R410–Environment of Care/Life Safety Consultation (as described in the attached SOW)

Jul 8, 2020 | Sources Sought

This is a SOURCES SOUGHT NOTICE ONLY – This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. There is no solicitation document as this time. No contract will be awarded as a result of this Sources Sought announcement. The Department of Veterans Affairs (VA), Network Contracting Office (NCO 21) is soliciting information from qualified Small Business sources, the results of this announcement will be evaluated to determine if at least two SDVOSB or VOSB sources are capable of performing the proposed work. The Department of Veterans Affairs (VA) is performing market research to identify companies capable of providing requirements needed for the attached SOW. Please see attached SOW for further details. The NAICS is 541611 with Small Business size of $16.5 Million. NOTE: Please ensure that System For Award Management (SAM) (www.beta.sam.gov) indicates this NAICS code if you are interested in the requirement. Respondents shall provide detailed information as to how they are qualified to perform this work. In addition, respondents are requested to submit the following information: Please note: Failure to provide the following information completely and accurately may result in a determination that your company is not a viable source. Name of Organization Address, City, State, and Zip Code Point(s) of Contact Name, Telephone number and email address DUNS number Socio-economic status such as Service-Disabled Veteran Owned Small Business (SDVOSB), VOSB, Women-Owned Small Business, etc. should be included. SDVOSB/VOSB status will be verified using VetBiz and VETS-4212. Current GSA contract number (if applicable) Capability statements that include the following: Identify geographical areas your company currently services Explain how your organization will be able to meet this requirement Number of years experience in providing required service Current and/or past performance equivalent in size and scope to the services described in summary of services, including identify: Contract/order number Customer name and Point(s) of Contact, phone number and email address Contract value Period of performance Prime or subcontract and A brief description of services provided under the contract/order number, provide references for listed current and/ or past performance If you will rely on a subcontractor to assist with performance, please clearly identify what functions your company will perform versus those of the subcontractor(s). When responding to the preceding questions, avoid using teaming language, e.g. Team ABC has 20 years of experience or Team ABC has placed 15,000 staff. Clearly identify what functions/experience/resources your company has and will be able to perform independently of a subcontractor. Ambiguous responses that lack clarity will affect the Contracting Officer s ability to determine if your company is a viable source for this requirement. Please provide pricing for market research purposes for the requirement as described. Ensure the pricing information includes the regular hourly rate, overtime rates, and holiday rates (if applicable). Is your pricing based on local candidates or does it include subcontracting costs? Before responding please carefully read and consider the following: As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html Interested vendors shall notify the Contracting Officer of pending changes in business status. Respondents will not be notified of the results. Based on the responses received, the Contracting Officer reserves the right to determine the set-aside status. No reimbursement will be made for any cost associated with providing information in response to this solicitation. All responses must be submitted by e-mail to the point of contact identified below; no other method of transmittal will be accepted. Responses to this Sources Sought Notice shall be e-mailed to the Contracting Specialist, Lynnette Kawakami at [email protected]. Responses must be received no later than 7:00 AM HST on Wednesday July 15, 2020. Failure to submit all information requested will result in a contractor not being considered as an interested business.

Contracting Office Address

10535 HOSPITAL WAY, MATHER, CA 95655

Place of Performance

SAN FRANCICO, CA, 95652-1012

Contact Information

[email protected]
LYNNETTE KAWAKAMI
Phone: 808-539-1312
[email protected]

Main Email

[email protected]

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.