SOLICITATION NOTICE
84 -- Supply and maintenance of all Facility Uniforms
- Notice Date
- 10/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- VAHCS;ATTN: Contracting Officer 90C;5001 N. Piedras St.;El Paso, TX 79930
- ZIP Code
- 79930
- Solicitation Number
- VA-258-09-RQ-0205
- Response Due
- 11/20/2009
- Archive Date
- 1/19/2010
- Point of Contact
- carlos.leon@va.gov
- E-Mail Address
-
Contracting Officer
(Carlos.Leon@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Table of Contents SECTION A1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1 SECTION B - CONTINUATION OF SF 1449 BLOCKS1 B.1 CONTRACT ADMINISTRATION DATA1 SECTION C - CONTRACT CLAUSES1 C.1 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985)1 C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)1 C.3 52.232-18 AVAILABILITY OF FUNDS (APR 1984)1 C.4 52.216-22 INDEFINITE QUANTITY (OCT 1995)1 C.5 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989)1 C.6 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)1 C.7 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)1 C.8 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)1 C.9 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)1 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS1 SECTION E - SOLICITATION PROVISIONS1 E.1 52.217-3 EVALUATION EXCLUSIVE OF OPTIONS (APR 1984)1 E.2 52.216-1 TYPE OF CONTRACT (APR 1984)1 E.3 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008)1 E.4 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)1 E.5 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (AUG 2009)1 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 00756 Department of Veterans Affairs ATTN: Contracting Office 90C 5001 N. Piedras St. El Paso TX 79930 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[] 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address: FSC PO BOX 149971 AUSTIN TX 78714-8971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE ______________________________ _____________ ______________________________ _____________ ______________________________ _____________ NAVAHCS (Prescott) UNIFORM CONTRACT The requirement is for providing and maintaining work uniforms for the Northern Arizona Veterans Administration Health Care System (NAVAHCS) located in Prescott, AZ. This SOW describes the requirements for the qualified contract professionals - known as "contractors" in this document, hereafter. Contractors who are contracted by Veterans Health Administration medical center are to perform the tasks stated below. The requirement for NAVAHCS is as follows: The VA will need all soiled work uniforms, mops, and door mats picked up and delivered clean once a week. The delivery locations on station will be: 1.Building 112, laundry 2.Building 107, basement EMS locker room 3.Building 108, basement F&NS locker room 4.Building 22, pipe shop The following uniforms will be supplied by the contractor in various sizes, quantities and for various work schedules, (5 days a week or 7 days a week): 1.DENIM WORK PANTS "100% cotton, heavyweight 14oz., 5 pocket styling. Reliable strength, comfortable, relaxed fit. Double stitched seams, prewashed for softness. "Color blue denim (25 people working 5 days, 25 people working 7days, Total=50) 2.WORK SHIRT "Micro check fiber, 3.6oz. 65% polyester/35% cotton. Button closure, 2 buttoned chest pockets, squared off bottom hem. "Color charcoal and navy (45 People working 5 days, 45 people working 7 days, total=90) 3.CARGO PANTS "7.75-oz.65% polyester/35% cotton, roomy fit for comfort "Color charcoal (20 People working 5 days, 20 people working 7 days, total=40) 4. CHEF COATS "6.2 oz combed/poly/cotton,"cool vent" box pleat back, left insert pocket, thermometer pocket, dropped shoulders, covered buttons with short sleeves "Color whit (8 People working 7 days) 5.CHEF PANTS "65% polyester/35% cotton twill 7.5oz, soil release finish, 4 pockets side seam, front thigh pocket, 2 in covered elastic with drawstring, designed for commercial and home laundry "Color- black with chalk stripe (8 People working 7 days) 6.MEN'S JUNIOR CORD SERVICE SHIRT "4.5 oz blended pin cord, 75% polyester/25% cotton, left and right patch pockets, deep back inverted panel half belted back, inverted zipper closure, snap at front neck, side slits with short sleeves "Color navy blue (18 People working 7 days) 7.WOMEN'S JUNIOR CORD TUNIC TOP "4.5 oz blended pin cord, 75% polyester/25%cotton, fly front double action back with inverted pleats, side slits with short sleeves "Color navy blue (18 People working 7 days) 8.MEN'S WORK PANTS "7.25 oz, 65% polyester 35% cotton, comfortable relaxed fit in rise and thigh area, metal tack button waist closure with stain guard "Color white (18 People working 7 days) 9.WOMEN'S WORK PANTS "7.25 oz, 65%polyyester 35% cotton, pull on elastic waistband, easy fit, front slash pockets "Color white (18 People working 7 days) 10.ALTERNATIVE WORK SHIRT "100% cotton, 5-oz. cotton twill, dura-press, wrinkle-resistant finish, preshrunk for ideal fit, button front, two buttoned chest pockets "Color light blue (5 employees working 7 days, and 5 employees working 5 days) 11.LAB OR SHOP COAT "7.5-oz.twill, wrinkle-resistant, 65% polyester/35% cotton blend, button closure, approximately 42 inches long, both male and female. "Color light blue and/or white (30 employees 3 to 5 coats each) 12.HOSPITAL UNISEX SCRUB TOPS "65% polyester/35% cotton, V-neck reversible with left breast pocket inside and out. "Color will be various (50 employees working 7 days) 13.HOSPITAL UNISEX SCRUB PANTS "65% polyester/35% cotton, reversible, hip pocket inside and out, drawstring top. "Color will be various\ (50 employees working 7 days) 14.HOSPITAL UNISEX SCRUB WARM-UP JACKET "65% polyester/35% cotton, knit cuffs and 2 lower pockets "Color will be various (50 employees working 7 days) 15.FLAME-RESISTANT WORK SHIRTS "NFPA 70E COMPLIANT, 7 oz. 88% cotton / 12% nylon twill, single button cuff, 2 chest pockets with button flap. Meets Hazard Risk Category 2. Protection: ARC rating 8.7 ATPV. "Color blue (10 employees working 7 days) 16.FLAME-RESISTANT WORK PANTS "NFPA 70E COMPLIANT, 2 front set-in pockets, 2 rear pockets, brass zipper. Meets Hazard Risk Category 2. Protection: ARC rating 12.4 ATPV. "Color denim (10 employees working 7 days) 17.SMOCK "5 oz. 100% spun polyester poplin, button front, patch pockets. "Color light blue (30 employees working 7 days) 18.MICROFIBER MOPS "500 per week (Microfiber mops will be both wet and dry). 19. Door Walk Off Mats with NAVAHCS Logo "8 per week Note: All Quantities listed above are estimates The following tasks will be performed by the contractor: "Soiled door mats will be collected and replaced with clean door mats on a weekly basis by Contractor. "All soiled uniforms picked up from the previous week will be cleaned, pressed and delivered to the appropriate place within one week. "Delivery locations: oBuilding 112, laundry oBuilding 107, basement EMS locker room oBuilding 108, basement F&NS locker room oBuilding 22, pipe shop "Supply new employees with new uniforms within 1 week of being measured. "Handle soiled uniforms that need repair separately and make repair or a replace garment, within one week of pick up. "Replace uniform garments due to fair wear and tear within one week of being returned. Replacements will be new or nearly new in quality. "Provide separate containers for clean and soiled uniforms and microfiber mops. "Provide Initial uniforms as per type and quantities mentioned above, all uniforms must have the following patch attached (location TBD) " Patches will be provided by the contractor. Note: Initial uniform issues will consist of 11for each employee working 5 day week, and 15 uniforms for each employee working on a 7 day week respectively. All initial issue uniforms must be New! Condition. Also the following subjects must be addressed: 1. Replacement policy & costs 2. Damage rate for each item 3. NAVAHCS & name patches cost 4. Fuel charge 5. Service charge 6. Energy charge 7. Extra drop off & pick up location charge 8. Yearly price increase 9. Invoices must be divided by shops (delivery locations) 10. Storage for dirty mops 11. Dirty uniform storage/receptacles 12. Time after uniforms are measured for initial delivery 13. Time for new employee's uniforms 14. Mop handles CONTRACTOR QUALIFICATIONS: 1.Offers shall be considered only from offerors who have a satisfactory record of performance in the business required, who are financially responsible, have qualified and competent personnel, adequate facilities, and vehicles, and are otherwise qualified and eligible to receive an award under applicable laws and regulations 2.Offers will be considered only from offerors who are regularly established in the business called for and who, in the judgment of the Contracting Officer, are financially responsible and able to show the evidence of the reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by the Contractor to render prompt and satisfactory service. 3.Contractor must have or be able to aquire adequate number of competent personnel to render prompt, courteous and satisfactory service for all items required under the contract 4.Contractor shall include in their proposal a statement of facts with details as to previous experience (including recent and current contracts), organization, technical qualifications, financial resources and facilities available to perform the work. 5.The Government reserves the right to inspect Contractor's premises, vehicles and equipment to be used in the performance of contract work to ensure conformance with requirements of this contract. EVIDENCE OF INSURANCE: Prior to award of this contract, the Contractor shall furnish to the Contracting Officer a certificate of insurance which shall contain an endorsement to the effect that cancellation of, or any material change, the policies which adversely affect the interest of the Government shall not be effective unless written notice, 30 days in advance, is forwarded to the Contracting Officer. ELECTRONIC FUNDS TRANSFER: All payments under this contract shall be made via Electronic Funds Transfer (See FAR Clause, 52 232-33 & 52.232-34) The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. When submitting the proposed pricing Contractors must use the following format: NUMBERITEMNUMBER OF ITEMS NEEDED PER WEEKDAYS USED PER WEEKCOST PER EACHCOST PER WEEKCOST PER YEAR 1Denim work pants3005 or 7$0.00 2 Work shirt5405 or 7$0.00 3Cargo pants2405 or 7$0.00 4Chef coat1267$0.00 5Chef pants1267$0.00 6Men's Junior Coord Svc Shirt1267$0.00 7Women's Junior Coord Tunic Top1267$0.00 8Men's Work Pant1267$0.00 9Women's Work Pants1267$0.00 10Alternative Work Shirt605 or 7$0.00 11Lab or Shop Coat2107 12Unisex Scrub Top3507 13Unisex Scrub Pant3507 14Unisex Warm-up jacket3507 15Flame resistant Work Shirt707 16Flame resistant Work Pants707 17SMOCK2107 18Microfiber Mop Wet2507 18Microfiber MopDry 2507 19Door Mat (W/ Logo)87$0.00 TOTALS$0.00$0.00 SECTION C - CONTRACT CLAUSES C.1 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985) (a) The offeror certifies that-- (1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to-- (i) those prices; (ii) the intention to submit an offer;, or (iii) the methods or factors used to calculate the prices offered; (2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory-- (1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; or (2) (i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above ____________________________________________ ____________________________________________ ____________________________________________ [Insert full name of person(s) in the offeror's organization responsible for determining the prices offered in the bid or proposal, and the title of his or her position in the offeror's organization]; (ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) above have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above. (c) If the offeror deletes or modifies subparagraph (a)(2) of this provision, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure. (End of Provision) C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (End of Clause) C.3 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) C.4 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after. (End of Clause) 52.212-4CONTRACT TERMS AND CONDITIONS--MAR 2009 COMMERCIAL ITEMS C.5 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989) (a) The Government may extend the term of this contract by written notice to the Contractor by the first day of each fiscal year of the Government or within 60 days after funds for that fiscal year become available, whichever date is later; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. (End of Clause) C.6 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) C.7 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Provision) C.8 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Texas. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) 852.203-70COMMERCIAL ADVERTISINGJAN 2008 852.216-70ESTIMATED QUANTITIESAPR 1984 C.9 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 90 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. (End of Clause) 52.212-5CONTRACT TERMS AND CONDITIONS REQUIREDSEP 2009 TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS SECTION E - SOLICITATION PROVISIONS 852.233-71ALTERNATE PROTEST PROCEDUREJAN 1998 852.233-70PROTEST CONTENT/ALTERNATIVE DISPUTEJAN 2008 RESOLUTION 52.251-1GOVERNMENT SUPPLY SOURCESAPR 1984 52.233-2SERVICE OF PROTESTSEP 2006 E.1 52.217-3 EVALUATION EXCLUSIVE OF OPTIONS (APR 1984) The Government will evaluate offers for award purposes by including only the price for the basic requirement; i.e., options will not be included in the evaluation for award purposes. (End of Provision) E.2 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Fixed Price-Economic Price Adjustment, Indefinite Quantity contract resulting from this solicitation. (End of Provision) E.3 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW, Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) E.4 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Functional Capabilities (Technical) Past Performance Price Technical and past performance, when combined, are equal to Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) E.5 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (AUG 2009) An offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA-258-09-RQ-0205/listing.html)
- Place of Performance
- Address: Northern Arizona VA Health Care System;500 HWY 89 N.;Prescott, AZ
- Zip Code: 86313
- Zip Code: 86313
- Record
- SN01989726-W 20091023/091021235334-611ae8da539a49d16c8d89a37f08feb3 (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 |