also provide on-going support to OCAMS and VISNs in maintaining and updating the database data/information to support an effective activation funding process, which will help ensure the tool is being evaluated with current data and information. Eligibility To be eligible for a set aside under the Veteran s Affairs Veterans First Contracting Program, SDVOSBs must: 1) be verified by the Department of Veterans Affairs (VA) as a SDVOSB and 2) meet the small business size standard for North American Industry Classification System (NAICS) 541611. Additional information on the Veteran s First Contracting Program including verification instructions can be found at (http://www.va.gov/OSDBU/index.asp). A company that is not a small business under NAICS 541611 or not certified as an SDVOSB by the VA Office of Small and Disadvantaged Business Utilization (OSDBU) in the Vendor Information Pages (VIP) database should not respond to this notice. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Quotation, or a Request for Proposal. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Response to this RFI will be treated only as information for the Government to consider. The information provided may be used by the Government in developing its acquisition strategy. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI and parties responding will not be entitled to payment for direct or indirect costs incurred in responding to this RFI. Submittal Information: Eligible SDVOSB firms should provide capability statements for the tasks outlined above within the RFI response. Generic capability statements will not be accepted or reviewed. Your response must include the following as a minimum: Company Name, DUNs number, Company mailing address, phone number, name of designated point of contact and e-mail of designated point of contact. Company business size and status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business, etc.), the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. Capability/Qualifications A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work, including demonstrated experience and understanding of the following: Strategic capital investment planning and budgeting, specifically within project activation funding for a healthcare facility Space and Equipment Planning Knowledge and experience in OMB budget requirements Past Experience Provide the following on a maximum of three similar projects completed within the last three years for which the respondent was a prime or subcontractor: The name, address, and dollar value of each project The Prime Contract Type, Firm Fixed-Price, or Time and Material The name, telephone and address of the owner of each project A brief description (no more than a few paragraphs) of each project and why it is relevant to this requirement., including difficulties and successes Your company s role and services provided for each project Responses are due no later than 11:00 AM ET, March 10, 2022 via email to: Kathleen Klotzbach, Contracting Officer at Kathleen.Klotzbach@va.gov, and Shanae Thomas at Shanae.Thomas@va.gov. Questions and responses must be submitted via email to all contacts. No phone calls will be accepted. Please note RFI OCAMS/NAO Financial Support in the subject line of your response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4269e595f48c4527b8726a1e287fb966/view)
- Place of Performance
- Address: Nationwide, USA
- Country: USA
- Country: USA
- Record
- SN06250724-F 20220226/220224230101 (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 |