Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
DOCUMENT

T -- MSCPAC WALLPAPER REPLACEMENT - Attachment

Notice Date
12/2/2016
 
Notice Type
Attachment
 
NAICS
323111 — Commercial Printing (except Screen and Books)
 
Contracting Office
Mark Ferguson, Contract Specialist;Department of Veterans Affairs;Program Contract Activity Central-STL;11152 South Towne Square;Saint Louis MO 63123
 
ZIP Code
63123
 
Solicitation Number
VA70117N0035
 
Response Due
12/7/2016
 
Archive Date
2/5/2017
 
Point of Contact
Mark Ferguson, Contract Specialist
 
E-Mail Address
Mark.Ferguson@va.gov
(Mark.Ferguson@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Page 5 of 5 PERFORMANCE WORK STATEMENT 1.0. Title of Project: MSCPAC Front Lobby Wallpaper Replacement 2.0. Scope of Work: The Department of Veterans Affairs (VA), Mid-South Consolidated Patient Account Center (MSCPAC) has a need to update one wall of the front entrance corridor of the building due to the MyVA Realignment. The updated wallpaper will consist of a US map, which pinpoints medical centers serviced by MSCPAC and photographs of the same VA medical centers, covering the front left interior wall of the entrance corridor. This work will include: design of the wallpaper, removal and replacement of wallpaper; removal and replacement of the VA logo and Department of Veterans Affairs lettering across the top of the wall. This gives visual representation of the VA Medical Centers that are serviced by MSCPAC. The wall is approximately 12 feet tall and 23 feet long. The wallpaper will consist of a large map (approx. 8 x 5 ) of the United States which defines the seven CPACs and the 20 VA medical centers serviced by MSCPAC. The wallpaper will also display a photograph of each VA medical center serviced by MSCPAC. The wallpaper must be removable (MSCPAC is located in a leased building). The finished product should be constructed of materials that resist normal incandescent and florescent lighting, and fingerprints of admirers. 3.0 Background: The MSCPAC is one of seven regional CPACs nationally and is an industry-modeled initiative aimed at standardizing and consolidating back-end revenue generation functions within the Veterans Health Administration (VHA). During a realignment of medical centers, three VA medical centers that were serviced by MSCPAC were realigned under a different CPAC and MSCPAC gained three different VA medical centers to service. 4.0 Period of Performance: The period of performance is as follows: January 16, 2017 to February 15, 2017. 4.1. Government Recognized Holidays. Unless specifically authorized in writing by the Contracting Officer, no services will be provided and no charges will be incurred and/or billed to any order on this contract on any of the observed Federal Holidays. There are 10 Federal holidays set by law (USC Title 5 Section 6103). Under current definitions, four are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six holidays are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November 5.0 Place of Performance: All work will be performed at the following location: Mid-South Consolidated Patient Account Center, 1412 Hazelwood Dr., Smyrna, TN 37167. 6.0 Type of Contract: The Government anticipates award of a Firm Fixed-Price contract. 7.0 Contract Pre-Performance Meetings: N/A 8.0. General Requirements: The contractor shall provide the following personnel and equipment at the designated locations at the designated times.   Description: Quantity Dimensions 1 Custom designed wallpaper for front lobby that will incorporate a map of the United States (defining the 7 CPAC locations and the 20 VA Medical Centers Serviced by MSCPAC) and 20 photographs of each VA Medical Center serviced by MSCPAC. 1 12 feet tall and 23 feet long Task 1: Remove existing wallpaper and VA Logo and Department of Veterans Affairs lettering. Replace old wallpaper with a new custom designed wallpaper that will incorporate a map of the United States (defining the 7 CPAC locations and the 20 VA Medical Centers Serviced by MSCPAC) and 20 photographs of each VA Medical Center serviced by MSCPAC. Deliverable 1: The finished product constructed of materials that resist normal incandescent and florescent lighting, and fingerprints of admirers. The VA logo and Department of Veterans Affairs lettering reinstalled to the wall after the new wallpaper is hung. 9.0. Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor s quality control program is the means that the work complies with the requirement of the contract. As a minimum, the contractor shall develop quality control procedures that address the areas identified in the attached Quality Assurance Surveillance Plan (QASP). 10. Formal Acceptance or Rejection of Deliverables:   The Government will review each deliverable and provide feedback/comments.   The contractor shall have five business days to incorporate feedback/comments and make appropriate revisions. The contractor shall provide the revised version of each deliverable to the Contracting Officer s Representative (COR). The COR will review and determine final acceptance by the Government. The COR will notify the contractor of final acceptance within five business days. 11. Changes to the PWS: Any changes to this PWS shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 12.1. Contractor Reporting Requirements: None anticipated. 12.2. Government Furnished Equipement/Resources: All equipment necessary to - remove existing wallpaper, logo and lettering; replace wallpaper and reinstall VA logo and Department of Veterans Affairs lettering - will be provided by the vendor. 13. Travel: There are no travel reimbursements to be included with this contract. 14. Contractor Experience Requirements: Contractor must be capable and have experience in wallpaper design, removal, and installation. 15. Confidentiality and Disclosure: 15.1. It is agreed that: The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the contract. 15.2 The Contracting Officer will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract, presented to the contractor, shall be submitted to the Contracting Officer for response. 15.3 Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer. 16. Contractor Security Requirements: Contractor will not have access to VA Information Technology (IT) systems, or to sensitive/personnel identifiable information (PII). Contractor personnel shall be escorted by VA personnel anytime they are in a VA facility. OFFEROR S SUBMITTAL OF INTEREST: Interested and capable firms are requested to provide the following data/information to the attention of the Contracting Officer identified herein. a) Company s name: b) Company s address: c) Company s point of contact name: d) Company s phone, fax, and email address: e) Company s Tax ID Number: f) Company s DUNS number and Cage Code: g) Type of business, e.g. Small Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, SBA Certified 8(a) Firm, SBA Certified HUBZone Firm, Women Owned Small Business, SBA Certified Small Disadvantaged Business, Small Business, or Other than Small Business, relative to NAICS code 323111: h) Federal Supply Schedule number (if applicable): i) Statement of Capability that demonstrates the offeror's capability and past performance in providing and meeting the type of service requirement; to include the data and information stated herein. j) Provide a general estimate/budgetary quote. e-Mailed submissions will be acceptable at mark.ferguson@va.gov. Questions should be submitted no later than 3:00 p.m., Central Standard Time (CST) on December 6, 2016. Submissions should be submitted no later than 5:00 p.m., CST on December 9, 2016. NO FAX/ FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Questions: Requests for clarification and/or information regarding this RFI must be submitted to the Contracting Officer in writing (email) ONLY. Any interested Offeror desiring an explanation or interpretation of the anticipated solicitation specifications must request it in writing.  No phone responses will be accepted. NOTE: All responses must reference the RFI # and Description of the project in the Header or Opening Statement. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) website, located on at www.sam.gov. It is desirable that Offerors complete their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. Disclaimer: The purpose of this RFI is to gain knowledge of potential qualified sources and their business size classification, and is issued solely for information and planning purposes only and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 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. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. The Government is not obligated to nor will it pay for or reimburse respondent parties for any costs associated with responding to this Sources Sought Synopsis Announcement. NOTE: No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Announcement. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. After a review of the responses received, a Pre-Solicitation Notice and Solicitation may be published on Federal Business Opportunities (FedBizOpps) website or GSA E-buy. It is the potential Offeror's responsibility to monitor FedBizOpps and E-buy for release of any future solicitation that may result from this Sources Sought Announcement. However, responses to this Sources Sought Announcement will not be considered adequate responses to any resultant solicitation. Comments/Concerns: Please provide the Contracting Officer, under company/firm s letterhead, any comments and/or concerns you may have regarding this Sources Sought Announcement. Mark Ferguson Contract Specialist Department of Veterans Affairs Program Contract Activity Central (PCAC) - St. Louis, MO 314-894-6656 x 65116 Mark.Ferguson@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA70117N0035/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-17-N-0035 VA701-17-N-0035_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3139268&FileName=VA701-17-N-0035-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3139268&FileName=VA701-17-N-0035-000.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: Mid-South Consolidated Patient Account Center;1412 Hazelwood Drive;Smyrna, TN
Zip Code: 37167
 
Record
SN04341756-W 20161204/161202234156-d96b3e9557330b9488f37a1d9b190d2b (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.