Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2024 SAM #8157
SOURCES SOUGHT

D -- WMC Application Management System Re-Compete - Rios/Rhodes (VA-24-00059799)

Notice Date
3/26/2024 8:51:50 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624Q0176
 
Response Due
4/23/2024 9:00:00 AM
 
Archive Date
07/22/2024
 
Point of Contact
Elizabeth Rios-Santiago, Contract Specialist, Phone: (Email Only)
 
E-Mail Address
Elizabeth.Rios-Sanntiago@va.gov
(Elizabeth.Rios-Sanntiago@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Request for Information RFI 36C77624Q0176 TITLE: Application Management System (AMS) **IMPORTANT: Please read this email notice in full BEFORE responding!** I. Introduction: The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) on behalf of Workforce Management and Consulting is currently conducting market research to locate qualified, experienced, and interested potential sources. Please review the information contained herein and identify whether your company has the capability and interest to provide the services required. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this announcement. NAICS 541511 (size standard $34 million) applies to this requirement. If you believe a different NAICS code is a better fit for the subject requirement, please provide that information to us as well. The VHA is seeking interested sources (contractors) for a near-future solicitation and procurement for a contractor-hosted Software as a Service (SaaS) Application Management System (AMS). Currently, no solicitation exists; therefore, PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION. Complete responses to this notice will assist the VA in determining any potential set-aside for the requirement. Not providing all information requested in the response to this notice may result in the VA being unable to determine a vendor potentially capable of satisfying the requirement and, subsequently, if the rule of two criteria is not met, a specific set-aside category may not be decided by the Contracting Officer. II. Requirements: Please see attached draft Performance Work Statement (PWS). The Government welcomes comments or questions on the draft PWS associated with this requirement. Please provide clear comments or questions and provide the page and section referenced for each comment or question. III. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 20 pages in length, single spaced, 12-point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 20 pages. Please also include a cover page (not included in page limit) which includes, at a minimum, the company s name, address, SAM Unique Entity ID (UEI) number, GSA contract number (if applicable), Point-of-Contact (POC) name, phone number, and e-mail address. Companies shall provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A. Past Experience: Provide the following information on a maximum of three similar projects completed within the last three-years for which the responder was a prime or subcontractor. The name, address, and dollar value of each project The Prime Contract Type: Firm Fixed-Price, or Time and Material The name, telephone, and address of the owner of each project A brief description (no more than a few paragraphs) of each project and why it is relevant to this requirement, including difficulties and successes. Your company s role and services provided for each project. B. Capabilities / Qualifications: A written response (no more than 5 pages) providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. Company business size and status - (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business, etc.), the number of years in business, affiliate information: parent company, potential teaming partners. Please also provide the number of employees your business has or has access to. It is requested that the above information be provided no later than 4/23/2024 at 12:00PM (Eastern). Responses should be emailed to the Contract Specialist Elizabeth Rios-Santiago at Elizabeth.Rios-Santiago@va.gov and cc the Contracting Officer Michelle Rhodes at Michelle.Rhodes@va.gov. All email correspondence for this project shall reference the RFI Number, Project Identifier and Project Title in the subject line of the email. Example: RFI 36C77621Q0437, Quality Compass Subscriptions. No phone calls will be accepted. DISCLAIMER This email is being sent solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ae38a8756ac0432f9677003789ea5e11/view)
 
Place of Performance
Address: See PWS
 
Record
SN07009796-F 20240328/240326230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.