Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
SOLICITATION NOTICE

R -- CARES Project Management

Notice Date
3/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, Acquisition Operations Servic= e, (049A3), 810 Vermont Avenue, N.W., Washington, District Of Columbia 2042= 0
 
ZIP Code
00000
 
Solicitation Number
101-17-03
 
Archive Date
4/26/2003
 
Point of Contact
Point of Contact - Charles A. McClellan, Contract Specialist, (202= ) 273-8763, Contracting Officer - Chris Burroughs, Contracting Officer, (20= 2) 273-4812
 
E-Mail Address
Email your questions to Chris Burroughs
(chris.burroughs@mail.va.gov)
 
Description
This is a combined synopsis/solicitation (RFP 101-17-03) for commerci= al items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; responses reflecting availability of the service as described are requested in the form of a proposal. A separate written solicitation will not be issued. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-12. The NAICS Classification code is 561110 the size limited is 6 million. It is a set-aside for small businesses. The value range of this requirement is 50,000 =96 100,000 dollars. The objective of this project will be to create a Master Program Schedule for the CARES initiative using critical-path-methodology (CPM). Once the initial baseline schedule is prepared, Contractor will update progress to date and address changes to the critical path on a weekly basis for the next 6 months. Background: The Department of Veterans Affairs (VA) has initiated the CARES project for the purpose of realigning their capital infrastructure to provide the optimal level of care to a projected target date of 2022. VA facilities across the country will be grouped into markets and each market will have to develop a market plan to address the above stated purpose. To facilitate this process VA desires to develop a master program schedule to coordinate the workload of various internal task assignments and independent contracts. We require a critical-path-methodology (CPM) that will highlight the critical path activities at the program level with drill-down capabilities. Methodology: Contractor will take all existing schedules from current CARES contracts and VA staff responsible for deliverables and integrate into a Master Program Schedule applying predecessor and successor logic at key integrated points or Milestones that will allow the project team and management to monitor critical path at the macro (Program) and micro (Project/Contractor) levels. Activity coding requirements are data parameters that allow for various forms of sorting operations, data analysis and organization of work. Examples of activity coding requirements include responsibility, area (location), type of work, and work-breakdown-structure. Additionally, contractor will assign (labor hours or other resources) activities to project resource requirements and or cost load activities to determine costing requirements for the project. Schedules will be prepared for work relating to each contractor and responsible VA office. Requirements: Contractor will use a scheduling tool as Project Management (PPM) method to accomplish this task. MS Project, along with PPM method, has the functionality to develop and track the data parameters, CPM, and resource/cost-loading requirements needed for this project. The preferred tool is Primavera. Contractor will produce the integrated Master Program Schedule in the first week and then an updated Master Program Schedule each week over the next 25 weeks. Weekly documents will be placed on CARES WEB-Site and up-dated each week by Contractor. Additional information is available and will be provided via e-mail upon request. The following provisions are incorporated by reference: 52.212-1, Instructions to Offerors=97Commercial Items, the following instructions are added as an addendum to this clause: Submit offers in two separate volumes as follows: Volume I, Technical Proposal=97Include all technical information required for evaluation, excluding any reference to cost/price. Divide the technical volume into the following areas, Technical Approach, Past Performance, and Qualifications/experience of proposed staffing.=20 Demonstrate compliance with all minimum technical requirements. Past performance =96 include a minimum of 3 points of reference for customers of comparable size, and whose requirements are similar in nature.=20 Volume II, Price Proposal. Pricing should be provided on a firm fixed price basis. You are providing continuance service for the entire period. The period of performance is 7 months. The government will provide the software. In accordance with FAR 52.212-2, Evaluation=97Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Understanding of the statement of work requirements, as demonstrated in the Technical Proposal; (2) Past Performance and (3) Price. These factors are stated in their descending orders of importance. The requirement of FAR 52-212-3, Offeror Representations and Certifications=97Commercial Items and 52-212-4, Contract Terms and Conditions=97Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders=97 Commercial Items must be submitted with offer. A copy of the Representations and Certifications is available at http://www.arnet.gov/far/loadmainre.html. The following FAR Clauses under FAR 52.212-5 are applicable to this acquisition: 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. Additionally, FAR clauses, 52.217-9 (inserts to read =93period of performance=94 =9330 days=94 and =937 months=94), 52.217-5, a= nd 52.217-8 (insert to read =93within the contract performance period=94) are included. NOTICE TO OFFERORS=97SOLICITATION OMBUDSMAN PROGRAM. It is the policy of the Dept of Veterans Affairs to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Secretary has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Veterans Affairs solicitation is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the offeror should then contract the Veteran=92s Affairs Solicitation Ombudsman at the address below: Dept of Veteran=92s Affairs (049A) 810 Vermont, NW Washington, DC 20240-0001 Telephone (202) 273-6047 Offers are due Mar 27, 2003, 2001, 3:00 p.m. to: Dept of Veteran=92s Affairs (049A3F), 810 Vermont, NW, Washington, DC 20240-0001, Attn: Christopher M. Burroughs. For information regarding this solicitation, please call Ms. Burroughs at (202) 273-4812 or e-mail at Chris.Burroughs@mail.va.gov. Questions should be provided in writing via e-mail within 5 days of this notice.
 
Web Link
RFP 101-17-03
(http://www.bos.oamm.va.gov/solicitation?number=3D101-17-03)
 
Record
SN00278687-W 20030315/030313213457 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.