Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
DOCUMENT

R -- VISN 2 Downstate Consulting Service Contract - Attachment

Notice Date
7/25/2016
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24316N0802
 
Response Due
8/1/2016
 
Archive Date
8/31/2016
 
Point of Contact
Jarrod Bowsky
 
E-Mail Address
.Bowsky@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hub-Zone, other Small Businesses, and other than Small Business interested and capable of providing items requested. Responses to this notice shall include the following: (a) company name b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business HUB-Zone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Contractor shall provide a minimum of three (3) references describing performance listed Performance Work Statement. Description: The Network Contracting Office (NCO) 2 is seeking a contractor that shall meet requirements listed below for consulting services to Veteran Integrated Service Network 2. The contract will be a firm-fixed-price (FFP) type of contract with an anticipated performance period of base plus four (4) option year periods. Contractor shall provide a detailed review of operational efficiency, effectiveness, quality, safety and value in selected programs/services to determine opportunities to improve process, quality monitoring & management; enhance standardization and track outcomes & improvements. Designated programs/services may include but are not limited to, Biomedical, Engineering, Pharmacy, Lab, & Imaging, as well as selected diverse programs/services relating to Medical Risk Management such as peer review, water management and Real Time Locator System (RTLS) preparedness. Specialized consultative services are requested for these 6 designated Programs/Services: 1.Engineering (critical utility system program management), Construction Management, Construction Safety and Facility Safety 2.Biomedical engineering including sterile processing of critical and semi-critical re-usable medical equipment. 3.Water Management (Legionella Prevention & Management) 4.High Tech / High Cost (Pharmacy, Laboratory & Imagining) - quality management system review 5.Medical Peer Review and regulatory compliance programs 6.A six (6) month (minimum) mentoring program for selected VAMC leadership. This program/service review will survey our current state and help identify operational gaps and define the future state based upon VA requirements and industry benchmarks to strengthen the VA's commitment to providing world class HealthCare to America's Veterans. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The North American Classification System (NAICS) code for this acquisition is 541990 (size standard to be considered small business is $15.0M). Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Dept. of Veterans Affairs, VA HVHCS FDR Campus, 2094 Albany Post Rd, Bldg. 29, RM 305, Box 29-2, Montrose, NY 10548-0100 or by e-mail to Jarrod.Bowsky@va.gov. All information submissions to be marked Attn: Jarrod Bowsky, Contract Specialist and should be received no later than 5:00pm am Eastern Standard Time on Monday August 01, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316N0802/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-16-N-0802 VA243-16-N-0802.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2897666&FileName=VA243-16-N-0802-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2897666&FileName=VA243-16-N-0802-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: James J. Peters VAMC;Bronx Campus;130 West Kingsbridge Road;Bronx NY
Zip Code: 10468-3904
 
Record
SN04194370-W 20160727/160725235149-35e9895533e097dcfcf8bf74e99a3569 (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.