Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2024 SAM #8080
SOURCES SOUGHT

R -- Acquisition Support Directorate Transformation Services

Notice Date
1/9/2024 7:56:39 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
 
ZIP Code
21703
 
Solicitation Number
VA-24-00021630-MC-1
 
Response Due
1/25/2024 11:00:00 AM
 
Archive Date
02/09/2024
 
Point of Contact
Michael Collins
 
E-Mail Address
michael.collins7@va.gov
(michael.collins7@va.gov)
 
Small Business Set-Aside
VSS Veteran-Owned Small Business Sole source (specific to Department of Veterans Affairs)
 
Description
Department of Veterans Affairs (VA) RFI #VA-24-00021630-MC-1 Request for Information (RFI) / Sources Sought Notice (SSN) Acquisition Support Directorate Transformation THIS IS A REQUEST FOR INFORMATION (RFI) ONLY (as defined in FAR 15.201(e)), this is not a solicitation. Solicitation is not available at this time. Requests for a solicitation will not receive a response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, provide feedback to respondents with respect to any information submitted, or respond to any questions or comments that may be submitted in response to this RFI. This notice does not constitute a commitment by the United States Government and does not obligate the Government to award a contract or otherwise pay for the information provided in response. Responders are solely responsible for all expenses associated with responding to this RFI. The purpose of this Sources Sought Notice/Request for Information SSN/RFI is to conduct market research to obtain information on industry capability and sources available to services to assist ASD in providing Acquisition and Contract Management Support as detailed in the Attachment A: PWS Draft. Responses to this request for information may influence the chosen acquisition strategy (including Veteran-owned, Service-disabled Veteran-owned, and other small business participation, and vehicles and methods to acquire the services). VA is requesting input from Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), as well as small and large businesses regarding capability to deliver all required support, along with experience/past work providing Acquisition and Contract Management Services. Interested Veteran-Owned (VOSBs) and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) are encouraged to respond, as are other businesses that have the capability for the requirement. The Government requests that contractors respond using the INSTRUCTIONS provided in this Request for Information. Responses should �demonstrate� capability, not just �confirm� the company�s belief that the capability exists or could exist or otherwise parroting the PWS. The agency does not intend to award a contract or order as a result of this RFI, but rather the intent is to gather capabilities and market information pertinent for acquisition planning. The responses to this RFI will be captured as market research and may contribute to the development of an acquisition strategy. All submissions become Government property and will not be returned. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Vendors may ask questions relating to the PWS; however, the Government does not intend to provide responses at this time. Questions may be utilized to assist in further development and/or clarification of the PWS. The information provided in the RFI/SSN is subject to change and is not binding on the Government. INSTRUCTIONS FOR RESPONDING TO THIS RFI /SSN CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response.� The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Response Format/Page Limitations:� The overall total page limit for responses to this RFI is four (9) pages, not including cover. Responses should be submitted in Microsoft Word format with 12 pt. or greater font size.� Interested parties should limit marketing material in order to allow sufficient space for adequately, directly, and substantively responding with the information of most interest to the Government. In all correspondence relevant to this RFI please identify it as a response to the �Acquisition Support Directorate Transformation� (on response and in Subject Line of email). Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Respondents are requested to limit responses to the information, and in the format provided below. A - GENERAL INFORMATION (Responses Requested) � Organization Name. Company ownership (public, private, joint venture). What is your business size designation in accordance with Small Business Administration (SBA) standards for the recommended NAICS code 541990 � All Other Professional, Scientific and Technical Services?�� What is your socio-economic designation, if applicable? If Service-Disabled Veteran-Owned or Veteran-Owned, are you Veteran Information Pages (VIP) Verified? Identify any Government Services Administration (GSA) schedules and Special Item Number (SIN) Categories or other contract vehicles you hold that support this work as described in the draft Performance Work Statement (PWS)? If GSA Multiple Award Schedule (MAS), please denote which applies for your entity. If SDVOSB, are you certified as such at Veteran Small Business Certification (sba.gov)? B � CAPABILITY AND EXPERIENCE INFORMATION Organization name, address, email address, website address, DUNS number, System for Award Management (SAM) Unique Entity Identification (UEI) number, �telephone number, business size (i.e. large business, small business, service-disabled veteran owned (SDVOSB), veteran owned, woman owned, disadvantaged, HUBZone, 8(a) small businesses) for NAICS code 541990 � All Other Professional, Scientific and Technical Services, and whether another NAICS code is more appropriate and why. Describe prior experience providing similar services at the scope required. Please provide an example of a previous work related directly to the PWS requirements. Describe prior experience with working with providing Acquisition Support Services as related to the PWS.� Restatement/parroting of the PWS is not sufficient evidence of capability. Describe your management approach, staffing and experience in performing services as are comparable to the PWS. What are the greatest challenges/difficulties experienced? Provide any foreseeable impacts of requirements of the draft PWS or any suggested changes/revisions. The ability to provide a high-performance team that can work independently and without significant Government intervention in providing Acquisition Support Services from simple to complex actions. Describe your capability in providing Acquisition Support Services related to those within the PWS. Does your organization have trained/qualified personnel on staff to perform the required tasking?� If not, will your organization require subcontracting or outside hiring or additional training to be able to perform at a high level of experience in the subject matter? Does your organization have any potential Organizational Conflicts of Interest (OCI) in performing requirements of the PWS that may be related to acquisition actions for which you may have interest in submission of proposals or working as subcontractor in performing?� (All Offerors would be required to complete/submit an OCI statement in any subsequent Request for Proposal/Quote and Non-Disclosure Agreements (NDAs)) related to this PWS. **************************************************************************** Submission: Responses to this RFI/SSN shall be submitted to the Contracting Officer/Contract Specialist via email at �Michael.Collins7@va.gov respectively no later than at 2:00PM ET on January 25, 2024. Questions: Questions may be submitted, and/or questions or comments that may be utilized in further clarifying any subsequent announcement Depending upon the responses received, VA may request additional information, may conduct future question and answer sessions, or may conduct meetings or an industry day. 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection�31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although �proposal� and �Offeror� are used in this Request for Information/Sources Sought Notice, your response will be treated as information only. It shall not be used as a proposal. (c) This Request is issued for the purpose of gathering Market Research Information and determining capable source availability. (End of provision) Please see Attachment A: �Draft PWS� for further information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a85ea2384154fbcb74f0e41de962511/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06931305-F 20240111/240109230045 (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 |
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.