Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2012 FBO #3708
DOCUMENT

R -- Visioning Summit - Attachment

Notice Date
1/17/2012
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123
 
ZIP Code
63123
 
Solicitation Number
VA77712R0084
 
Response Due
2/17/2012
 
Archive Date
3/18/2012
 
Point of Contact
Anthony Balestreri
 
E-Mail Address
4-6648<br
 
Small Business Set-Aside
N/A
 
Description
GENERAL INSTRUCTIONS North American Industry Classification System (NAICS) code and small business size standard. The NAICS code, 541611, and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is $7,000,000.00. Pre-quote discussions: The Pre-quote period is the period of time between issuance of the solicitation and due date for offers. This time period allows for an exchange of information between the VA and all potential offeror's. You must request a copy of the RFP from the contract specialist in order to submit a proposal. All requests to obtain a copy of the RFP and/or submit questions regarding this solicitation shall be sent in writing directly to the Contract Specialist by E-mail to anthony.balestreri@va.gov. The last day to submit questions shall be 31 January 2012. All questions should reference the specific reference to the particular section/subsection number of the RFQ they are requesting be clarified. Questions must be received before the date specified for receipt of questions. Questions or requests for extension submitted after the cut-off date will not be considered Answers to questions and clarifications will be posted to FEDBIZOPPS. Any changes to this combined solicitation synopsis will be issued by amendment. The following information shall be submitted separately of the Written Technical Proposal, Management Plan and Past Performance: "One original copy of Standard Form 1449 signature page (completing blocks 17a, 17b, 30a, 30b, and 30c.) submitted in hard copy with original signature. "Administrative information document including your official business name, physical street address, mailing address, phone number, email address of a primary and secondary point of contact. Additionally, the administrative information sheet shall include the offeror's DUNS number, cage code, NAICS, SIC, TIN and parent TIN. "Pricing Offer on an Excel Spreadsheet. All proposed pricing must be provided utilizing the CLINs and format provided in the RFP. Subcontracting Plan. Proposals submitted in response to this solicitation shall include a subcontracting plan that separately addresses subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. If the offeror is submitting an individual contract plan, the plan must separately address subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns, with a separate part for the basic contract and separate parts for each option, if any. The plan shall be included in and made a part of the resultant contract. Failure to submit and negotiate a subcontracting plan shall make the offeror ineligible for award of a contract. The offeror shall submit a Management Plan that details their approach to meet the government requirements as stated in the PWS. The Offeror shall include all supporting details necessary for the Government to determine the Offerors personnel, technical qualifications and ability to perform the required services, as well as the adequacy and advantages of the proposal. Past Performance information shall be submitted electronically to the Contracting Officer in accordance with the requirements set forth in the RFP. Offerors may include up to three references of events of similar size and scope. Proposal submission instructions. The offeror shall provide a 20 page (maximum) proposal that addresses how the Performance Work Statement requirements will be accomplished. All proposals shall be submitted electronically. The Contractor shall submit their quotations as follows: E-Mail to: ANTHONY.BALESTRERI@VA.GOV Your entire quote must be received via email to anthony.balestreri@va.gov prior to February 17, 2012 at 5:00 PM CST in order to be considered for award. Late or partial proposals will not be considered. The Government shall be evaluating quotations on the basis of the written material presented. The vendor's quotation should be written in plain language (VA prohibits the use of elaborate technical quotation) and be formatted in Times New Roman 12 Pt Font. Department of Veterans Affairs reserves the right to conduct an on-site inspection of offered facilities. All responsible sources that are able to demonstrate their ability to meet the requirements and provide items as listed above may respond to this solicitation. General Description of the Requirement The Contractor shall work with VHA staff to develop the summit plans, agenda, activities, and deliverables for a two-day face to face Winter 2012 Visioning Summit to be held in the Washington, District of Columbia metropolitan area. a)Visioning Summit Planning. The Contractor shall coordinate with the VHA Program Office and stakeholders to develop the Visioning Summit plans. This will include regular conferences calls prior to the summit and may include one or more face-to-face planning meetings with the VHA planning committee. The Contractor shall be responsible for completion of all critical and tactical actions (e.g., planning, communications, coordination, administrative, etc.) required for the planning of the summit. The Contractor shall coordinate and track summit planning actions. b)Visioning Summit Design. The Contractor shall work with VHA planning committee to develop the agenda for the Visioning Summit including the identification of internationally known content experts who will present at and/or participate in the summit panels. The Contractor shall support VHA in the development of the summit objectives, content, activities, discussions and deliverables for the two-day Visioning Summit that will formulate and refine the VHA's vision for Patient Centered Care. Specifically, the theme of the Visioning Summit is to identify and leverage critical success elements, develop recommendations for moving forward, and to develop critical and tactical next steps for embedding the lessons learned from the Visioning Summit, the vision and strategic plan for implementation of Patient Centered Care and the resulting cultural change in VHA. Deliverables: A.Visioning Summit planning coordination, including scheduling of all necessary conference calls, planning meetings, planning meeting or call minutes, and completion of all critical and tactical actions required for the planning of the Visioning Summit. B.Visioning Summit objectives, agenda, outcomes, deliverables and timelines.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77712R0084/listing.html)
 
Document(s)
Attachment
 
File Name: VA777-12-R-0084 VA777-12-R-0084_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=288538&FileName=VA777-12-R-0084-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=288538&FileName=VA777-12-R-0084-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02655509-W 20120119/120117234416-815bc37a365643b067ee01155c9a10fd (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  © 1994-2020, Loren Data Corp.