Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2006 FBO #1536
MODIFICATION

M -- RFI for VA Fitness Services ContractAmendment to Previous RFI changing contact infoand response date.

Notice Date
2/7/2006
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;VA Central Office;Acquisition Operations Service (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-06-RP-0040
 
Response Due
2/15/2006
 
Archive Date
3/2/2006
 
Small Business Set-Aside
N/A
 
Description
The following is a Request for Information only. This synopsis is for information and planning purposes only and does not constitute a Request for Proposal. The Department of Veterans Affairs (VA) Office of Administration is seeking industry capability statements for the contract services related to a comprehensive program of Occupational Health and Wellness which includes, but is not limited to, on-the-job injuries or illnesses; various screenings; health risk appraisals; examinations; health fitness; employee assistance programs; profiles and counseling, as described in the attached Draft Statement of Work (SOW). The specific support areas are 1) Health and Fitness (providing assistance to the maintenance of good health and overall employee morale. The fitness center provides employees the opportunity to maintain their physical fitness under the supervision of trained fitness staff). 2) The Wellness centers, providing short term medical assistance to employees who become ill or injured while at work. 3) Health Screening Services and physical examinations to employees in grades GS-14 and above who are 40 years of age and older. The VA is seeking sources that are able to provide all three services. All responses to this RFI for the resulting solicitation must be "ALL-OR-NONE." The resulting solicitation will result in only one (1) award. There will not be multiple awards. All three services listed above must be supplied in order for an offeror to be considered for the resulting award. The contractors interested in providing these services will be expected to provide non-personal services relating to specific tasks during the life of the contract as identified in the attached draft Statement of Work (SOW). VA is conducting a market survey and analysis of industry capabilities for the award of a firm fixed-price Indefinite Delivery/Indefinite Quantity IDIQ contract designed to replace the current contract V101(93)P-1735 expiring in July 2006. The VA is considering the resulting award to be set aside for small business. The Va has not decided the small business sub-set (eg HubZone, 8(a), Service Disabled Veteran Owned Businesses), all small business categories are encouraged to respond. Large businesses need not respond. The contractors interested in providing services under this Health and Fitness RFI will be expected to provide services relating to specific areas as identified in the attached draft SOW. Place of performance shall be designated in each task order. They will consist of the following locations, VA Central Office, 810 Vermont Ave, NW, 1722 I Street, Techworld, and 1800 G Street. The objective of this RFI is to obtain market research in order to assist in the development of preliminary acquisition planning. The award will be awarded utilizing full and open competition. The government anticipates utilizing North American Industry Classification System (NAICS) code 561210, Facilities Support Services. Please ensure that your company provides the NAICS code your business falls within if different from 561210. Included with this Request for Information (RFI) is a draft SOW with specific areas of descriptions. In order to determine if all services listed can be done by one company, interested contractors are requested to submit capability statements addressing their ability to perform all of the requirements for the service areas identified in SOW. Responses are due Friday February 17, 2006 at 5:00 p.m. EST. The capability statements are to be in Microsoft Word format. Please provide as much detailed information as possible in your RFI and submitted via email no later than February 17, 2006 to Hilbert Caesar hilbert.caesar@va.gov and copy to Shelia L. Gaskins at shelia.gaskins@va.gov. The capability statements shall include a description of similar work performed in the past 5 years inclusive of dollar value and all customers including government and private sectors. Contractors shall provide their point(s) of contact name, address, telephone number, and email address; the company's business size, including applicable North American Industry Classification System (NAICS) code(s); This information may be used to develop a bidders list. The release of a draft request for proposal (RFP) also affords industry an opportunity to comment on any perceived issues with regard to the initiative and to allow the Government to receive the benefit of industry comments. The Government's purpose in providing an opportunity for industry comment is to identify potential problem areas, and provide alternative recommendations in order to enhance the success of the initiative. The Government believes industry feedback is important, and is receptive to any and all ideas from industry which would result in limiting unnecessarily constraining requirements, realizing cost savings, or highlighting potential technical or contractual problem areas associated with the initiative. Any comments provided should not be viewed as a vehicle for presenting a specific proposal but as an opportunity to improve an eventual solicitation package. This request for information, or "sources sought", shall not be construed as an RFP. Information is to be provided on a voluntary basis. No entitlement to payment of direct or indirect costs or charges including postage and shipping will arise as a result of the submission of contractors' information. If you experience any problems or have a ny questions concerning this announcement, please contact La Keisha Wiley-Bess at (202) 273-6057 or Hilbert Caesar (202) 273-6471 between the hours of 8:00 am and 4:30 pm ET, Monday through Friday. *****
 
Place of Performance
Address: VA Central Office, 810 Vermont Ave;1722 I Street;801 I Street;1800 G Street;Washington, DC
Zip Code: 20000
Country: US
 
Record
SN00982412-W 20060209/060207213727 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.