Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2024 SAM #8116
SOURCES SOUGHT

70 -- Capital Region Readiness Center Audio Visual Modernization Project

Notice Date
2/14/2024 7:18:48 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B24Q0193
 
Response Due
2/21/2024 9:00:00 AM
 
Archive Date
03/22/2024
 
Point of Contact
Terricia Lloyd, Contract Specialist, Phone: 512-981-4453
 
E-Mail Address
Terricia.Lloyd@va.gov
(Terricia.Lloyd@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice RFI 36C10B24Q0193 The Department of Veterans Affairs Office of Information & Technology Capital Region Readiness Center Audio Visual Modernization This is a Request for Information Sources Sought Notice only. The purpose of this Sources Sought notice is to identify qualified vendors, obtain market information on capable sources of supply, industry best practices, and input specific to the information provided for the Department of Veterans Affairs (VA), Office of Information & Technology (OIT), Capital Region Readiness Center (CRRC), Martinsburg, WV requirement for an Audio Visual (AV) Modernization Project. This Sources Sought Notice is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan (TEP), Request for Quotation, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. The Government does not intend to pay for the information submitted in response to this RFI. This RFI does not constitute a solicitation for quotes/proposals or the authority to enter negotiations to award a contract. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response.  It is requested that all companies interested in participating in this effort note their interest and provide indication of their respective capabilities to perform the effort described in the attached Performance Work Statement (PWS). Any information submitted by respondents to this RFI notice is strictly voluntary. All submissions become Government property and will not be returned. VA reserves the right to not respond to any, all, or select responses or materials submitted. All requirements identified herein are subject to change at any time. The North American Industry Classification System (NAICS) code considered for this requirement is 541519, Information Technology Value Added Resellers; the small business size standard for this NAICS is 150 employees. REQUIREMENT VA is conducting market research to identify vendors capable of providing a turn-key AV solution in several areas throughout the VA OIT CRRC Martinsburg, WV. The current AV equipment has reached its end of life. See specific requirements in the attached DRAFT Performance Work Statement (PWS) and Exhibits 1 through 4. HOW TO RESPOND: Respondents are encouraged to respond if they have the capabilities to meet the VA s requirements. Provide a clear, concise, and complete capability package. Respondents shall submit a capability statement limited to 10 pages describing your company s ability to meet the requirements outlined in this RFI and include the following: Provide Company Information: Company Name CAGE/UEI Number under which the company is registered in SAM.gov Company Address Point of contact name Telephone number Email address For small business concerns, indicate whether at least 50% of the total amount paid by the Government will be paid to firms that are similarly situated. Company Business Size and Status for NAICS (541519). Provide a statement regarding your socioeconomic status (including business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.). If a small business, clearly identify what socioeconomic category you are recommending for this effort. If a small business, are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Any Service-Disabled Veteran-owned small businesses (SDVOSBs) or Veteran-owned small businesses (VOSBs) responding to this RFI must include their intent and ability to meet set-aside requirements for performance of this effort in accordance with the Department of Veterans Affairs (VA) Acquisition Regulation (VAAR) 852.219-73, VA Notice of Total Set-Aside for Certified SDVOSB or 852.219-74, VA Notice of Total Set-Aside for Certified VOSB; specifically the requirement for at least 50% of the cost of manufacturing or 50% of the services be performed by yourself and/or other eligible/verified SDVOSB/VOSB concerns; and be listed in the Small Business Administration certification database at the time of submission. Brief detailed summary describing your company s technical approach to meeting the PWS requirements, to include: Identify existing contract vehicle(s) in which you are a current contract holder that can be used to procure the required services. Contract vehicle(s) shall include and not limited to General Services Administration Federal Supply Schedule (GSA FSS), Transformation Twenty-One Total Technology Next Generation (T4NG), Government Wide Acquisition Contract, NASA Solution for Enterprise-Wide Procurement (SEWP) Government-Wide Acquisition Contract (GWAC), etc.). List any existing contracting vehicles you have with the VA that you would recommend for this requirement. Does the draft PWS provide sufficient detail to describe the technical and functional requirements that encompass the requirement? If NO , please provide your technical and functional comments, recommendations, and or questions on elements of the draft PWS that may contribute to a more accurate quote submission efficient, and cost-effective effort. INSTRUCTIONS FOR SUBMITTING QUESTIONS AND RESPONSES: Do not wait until the last minute to submit your responses. To avoid submission of late responses, we recommend the transmission of your response file 24 hours prior to the required response due date and time. Please be advised that timeliness is determined by the date and time an Offeror s response is received by the Government not when an Offeror attempted transmission. Offerors are encouraged to review and ensure that sufficient bandwidth is available on their end of the transmission. Questions shall be submitted electronically to via email to Terricia Lloyd, Terricia.Lloyd@va.gov no later than 09:00:00 am EST on February 20, 2024. Responses shall be submitted electronically via email to Terricia Lloyd, Terricia.Lloyd@va.gov no later than 12:00:00 pm EST on February 21, 2024. Information submitted any other method will not be considered. VA will not be able to grant any extensions to this RFI. The VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. VA appreciates your time and anticipated response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/37a20f1062104873aaf57e2d50e3bf2b/view)
 
Place of Performance
Address: Martinsburg,
 
Record
SN06966453-F 20240216/240214230057 (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.