Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
DOCUMENT

G -- San Diego Safe Haven - Attachment

Notice Date
3/22/2017
 
Notice Type
Attachment
 
NAICS
624221 — Temporary Shelters
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217N0611
 
Response Due
3/29/2017
 
Archive Date
7/6/2017
 
Point of Contact
Shavon Bogan
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 2 THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is: 624221 3. Interested and capable Contractors should respond to this notice not later than March 29, 2017 by providing the following via email only to shavon.bogan@va.gov. (a) company name (b) address (c) point of contact (d) phone, fax, and email of primary point of contact (e) DUNS number (f) Type of business, if applicable, (e.g. Services Disabled Veteran Owned small Business(SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. The Department of Veterans Affairs (VA) San Diego Healthcare System (VASDHS), Health Care for Homeless Veterans (HCHV) Program, 3350 La Jolla Village Dr. San Diego, CA 92161 requires a Contractor to provide homeless Veterans with transitional housing using the General Harm Reduction Program (GHRP) model of care. The goal of this contract is to provide a secure, appropriately monitored, temporary placement for those Veterans needing emergency residential placement near the VASDHS campus. Program transportation services are crucial to ensure that Veterans are able to check into VASDHS and return to temporary residential placement with minimal barriers. Veteran s length of stay within the Safe Haven program should not exceed 180 days with monthly visits by a VHA representative. Required services include case management, temporary housing and supportive services as appropriate. 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127.   7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement--
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N0611/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-N-0611 VA262-17-N-0611.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3358088&FileName=VA262-17-N-0611-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3358088&FileName=VA262-17-N-0611-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04443686-W 20170324/170322234604-bc16a65a4a79c588cad546004554dd58 (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.