Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
DOCUMENT

K -- To Upgrade, install and provide maintainance on Exterior SSTV System - Attachment

Notice Date
7/17/2014
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;(NCO 9) (90C);800 Zorn Ave;Louisville KY 40206
 
ZIP Code
40206
 
Solicitation Number
VA24914Q0173
 
Response Due
8/1/2014
 
Archive Date
8/31/2014
 
Point of Contact
Cinnamon Washington, Cinnamon.Washingotn@va.gov
 
E-Mail Address
cinnamon.washington@va.gov
(cinnamon.washington@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6 streamlined procedures for commercial items, in conjunction with FAR subpart 13 and as supplemented with additional information included in this notice. This is a Firm Fixed- Price Contract Small Disabled Veteran Own Business requirement. Only qualified offerors may submit bids. Solicitation number VA249-14-Q-0173 is issued as a Request for Quotation (RFQ) and constitutes the only Solicitation; a written Solicitation will not be issued. NAICS CODE is 561621 and the small business size standard is $19M any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. To be eligible to receive a government award, the offeror must be currently registered in System for Award Management or may register with SAM at http://www.sam.gov/ and be capable of providing labor, supervision, materials, and equipment to install and provide maintained for an external Security Surveillance Television System (SSTV) located at the Louisville VA Medical Center, 800 Zorn Avenue, Louisville, KY 40206 throughout the years of the contract. Requirements: THE CONTRACTOR IS REQUIRED TO FURNISH ALL LABOR, MATERIAL, EQUIPMENT, AND SUPERVISION OF THE INSTALATION AND MAINTENANCE OF 148 INTERIOR/EXTERNAL SURVEILLANCE CAMREAS.THIS SERVICE IS REQUIRED FOR THE VA MEDICAL CENTER, 800 ZORN AVE., LOUISVILLE, KY., 40206. THE CONTRACT PERIODS; 09/1/2014 THRU 08/31/2015 BASE YEAR 09/01/2015 THRU 08/31/2016 OPTION YEAR ONE (1) 09/01/2016 THRU 08/31/2017 OPTION YEAR (2) Please view attached Statement of Work (SOW) for further details of this requirement. In order to be responsive, the firm must offer a quote for all services required, as stated in the attached SOW. Award will be made to the Lowest Price Technical Acceptable which conforms to the requirements with in the solicitation. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items or vendor's reps/certs via SAM report. Additionally, the Contractor shall provide a minimum of three (3) Past Performance references. NOTE: To receive consideration as SDVOSB or VOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Quotes must be received by AUGUST 14, 2014. Email your quote to CINNAMON.WASHINGTON@va.gov or faxed to 502-287-6115 or mail to the following address: Department of Veteran Affairs, Network Contract Activity, NCO 9, ATTN: CINNAMON WASHINGTON, 800 ZORN AVE LOUISVILLE KY, 40160. All questions should be emailed to Cinnamon.Washington@va.gov no later than 7/30/2014 noon. Solicitation document and incorporated provisions and clauses apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: a. Additional instructions for submitting proposal 1. Offeror shall complete all pricing information regarding install and maintenance options listed on page one(1) of the combined synopsis. 2. Offeror shall submit responses to all technical and past performance evaluation factors provided in 52.212-2 of this solicitation 3. Offerors shall return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. 4. Acknowledgment of all solicitation Amendments b. Period for Acceptance of Offers: The Offeror shall agrees to hold the prices in its offer firm for sixty (60) calendar days from the date specified for receipt of offers in lieu of thirty (30) calendar days as specified under FAR 52.212-1, Instructions to Offerors--Commercial Items, par. (c). The offeror shall bear all cost associated with the preparation and submission of the proposal. The Veteran Affairs will in no case be responsible or liable for the cost incurred by the offeror, regardless of the outcome of the selection process. c. Questions: All questions regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to cinnamon.washington@va.gov no later than July /30/2014. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). d. Amendments to this Solicitation: Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on that website (www.fbo.gov). 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award; 52.212-2 Evaluation -Commercial Items; E.2 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 evaluation factors and any significant sub factors that establish the requirements of acceptability shall be used to evaluate offers. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability criteria for non-cost factors. The lowest price offer received non-cost factors will be evaluated on a go/no-go basis to be determined technically acceptable/unacceptable. Evaluation Criteria: (i) price - Price will be evaluated on the basis of its reasonableness and realism to the Government. The offeror's itemized price breakdown should be sufficient detailed to permit a complete analysis and shall cover all work involved in the contract. Copies of subcontractor quotes should be submitted; (ii) technical capability - rating of "acceptable"/"unacceptable" of the item offer to meet the Government requirement based on the following factors/sub-factors: TECHNICAL PROPOSAL In this Section, the offeror shall describe its approach and plans for accomplishing the work outlined in the Statement of Work. The offeror must set forth its understanding of the requirements of this RFP and its ability to successfully complete the contract. This Section of the proposal should contain at least the following information: 1.MANAGEMENT OVERVIEW The offeror shall set forth its overall technical approach and plans to meet the requirements of the RFP in a narrative format. This narrative should provide evidence that the offeror understands the objectives that the contract is intended to meet, the nature of the required work and the level of effort necessary to successfully complete the contract. This narrative should prove that the offeror's general approach and plans to undertake and complete the contract are appropriate to the tasks and subtasks involved. Mere reiterations of RFP tasks and subtasks are strongly discouraged, as they do not provide insight into the offeror's ability to complete the contract. The offeror's response to this section should be designed to prove that the offeror's detailed plans and approach proposed to complete the Scope of Work are realistic, attainable and appropriate and that the offeror's bid proposal will lead to successful contract completion. 2.CONTRACT MANAGEMENT The offeror should describe its specific plans to manage, control and supervise the contract to ensure satisfactory contract completion according to the required schedule. The plan should include the offeror's approach to communicate with the COR/Contracting Officer including, but not limited to, status meetings, status reports, etc. 3.CONTRACT SCHEDULE The offeror should include a contract schedule. If key dates are a part of this RFP, the offeror's schedule should incorporate such key dates and should identify the completion date for each task and sub-task required by the Scope of Work. Such schedule should also identify the associated deliverable item(s) to be submitted as evidence of completion of each task and/or subtask. The offeror should identify the contract scheduling and control methodology to be used and should provide the rationale for choosing such methodology. The use of Gantt, PERT or other charts is at the option of the offeror. 4.ORGANIZATIONAL SUPPORT AND EXPERIENCE The offeror should include information relating to its organization, personnel, and experience, including, but not limited to, references, together with contact names and telephone numbers, evidencing the offeror's qualifications, and capabilities to perform the services required by this RFP. At a minimum, the offeror will supply one site manager/foreman with three (3) years of experience directly related to the requirements outlined in the Statement of Work. 6.LOCATION The offeror should include the location of the offeror's office that will be responsible for managing the contract. The offeror should include the telephone number and name of the individual to contact. The offer should have existing personnel who are readily available and can meet the twenty four (24) hour response time as specified in the Statement of Work. 7.ORGANIZATION CHART (CONTRACT SPECIFIC) The offeror should include a contract organization chart, with names showing management, supervisory and other key personnel (including sub-contractor's management, supervisory or other key personnel) to be assigned to the contract. a.Offeror shall identify the number of employees and duty assignment. 8.SUBCONTRACTING PLANS The offeror should identify any areas that they plan on subcontracting. Note: FAR 52.219-14 Limitations on Subcontracting, is included in this solicitation and awardee will be required to perform, at a minimum, 50% of the work on this contract. (iii) Past Performance (see FAR 15.304) - provide the following information: CAPABILITIES QUESTIONNAIRE 1.Have you performed this service or similar service in the last 3 years on contracts valued at $200,000 or greater? 2.What is your average response time for emergency repairs? 3.What are your capabilities to integrate with the current describe IP monitoring system? 4.Please provide two (2) or more references whether from the Government or private industry, hospitals, etc. regarding your successful performance on any previous contracts (preferably for similar services). Past performance will be evaluated on an "acceptable" or "unacceptable" basis using the ratings in the table below based on the answers to the above capabilities questionnaire. Past Performance Evaluation Ratings RatingDescription AcceptableBased on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) UnacceptableBased on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. The past performance evaluation results is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror's record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past performance information may be obtained through other sources known to the VA and the Federal Government. (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) 52.217-8 Option for increased Quantity-separate priced line item 52.217-9 Option to extend the term of the contract. VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments; FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements; and 52.219-14 Limitation on Subcontracting. Full text can be obtained at www.acquisition.gov/far. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LoVAMC603/LoVAMC603/VA24914Q0173/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0173 VA249-14-Q-0173.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1505931&FileName=VA249-14-Q-0173-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1505931&FileName=VA249-14-Q-0173-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03428680-W 20140719/140717235401-b7220241bcb112740cb6cd373688a53b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.