Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2015 FBO #4934
DOCUMENT

70 -- PCAC National Recruitment Program Applicant Tracking System - Attachment

Notice Date
5/27/2015
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70115Q0137
 
Response Due
6/9/2015
 
Archive Date
7/9/2015
 
Point of Contact
Rosella Torcaso
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
SECTION A - CONTRACT REQUIREMENTS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format specified in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only publication. Solicitation number, VA701-15-Q-0137, is being issued as a request for quotation (RFQ). Documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, effective November 2, 2011. This is a total veteran-owned small business set-aside utilizing the North American Industry Classification Code 541512, "Computer Systems Design Services" with a small business size standard of $27.5 million. The purpose of this contract is to provide a health care applicant tracking system to be used by recruitment, management, and support staff VHA-wide so that long-term, the tracking system can be used throughout the VHA for lead sharing and provide the platform for standardized and centralized capturing of leads, tracking, and reporting recruitment activities. The government intends to award a firm-fixed price contract. Offeror must be registered in the SAM database before an award can be made. If the Offeror is not registered in SAM, it may do so through the SAM website at https://www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. The full text of these FAR clauses is available in Sections C and E of this RFQ or may be accessed electronically at https://www.acquisition.gov/far/. BASIS FOR AWARD: Award will be made in accordance with the following clause: 52.212-2 Evaluation - Commercial Items (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: Technical and Price factors - this is a lowest price technically acceptable acquisition. (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. * Quotes are due Wednesday, June 10, 2015 by 12:00pm EST and questions are due Monday, June 1, 2015 by 12:00pm EST. The award will be made based upon the requirements specified in the RFQ and to the Offeror providing the lowest price technically acceptable in meeting the Government's requirements. The Offerors must provide documents in support of the specified requirements detailed in Section E of this solicitation. The quote must reference the Solicitation Number VA701-15-Q-0137. All responsible sources may submit a proposal and if timely received, shall be considered. Responses must be submitted electronically to rosella.torcaso@va.gov. See attached document VA701-12-Q-0082 FINAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70115Q0137/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-15-Q-0137 VA701-15-Q-0137_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2068832&FileName=VA701-15-Q-0137-006.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2068832&FileName=VA701-15-Q-0137-006.docx

 
File Name: VA701-15-Q-0137 VA701-15-Q-0137.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2068833&FileName=VA701-15-Q-0137-007.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2068833&FileName=VA701-15-Q-0137-007.docx

 
File Name: VA701-15-Q-0137 VHA Existing Applicant Tracking System Fields.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2068834&FileName=VA701-15-Q-0137-008.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2068834&FileName=VA701-15-Q-0137-008.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03743390-W 20150529/150527235404-e62a98d3547e4b606bac059ba3b86650 (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.