VOSB

PSCR Program Management Support

Summary: See Amendment 1. RFQ Title PSCR General Project Management Support Description: ******SOURCES SOUGHT ONLY****** National Institute of Standards and Technology (NIST) Acquisition Management Division Sources Sought for Commercial Item Purchase THIS SOURCES SOUGHT IS NOT A REQUEST FOR QUOTATION. It is a market research tool being used to determine potential and eligible business firms that are capable to provide the services described herein prior to determining the method of acquisition. The National Institute of Standards & Technology (NIST) seeks information on vendors that are capable to provide Public Safety Communications Research (PSCR) General Project Management Support. This announcement is not a Request for Quotation (RFQ) and does not commit the Government to award a contract now or in the future. No solicitation is available currently. Additionally, The Government is not obligated to and will not pay for any information received from potential sources because of this sources-sought announcement. The results of this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. As a result of this Sources Sought announcement, NIST shall conduct a competitive procurement on GSA and subsequently award a GSA Task Order pursuant to FAR 8.405. NIST anticipates awarding a base year with four one-year-options task order. If at least two qualified small businesses are identified during this market research stage that can fulfill the requirement, in accordance with the requirement descriptions and technical specifications indicated in the DRAFT Performance Work Statement (PWS), then this acquisition shall be solicited as a small business set aside. However, NIST is seeking responses from all responsible sources, including large and small businesses (SB, SDB, WOSB, HUBZone, SDVOSB and VOSB). This requirement is assigned a NAICS code of 541611 for Administrative Management and General Management Consulting Services with a small business size standard of $15 M. The specific purpose of this Sources Sought Announcement is to determine if there are small businesses, within the parameters identified above, that are capable to provide the Services identified in the DRAFT PWS. Interested business organizations that believe they are capable to meet the requirement should submit electronic copies of their capability statement. Please limit responses to five (5) pages or less. Responses should include the following information: 1. Name of company that will provide the service and GSA contract number. 2. Identification and verification of the company’s small business status. 3. Company Profile to include number of employees, office location(s), DUNS number and Cage Code. 4. Relevant experience within the last five years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. 5. Identify if you were a subcontractor and the work performed as the sub-contractor. 6. Any other relevant information that is not listed above which the Government should consider in developing our service requirement and finalizing our market research. (Company sales brochures or marketing packages will not be considered). REQUIREMENTS OVERVIEW: See the attached DRAFT PWS.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

HCAHPS patient survey

Summary: The Crownpoint Healthcare Facility, Indian Health Service (IHS) is conducting market research for potential sources from the “Approved HCAHPS Survey Vendors” listing, for Hospital Consumer Assessment and Hospital Provider and Systems (HCAHPS) standardized survey instrument and data collection methodology for measuring patient’s perspective on hospital inpatient care. Scope Contract services are being requested to meet the CMS HCAHPS requirements in developing and implementing a standardized survey instrument and data collection methodology for measuring patient perspective on inpatient care . Specific Education & Certification Requirements for this need may include: The company provider/company must be registered an approved to serve as a vendor for HCAHPS implementation as required by CMS (Centers for Medicaid/Medicare Services). The Crownpoint Healthcare Facility is conducting this Sources Sought to identify two (2) or more businesses or small business contractors who possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement, and has performed similar projects, we request the information shown below. If your firm is a qualified small business for the NAICS code 541611 ($16.5 dollars) please indicate as such in accordance with https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary – it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. This is strictly market research and the Government will not entertain any questions. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Submission Instructions: Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm’s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A. Company Profile to include: 1. Company name and address; 2. Affiliate information: parent company, joint venture partners, and potential teaming partners; 3. Year the firm was established and number of employees; 4. Two points of contact (names, titles, phone numbers and email addresses); 5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 6. Small Business designation/status (must correlate with SAM registration): _____ Small business _____ HUBZone _____ WOSB _____ 8(a) _____ VOSB _____ SDVOSB _____ Other Than Small Business _____ Small Disadvantaged Business

Vehicle: PSS

RFP release date: 8/20/2021

Proposal due date: 8/30/2021

Related Attachments:

Read more

Engineering Consulting Services

Summary: The Department of Veterans Affairs Network Contracting Office 2 is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources providing Engineering Consulting Services at the Veterans Health Administration (VHA), James J. Peters VA Medical Center. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541618. The contractor will provide consultant services as required to aid in fulfilling the mission. These comprehensive project management and construction management services may include, but are not limited to, recommending program/project execution strategies, performing market surveys, providing studies, evaluations certifications, reviews and reports, reviewing construction and contract documents. See attached Statement of work. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: Organization name, DUNS number, address, email address, Web site address, telephone number, and socioeconomic status of the organization. Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) must be verified at https://www.vip.vetbiz.gov. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance; cost containment; meeting and tracking performance; and risk mitigation; and 4) provide services under a performance based service acquisition contract. Submission Instructions: interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by July 21, 2021 at 5:00 PM EST. All responses under this Sources Sought Notice must be emailed to safa.shleiwet@va.gov

Vehicle: PSS

RFP release date: 7/14/2021

Proposal due date: 7/21/2021

Related Attachments:
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com