Veterans Emergency Management Evaluation Center (VEMEC)
Subject: Veterans Emergency Management Evaluation Center (VEMEC)Solicitation Number: 36C26223Q1845Notice Type: SOLICITNAICS: 611430Notice Published: 09-21-23Response Due: 09-27-23Agency: Department of Veterans AffairsOffice: VETERANS AFFAIRS, DEPARTMENT OFContact: ElBedawi, Jamie This email address is being protected from spambots. You need JavaScript enabled to view it.Office Address: Gilbert, AZ 85297Place of Performance: Los Angeles, CA 90073Related Notices:
Click for official SAM (FBO) notice, additional information, and accompanying attachments
SOLICITATION DESCRIPTION This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 611430, with a small business size standard of $15 Million. The FSC/PSC is R406. The VA Greater Los Angeles Healthcare System (VAGLAHCS) requires qualified personnel to assist with maintenance of state-of-the-art media equipment for asynchronous, or single user training modules to alleviate the need for group scheduling which can hinder timely training. The Contractor shall also assist with design and set-up and maintenance of two recording studios and portable (field) video recording systems. The equipment and studios shall be used to capture and produce training videos on disaster preparedness and emergency management. The training material is intended for clinical and administrative support employees at VA facilities. The goal of the training is to reduce interruptions to continuity of service to Veterans during disasters and emergencies. The Veterans Emergency Management Evaluation Center (VEMEC) also requires assistance with design and production of preparedness assessment tools and related instructional design for content. The goal is to improve disaster preparedness and increase resiliency of staff during emergencies (natural disasters, epidemics, etc.) Assist with recording presentation of best practices in preparedness and response to disasters. Other training material with the capabilities of playback in a variety of multimedia formats, local playback, and streaming both live and as Video-On-Demand (VOD) over a network (e.g., local-area network (LAN), the Internet, Talent Management System (TMS), etc.). Applications range from disseminating information about VEMEC projects and training across the Department of Veteran Affairs (VA) as well as to non-VA healthcare providers and affiliated staff who deliver care to Veterans, to facilitate emergency readiness education for both Veterans and their healthcare clinicians. In addition, the media system will be used for creation, management, and distribution of training material based on current understanding of learning principles, and content management. Some learning modules will be further developed for use in Game-Based Learning Management System for on-demand, asynchronous training to provide immersive hands-on experience. The services shall comply with this Statement of Work (SOW), all VA, local, state, and Federal policies, and regulations. All interested companies shall provide quotations for the items listed in Section B of the RFQ Attachment, Page 5-15. Services Statement of Work (SOW) is included in the RFQ Attachment, pages 36 45. Place of Performance/Place of Delivery Address: Greater Los Angeles VA Healthcare System 11301 Wilshire Blvd. Los Angeles, CA Postal Code: 90073 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to OfferorsCommercial Items 2. FAR 52.212-3, Offerors Representations and CertificationsCommercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and CertificationsCommercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and ConditionsCommercial Items NOV 2021. ADDENDUM to FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to and is included with this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders JAN 2022. The following subparagraphs of FAR 52.212-5 are applicable: (b)(1), (4), (8), (14)(i), (16), (21), (22), (27), (29), (30)(i), (31)(i), (32)(i), (33), (34), (35)(i), (36), (44), (58); (c)(1), (2), (4), (7), and (8). All quoters shall submit the following: as described in FAR 52.212-1 addendum. All quotes shall be sent to the Network Contracting Office (NCO) 22 Contract Specialist, Jamie ElBedawi at This email address is being protected from spambots. You need JavaScript enabled to view it.. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price, Technical, and Past Performance. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 12:00 MST on 09/27/2023 at This email address is being protected from spambots. You need JavaScript enabled to view it.. ALL communication must be in writing ONLY, to this same email address. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Contract Specialist Jamie ElBedawi This email address is being protected from spambots. You need JavaScript enabled to view it.