DOCUMENT
V -- National Veterans WheelChair Games Transportation This solicitation is extended until Sunday 13 April 2014 at 12 midnight Central Standard Time Adding Instructions to Offerors - see attached. - Attachment
- Notice Date
- 4/7/2014
- Notice Type
- Attachment
- NAICS
- 485991
— Special Needs Transportation
- Contracting Office
- Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123
- ZIP Code
- 63123
- Solicitation Number
- VA77714R0085
- Response Due
- 4/13/2014
- Archive Date
- 4/23/2014
- Point of Contact
- anne.cardenas@va.gov
- E-Mail Address
-
anne.cardenas@va.gov
(anne.cardenas@va.gov)
- Small Business Set-Aside
- N/A
- Description
- ADDITIONAL INSTRUCTIONS TO OFFERORS National Veterans Wheel Chair Games SUBMISSION: The Offeror's proposal shall be submitted electronically in the files set forth below by the date and time indicated in the solicitation. Proposals submitted by any other method will not be considered. The Offeror's proposal shall consist of three Volumes. The Volumes are I -Technical, II - Past Performance, and III - Price. Files shall not contain classified data. The use of hyperlinks or embedded attachments in proposals is prohibited. All proprietary information shall be clearly marked. File sizes shall not exceed 5MB. The electronic address for the delivery of proposals is anne.cardenas@va.gov. 1. Proposal Files: Offeror's responses shall be submitted in accordance with the following instructions: a. Format. The submission shall be clearly indexed and logically assembled. Each Volume shall be clearly identified and shall begin at the top of a page. All pages of each Volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Proposal page limitations are applicable to this acquisition. The Table below indicates the maximum page count for each volume of the Offeror's proposal. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11". The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. b. File Packaging. All of the proposal files may be compressed (zipped) into one file entitled "proposal.zip" using WinZip version 6.2 or later version or the proposal files may be submitted individually. c. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the proposal and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to determine each proposal and their ability to perform the tasks. The titles and page limits requirements for each file are shown in the Table below: Volume Number and TitlePage Limit Volume I - Technical 10 pages Volume II - Past Performance3 pages maximum, one for each project Volume III - Price1 page d. The Title Page, Table of Contents and/or a glossary of abbreviations or acronyms will not be included as part of the page count. However, be advised that any and all information contained within any Title Page, Table of Content, and/or glossary of abbreviations or acronyms submitted with an Offeror's proposal will not be evaluated by the Government. See also FAR 52.212-1, Instructions to Offerors - Commercial Items. e. Volume I - Technical: Describe how you will approach meeting the objectives in the performance work statement; to include equipment descriptions and tasks and deliverables and execution. f. Volume II - Past Performance: Provide no more than three project descriptions of similar size, scope and complexity as described in the PWS for Government and/or non-Government contracts in which you have provided similar service. These projects should be recent and taken place within the past two years from the issuance of this solicitation. g. Volume III - Price: The Offeror shall provide a price for each Task and a total cost for the contract. Provide a breakdown of the cost associated with the retrofitting of the buses with a breakout of cost for the service portion. The evaluation criteria is lowest priced technically acceptable - LPTA, where all factors are equal. Any offeror not providing documentation for validation may be deemed non-responsive to the requirements of the solicitation. The RFQ requires the submission of price information to permit the Government to evaluate price reasonableness and price realism. When evaluating the proposals, the evaluation team will be evaluating the following factors and standards. We recommend your proposal follows these criteria closely as this is what will determine whether your proposal is found to be technically acceptable. i. Technical Approach and Past Performance: 1.Factor One: Technical Capability (a) Capability (equipment, personnel, management and supervision) to perform in accordance with the Performance Work Statement (PWS) b) Description of project performance and the delivery of the tasking as described in the PWS. 2.Factor Two: Past Performance (a) Contractor's past performance demonstrated quality performance. Quality performance would be meeting the requirements of the contract within the allotted time period at the agreed upon cost without any significant deviations or problems. (b) Contractor's past performance demonstrated timeliness of contract completion of interim and final milestones/deliverables, cost control, quality, user satisfaction and business relations. 3. Factor Three: Price - will be reviewed for reasonableness and realism. j. Basis for Award: The award will be made based on the lowest priced technically acceptable offer. All factors are considered equal The Government will award a firm fixed-priced contract resulting from this solicitation to the Offeror that represents the lowest priced technically acceptable proposal. Trade-offs are not permitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77714R0085/listing.html)
- Document(s)
- Attachment
- File Name: VA777-14-R-0085 A00003 VA777-14-R-0085 A00003.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1295574&FileName=VA777-14-R-0085-A00003000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1295574&FileName=VA777-14-R-0085-A00003000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA777-14-R-0085 A00003 VA777-14-R-0085 A00003.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1295574&FileName=VA777-14-R-0085-A00003000.docx)
- Record
- SN03331353-W 20140409/140407234027-119d13455dea5f9c039c8a915bdde96f (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 |