SOLICITATION NOTICE
G -- READJUSTMENT COUNCELING, LEWISTON, ID
- Notice Date
- 1/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621330
— Offices of Mental Health Practitioners (except Physicians)
- Contracting Office
- Department of Veterans Affairs;Contracting & Purchasing (90C);4815 N Assembly ST;Spokane WA 99205-6197
- ZIP Code
- 99205-6197
- Solicitation Number
- VA-260-10-RQ-0302
- Response Due
- 1/28/2010
- Archive Date
- 3/29/2010
- Point of Contact
- Jackie Merriman
- E-Mail Address
-
Contracting Officers E-Mail
(jackie.merriman@va.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation/reference number is VA-260-10-RQ-0302; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Public Law 96-22, which added to 38 United States Code (U.S.C.) Section 1712A. This acquisition is unrestricted. The North American Industry Classification System (NAICS) code is 621330, Size Standard: $7 Million. The Product Service Code (PSC) is G004. This Request for Quotation (RFQ) consists of the following items: Item 0001: Readjustment Counseling Services. This solicitation is for a base plus four (4) option years. All line items as listed in this RFQ will be required to be provided in accordance with the Statement of Work dated January 12, 2010 and is attached to this solicitation. Primary work location for the RFQ is Lewiston, ID. The following provisions and/or clauses apply to this acquisition. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-3 shall be completed as noted above and submitted with the quote. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price, licensure and past performance (Provide a list of at least 3, but no more than 10 relevant (relevant is defined in this RFQ as within the last 3 years) references in which similar services of the same scope and magnitude as this acquisition). Addenda to FAR 52.212-2: Initially, offers shall be ranked according to price. An offeror's proposed prices will be determined by multiplying the quantities identified in Schedule of Items by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. Then, using the no more than ten references supplied by each of the interested contractors and the data independently obtained from other Government and commercial sources, the contracting officer shall seek performance information on the lowest priced proposal. The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this Request for Quote (RFQ), based on the offeror's demonstrated present and past performance. Past performance will be evaluated on a pass/fail basis - the government will award to the lowest bidder who provides a history of successful past performance by providing at least 3, but no more than 10, recent and relevant examples of providing the same services as requested in the attached Statement of Work. In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. If the lowest priced evaluated technically acceptable offer is judged to have passed the past performance evaluation, that offer represents the best price for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have failed the past performance review. In that event, the contracting officer shall make award to the next lowest offer with a passing past performance rating. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by full text. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (DEVIATION) by full text. FAR 52.219-4, Notice of Price Evaluation Preference for Hubzone SB Concerns, by full text. FAR 52.203-3, Gratuities. FAR 52.203-6 Alt. 1, Restrictions On Subcontractor Sales To The Government - Alt. 1. FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper. FAR 52.204-7 Central Contractor Registration. FAR 52.209-6, Protecting the Government's Interest. FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies. FAR 52.222-3 Convict Labor. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.227-2, Notice And Assistance Regarding Patent And Copyright Infringement. FAR 52.232-33, Payment by Electronic Funds- Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contracts. FAR 52.242-13, Bankruptcy. FAR 52.253-1, Computer Generated Forms. VAAR, 852.237-7, Indemnification and medical liability insurance. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://farsite.hill.af.mil/VFFAR1.HTM ; clauses may be accessed electronically in full text by going to the aforementioned Internet addresses. FAR 52.252-6, Authorized Deviation in Clauses, in full text, with the following fill-in: Veterans Affairs Acquisition Regulation 48 CFR Chapter 8. Vendors must be actively registered with the Central Contractor Registration (CCR) and in VETS-100. The CCR website is http://www.ccr.gov; the VETS-100 website is https://vets100.vets.dol.gov/registerhome.aspx. The Contractors are required to submit their TAX ID number with their quote. Quotes must be received at the Department of Veterans Affairs, Spokane VA Medical Center no later than 2:00 p.m. PST on January 28, 2010. Quotes may be transmitted by e-mail or to FAX number (509) 434-7101 and made to the attention of Jackie Merriman. Interested contractors need to contact Jackie Merriman for solicitation information or Statement of Work/Specifications at 509-434-7228, or Jackie.Merriman@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SpVAMC/VAMCCO80220/VA-260-10-RQ-0302/listing.html)
- Place of Performance
- Address: Vendors Office;Lewiston, ID
- Zip Code: 83501
- Record
- SN02042015-W 20100116/100114234036-93fd9f2960fd984246621a647db2cd2e (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 |