R707--Contract Support Services - RPO-C - RFI
ID: 36C77625Q0116Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: CONTRACT/PROCUREMENT/ACQUISITION SUPPORT (R707)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking information from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) regarding their capacity to provide contract support services under the Request for Information (RFI) titled "R707--Contract Support Services - RPO-C." The VA aims to assess market capabilities for contractor support, specifically focusing on contract specialists with varying experience levels to assist procurement teams without assuming inherently governmental functions. This initiative is crucial for enhancing the VA's procurement processes and ensuring compliance, with contract performance expected to span five years, potentially extending further. Interested parties can direct inquiries to Contract Specialist Jesus Reyes at Jesus.Reyes3@va.gov, with a preliminary contract ceiling estimated at $49.4 million and a minimum staffing requirement of approximately 1 Full-Time Equivalent (FTE), scaling up to 77 FTEs based on task orders.

    Point(s) of Contact
    Jesus ReyesContract Specialist
    Contract Officer
    Karla Lefarth
    Jesus.Reyes3@va.gov
    Files
    Title
    Posted
    The Sources Sought Notice from the Department of Veterans Affairs seeks information from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) regarding their capacity to provide contract support services. This document outlines a request for information (RFI), emphasizing that no contract awards will result from responses. The VA aims to assess market capabilities for contractor support, specifically focusing on contract specialists with different experience levels: Entry-Level, Mid-Level, and Senior Contract Support. The contractor will assist VA procurement teams with procurement needs without taking on inherently governmental functions. The required qualifications for contractor personnel, service delivery parameters, contract performance details, and the overarching goals of ensuring agency compliance and assisting in the procurement process are explicitly stated. Contract performance will span five years with potential extensions, and systematic reporting and oversight protocols are outlined to ensure quality and accountability. Ultimately, this notice reflects the VA's strategy for engaging skilled contractors to enhance its procurement functions for improved service delivery.
    The amendment to Request for Information (RFI) 36C77625Q0116 from the Department of Veterans Affairs (VA), dated February 12, 2025, clarifies that the VA will not proceed with consolidating Acquisition Support Services (1101) and Acquisition Utilization Services (1102) into a single requirement. This notice indicates that the VA is not currently requesting additional market research, capability statements, or company information, as the intent is merely to inform the industry about an updated procurement strategy. Once the revised solicitation approach receives business clearance, an official solicitation will be published on SAM.gov, allowing interested parties to submit proposals. Contractors are not required to respond to this RFI unless instructed otherwise, and any inquiries regarding future solicitations should be directed to the designated Contracting Specialist, Jesus Reyes, or Contracting Officer, Karla Lefarth. This clarification emphasizes the VA's intent in its procurement strategy while providing clear communication to industry stakeholders.
    This document is an amendment to the Request for Information (RFI) 36C77625Q0116, addressing industry inquiries regarding an upcoming RFP. It outlines anticipated details regarding the RFP timeline, IDIQ structure, contract ceiling, and estimated Full-Time Equivalents (FTEs). While the release of the RFP is pending internal approvals, a single-award IDIQ structure is under consideration. The preliminary contract ceiling is estimated at around $49.4 million, though this figure is subject to adjustments as the procurement strategy evolves. FTE estimates indicate a minimum requirement of approximately 1 FTE, scaling up to a maximum of 77 FTEs based on forthcoming task orders. The RFI aims to inform the industry and does not require formal submissions at this stage. Recipients are encouraged to monitor SAM.gov for updates as the situation unfolds. The communications are issued by Contracting Specialist Jesus Reyes and Contracting Officer Karla Lefarth as points of contact for further inquiries. Overall, this document serves to clarify the RFI's intent and collect preliminary industry feedback in preparation for future procurement actions.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Pre-Solicitation Notice - ChooseVA - R499 - Washington DC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a communications support contract under the presolicitation notice 36C10X25R0008 for the ChooseVA campaign, aimed at enhancing public confidence in the VA through improved communication strategies. The contractor will be responsible for developing various media and communication materials, including videos, digital products, and advertisements, to effectively promote VA services and employment opportunities, while ensuring compliance with accessibility standards. This initiative underscores the VA's commitment to improving veteran experiences and fostering a well-informed workforce, with a total potential contract value of $90 million and a minimum guarantee of $100,000. Interested parties should contact Justin Cole at Justin.Cole4@va.gov or Christina Brown at christina.brown13@va.gov for further details.
    R428--INDUSTRIAL HYGIENE SERVICES INTENT TO SET ASIDE
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for Industrial Hygiene Services, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, valued at approximately $19 million, will cover an initial period of one year starting March 1, 2025, with the option for four additional one-year extensions, focusing on analytical and technical consulting related to indoor air quality, asbestos, lead, and mold assessments. This initiative underscores the VA's commitment to enhancing environmental health and safety while promoting veteran-owned businesses in federal contracting. Interested contractors should reach out to Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further details.
    Q517--Staffing Service Tucson
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for staffing services at the Tucson Consolidated Mail Outpatient Pharmacy (CMOP), specifically for pharmacists, pharmacy technicians, and shipper/packer roles. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to ensure the efficient processing of over 15 million prescriptions annually, with a minimum staffing requirement of 70 full-time equivalents (FTE) and a target of maintaining at least 97% staffing levels. This procurement is critical for delivering quality healthcare services to veterans, reflecting the government's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by the newly established deadline of July 23, 2024, and can direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov or Christy Pendlay at Christy.Pendlay@va.gov.
    F--Department of Veterans Affairs (VA), Office of Con
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional environmental, historical, and sustainability support services. The primary objective is to conduct environmental and historic studies for properties designated for new Community Living Centers, including tasks such as Phase I Environmental Site Assessments, biological and cultural resource surveys, and compliance with the National Environmental Policy Act (NEPA) and the National Historic Preservation Act (NHPA). This initiative underscores the VA's commitment to environmentally responsible development and community engagement in healthcare infrastructure projects. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals, including past performance questionnaires, by the specified deadlines, with further inquiries directed to Angelina Clements at angelinaclements@ibc.doi.gov or by phone at 571-479-0325.
    R499--Veterans' Affairs Processing Automation (VPAS) Update to RFP release date and Point of Contact Information
    Buyer not available
    The Department of Veterans Affairs is seeking input from vendors for the Veterans' Affairs Processing Automation Services (VPAS) through a Request for Information (RFI) designated as 36C10D24Q0038. The objective of this procurement is to enhance benefits processing for U.S. veterans by gathering insights on efficient service models, including document digitization, data integration, and customer support services, as part of a managed service contract. This initiative is crucial for improving operational efficiencies and reducing claims backlogs, ultimately supporting the timely delivery of services to veterans. Interested parties are encouraged to submit their responses by March 3, 2024, and direct inquiries to VBA.Procurements@va.gov, with the RFP release anticipated in Q3/Q4 of the current fiscal year.
    DD01--VAKN COMPASS AND MONITOR CONTROL SYSTEM - RFI
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the upgrade of the VA Knowledge Network (VAKN) Uplink Monitor and Control System through a Request for Information (RFI) titled "DD01--VAKN COMPASS AND MONITOR CONTROL SYSTEM." The objective is to replace the outdated Crystal Solutions system with a new Compass Monitor and Control System or an equivalent, which must integrate with existing legacy equipment and support monitoring for at least 50 devices. This procurement is crucial for enhancing the VA's technological capabilities and ensuring compliance with federal regulations while safeguarding sensitive data. Interested contractors should contact Contract Specialist Ronald W. Shelko at ronald.shelko@va.gov, with the total award amount estimated at approximately $37 million, covering software licenses, hardware, engineering services, and maintenance support.
    J059--PM&R SVC for 30 Kilo-Volt Ampere Uninterrupted Power Supply
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Preventive Maintenance services for a 30 Kilo-Volt Ampere Uninterruptible Power Supply (UPS) system, with a total award amount of $19 million. This procurement is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the operational efficiency of critical power systems that support the VA's mission. Proposals are due by February 21, 2025, with the contract period running from March 16, 2025, to March 15, 2030, and options for extensions. Interested vendors should contact Contract Specialist Jessica Brooks at JESSICA.BROOKS3@VA.GOV for further details.
    R425--VISN 8 -San Juan ESPC Project Facilitator Justin O'Rourke Joseph Senkovich
    Buyer not available
    The Department of Veterans Affairs is issuing a pre-solicitation notice for Project Facilitator (PF) Services to support the Energy Savings Performance Contract (ESPC) at the VISN 8 San Juan Veterans Affairs Medical Center (VAMC) in Puerto Rico. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will utilize a direct sole-source approach, with responsibilities including project assessments, engineering and economic reviews, and ongoing project tracking over a five-year period. The anticipated performance period is from February 24, 2025, to February 23, 2030, with the possibility of an earlier start, and the government intends to evaluate proposals based on a best-value approach. Interested parties can contact Contracting Officer Joseph Senkovich at Joseph.Senkovich2@va.gov or by phone at 662-425-1853 for further details.
    Q702--Sepulveda Animal Research IOT&A
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Sepulveda Animal Research facility located in North Hills, CA. This procurement aims to provide essential contractor support services to ensure the facility is fully operational, thereby enhancing research capabilities for Veterans. The contract is a firm-fixed-price agreement with an estimated duration of 34 months and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) in accordance with the Veterans First Contracting Program. Interested vendors must be verified as SDVOSBs by the VA and comply with the small business size standards for NAICS code 541614. The solicitation is anticipated to be posted around March 18, 2025, with responses due by April 10, 2025. Questions regarding this opportunity should be directed via email to Michele Laser at Michele.Laser@va.gov or Heidi Gallaher at Heidi.Gallaher@va.gov, as no phone inquiries will be accepted.
    Q517--Staffing Service for Murfreesboro CMOP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for staffing services at the Murfreesboro Consolidated Mail Outpatient Pharmacy (CMOP) in Tennessee, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract requires the provision of pharmacists, pharmacy technicians, and shipper/packer personnel to support operations that process over 15 million prescriptions annually, ensuring compliance with VA guidelines and operational standards. This initiative is crucial for maintaining efficient pharmaceutical services for veterans, reflecting the government's commitment to quality healthcare delivery. Interested contractors must submit their proposals by the revised deadline of July 30, 2024, with a minimum guaranteed contract value of $5 million and a maximum of $300 million over the contract's duration, which spans from April 1, 2023, to March 31, 2028. For further inquiries, potential bidders can contact Nicholas L. Schulte at nicholas.schulte1@va.gov or Christy Pendlay at Christy.Pendlay@va.gov.