Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
DOCUMENT

A -- Toolkit Development - Attachment

Notice Date
5/26/2017
 
Notice Type
Attachment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
VA26217N1021
 
Response Due
6/1/2017
 
Archive Date
6/8/2017
 
Point of Contact
Ryoko Oshiro Foran, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. 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. The NAICS for this requirement is 541712 (size standard of 1000 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this Sources Sought must be in writing and are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a toolkit development and technical assistance service for rapid evidence review for the VA Evidence Synthesis Program in the HSR&D (Center of Innovation) Center for the Study of Healthcare Innovation, Implementation & Policy (CSHIIP) at the VA Greater Los Angeles Healthcare System (VAGLAHS). The VA s Care Coordination Quality Enhancement Research Initiative (QUERI) program, based at VA Greater Los Angeles aims to learn how to improve coordination between the Veteran, his or her primary care team, and the specialty care, emergency department, hospital, and home community resources the Veteran may need. The purpose of this contract is 1) to carry out a rapid evidence review to determine current practices in toolkit development and 2) to convene an expert panel on toolkit development to deliberate on the results of the review, rate different toolkit development methods based on evidence base, feasibility and importance for VA, and produce a report/publication summarizing the expert consensus on key features of toolkit development for successful dissemination of project findings in the VA. The immediate goal is to identify toolkit development methods that can be used to create a toolkit that will improve Veterans experience of care coordination in VA, and also to share best practices in toolkit development with VA leaders and managers that can be used for toolkits on other topics, such as access to care. Required Tasks and Deliverables Tasks Rapid Evidence Review Expert Panel Material Preparation Expert Panel Meeting Expert Panel Meeting Synthesis (b) Deliverables Evidence table and methods write-up showing results of literature review on toolkit development methods Written plan specifying the design of the expert panel (list of the expert panel members, rating form, what materials will be included in the expert panel notebook) Agenda for the meeting and expert panel notebook with meeting materials In-person, two-day Expert Panel meeting to review the evidence on toolkit development approaches Summary of expert panel consensus on the strength of evidence, feasibility, and importance of different approaches to toolkit development, and key features of successful toolkit development in VA Manuscript suitable for publication Contractor Responsibilities The contractor shall have experience and widely recognized expertise in RAND s Modified Delphi Method for conducting expert panels. The contractor shall have experience in systematic evidence review methods, as exemplified by past completion of systematic reviews. The contractor shall have familiarity with toolkit development procedures, as exemplified by past work relating to toolkits. The contractor must be registered as a VA Vendor within the project s time frame. The contractor shall be responsible for any and all liability actions or suits when the vendor is at fault or negligent in the performance of installation and testing activities. Pecuniary liability is also included for any and all damages to VA buildings and equipment caused by installation activities. The vendor shall comply with all local building and fire codes in addition to VA policy and procedures at the site. The vendor shall operate under, but not limited, to the following national codes, telecommunications industry standards and practices: National Electric Code (NEC), Building Industry Consulting Service International (BICSI), all standards, Electronic Industries Association/Telecommunications Industry Association EIA/TIA, Americans with Disabilities Act (ADA), National Fire Protection Association (NFPA), Underwriters Laboratories (UL), ITU and IETF and all applicable audio, video, communication, data and control standards. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Company Name: DUNS Number: Address: Point of Contact Name: Phone No: Email: Business size information Select all that applies under the NAICS code identified under this RFI: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) (a) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (b) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/services you are providing information for available on your schedule/contract? (c) Please submit a capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the required work described above. 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 above. (d) Please provide general pricing of your products/services for market research purposes. (e) Please review the service requirements /statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. 3. 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. Please indicate if you would utilize a subcontractor in performing the requirement and supply the information below. Yes No Please complete this information for sub-contractor. Company Name: DUNS Number: Address: Contact Name: Phone No: Email: Business size information Select all that applies under the NAICS code identified under this RFI: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) 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.   4. 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. 5. Responses to this notice shall be submitted via email to Ryoko.Foran@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, June 1, 2017 at 1:00 p.m. PDT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. --End of Sources Sought Announcement--
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N1021/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-N-1021 VA262-17-N-1021.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3533770&FileName=VA262-17-N-1021-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3533770&FileName=VA262-17-N-1021-000.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: VA Greater Los Angeles Healthcare System;VA Evidence Synthesis Program in the HSR&D Center;11301 WILSHIRE BLVD;Los Angeles;California
Zip Code: 90073
 
Record
SN04523733-W 20170528/170526234129-f2a3e1132aa08d8447f0dfd2a2c66154 (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.