SOURCES SOUGHT
B -- Medical Material Requirements Planning Support Services
- Notice Date
- 8/30/2023 9:39:24 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q1081
- Response Due
- 9/22/2023 9:00:00 AM
- Archive Date
- 11/21/2023
- Point of Contact
- Shannon McNiel, Contracting Officer, Phone: 480-466-7938
- E-Mail Address
-
shannon.mcniel@va.gov
(shannon.mcniel@va.gov)
- Awardee
- null
- Description
- Request for Information (RFI): Veterans Health Administration (VHA) Medical Material Requirements Planning Support Services The Department of Veterans Affairs (VA) is issuing this RFI in accordance with FAR 15.201(e). The purpose of this RFI is to assist the Government in conducting market research focused on identifying mature and immediately available healthcare system disaster planning modeling and simulation services that could support Veterans Health Administration disaster planning. The purpose of the RFI is to assist the Government in conducting market research regarding the subject requirements, promote competition, and garner high-quality proposals. The Government is not obligated to release a future solicitation, and the information received from industry as a result of the RFI will be used for market research only. Please see ATTACHMENT A for the Sample Performance Work Statement. THERE IS NO SOLICITATION AT THIS TIME. This request for capabilities information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary and the government assumes no financial responsibility for any costs incurred. Your responses may be shared with all stakeholders, thus the information received will not be considered proprietary. Government Estimate: The government currently does not have an estimate for the total amount of this requirement and is seeking industry feedback on proposed rough order magnitude costs. Contractors should only provide responses for services that are fully developed and currently available for use. Do not submit responses that propose developing or otherwise creating a wholly new service. STRUCTURE AND SUBMISSION OF RESPONSES Responses shall be in Microsoft Word and must maintain one-inch margins, 12-point Times New Roman font, and single spacing. Please limit the length of each section to no more than the number of pages indicated below and limit your full response to 24 pages. If your organization has the potential capacity to perform these contract services, please provide the following information: Section I: Cover Sheet 1 page Please provide the following information: Organization name, address, and web site. Point of contact to include e-mail address and telephone number. Company s Unique Entity Identifier (UEI) as assigned @SAM.gov. Business size (large or small). If small, please provide type of small business. If applicable, Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must be verified in https://veterans.certify.sba.gov/. North American Industry Classification System (NAICS) that best fits these task areas. If applicable; GSA contract number, schedule, and SIN category. Section II: Index 1 page Please provide an index to assist the Government in identifying where you have addressed each question below in your Capabilities Statement and Market Information. Please provide the question number and corresponding page, section heading, and paragraph number. Section III: Capabilities Statement and Market Information 10 pages Please respond for each area within the Inputs, Capabilities, and Outputs section if your service has such a capability. In addition, for each of the functions, provide detail on how your service would perform those functions. Responses should detail all product characteristics and features as well as the underlying capabilities and methodologies employed to deliver outputs. Section IV: Training Information 5 pages Provide what types of user training are available and the method of delivery. Section V: Timeline and Price 2 pages Please outline a timeline for use (e.g., how quickly the service can be used) and rough order magnitude costs. Section VI: Evidence of Effectiveness 5 pages Provide additional marketing materials or detail performance of the service as used to support other government or commercial customers. Contractors should respond to this RFI by September 22, 2023, by 12:00 PM EST via e-mail to shannon.mcniel@va.gov. Contractors may submit questions by September 7, 2023, 12:00 PM EST via email to shannon.mcniel@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fddd4f4fa6614e7a91fa5aad0caf9d90/view)
- Place of Performance
- Address: Department of Veterans Affairs Veterans Health Administration
- Record
- SN06813595-F 20230901/230830230058 (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 |