Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
DOCUMENT

R -- FOIA Support Services - Attachment

Notice Date
5/29/2018
 
Notice Type
Attachment
 
NAICS
561110 — Office Administrative 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
36C77618Q0085
 
Response Due
6/7/2018
 
Archive Date
8/6/2018
 
Point of Contact
William Henkel
 
E-Mail Address
Grove<br
 
Small Business Set-Aside
N/A
 
Description
VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 5 of 5 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C77618Q0085 Posted Date: 5/29/2018 Original Response Date: 6/12/2018 10:00 AM Easter Standard Time Current Response Date: 6/12/2018 10:00 AM Easter Standard Time Product or Service Code: R499 Set Aside (SDVOSB/VOSB): SDVOSB Set Aside NAICS Code: 561110 Contracting Office Address Program Contracting Activity Central 6150 Oaktree Blvd, Suite 300 Independence OH 44131 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 The associated North American Industrial Classification System (NAICS) code for this procurement is 561110, with a small business size standard of $11,000,000.00. The Department of Veterans Affairs is seeking to purchase FOIA support services (detailed in attached PWS). All interested companies shall provide a quotation for the following: Price Schedule ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE TOTAL AMOUNT 0001 VHA Document Review 6.00 MO __________________ __________________ 0002 VBA Document Review 6.00 MO __________________ __________________ 0003 Monthly Progress Report 6.00 EA __________________ __________________ GRAND TOTAL __________________ ITEM NUMBER QUANTITY DELIVERY DATE 0001 6.00 Monthly 0002 6.00 Monthly 0003 6.00 Monthly Services Please see attached PWS Place of Performance Address: Tasks under this PWS shall be performed virtually at contractor site Postal Code: Country: UNITED STATES Award shall be made to the quoter whose quotation represent the best value to the government considering the criteria detailed in the comparative evaluation. The government will evaluate information based on the following evaluation criteria: COMPARATIVE EVALUATION/BASIS FOR AWARD In accordance with FAR 13 Simplified Acquisition Procedures, the Government will award a contract from this solicitation to the responsible quoter on a comparative basis whose quote conforms to the solicitation and represent the best overall value to the government. In order for a quote to be eligible for award, the quoters submitting a quote must have the NAICS Code 561110 and has a current registration in the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM at submission of quote. SAM will be checked to verify the quoter s status before any evaluation is conducted. This requirement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. In order for a quote to be eligible for award, the quoters submitting a quote shall be certified in Veterans Information Page (VIP VetBiz) http://www.vetbiz.gov/by the closing date of the solicitation. VIP VetBiz will be checked to verify the quoters SDVOSB certification before any evaluation is conducted. The Government intends to make award selection without clarifications, but may determine after evaluating the quotes submitted that clarifications are necessary and conduct them as appropriate. The Government reserves the right to make no award if no quotes meet the requirements of this solicitation. The government will conduct a comparative assessment of quoters responses based upon the following criteria: 1 Delivery Quoters clearly demonstrates in its response a clear understanding of the urgent timeline. Quoter provides a clear and effective approach in providing the required services within the timelines. 2 Qualifications: Quoters must have the demonstrated ability to handle large volumes of responsive documents and process them on an accepted timeline. Quoters must have the demonstrated ability to redact IAW FOIA exemptions B(6) and B(5). Quoters must have the demonstrated ability to adapt to guidance from the government on redaction protocols (including specific individuals to redact/include, specific meeting information to release/include) for this production. 3 Past Performance: Quoters must have a record of satisfactory or neutral past performance. If no record of past performance is found the quoter will receive a rating of neutral. The Government will utilize internal documentation including Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS) for determining the Past Performance of quoters. The Government will review the price schedule for completeness and accuracy and will evaluate the reasonableness of the quoted prices. Normally, adequate price competition establishes a fair and reasonable price. Government reserves the right to award to a quoter with other than the lowest price. Award will be made to the quoter whose quote represents the best overall value to the government. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-2 Evaluation-Commercial Items (OCT 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are included as addenda to FAR 52.212-4: FAR 52.232-40 Providing Accelerated Payments to Small Businesses to Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70 Contractor Responsibilities FAR 52.227-17 Rights in Data-Special Works (DEC 2007) 852.203-70 Commercial Advertising (JAN 2008) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) FAR 52.219-28 Post Award Small Business Program Representation (JUL 2013) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer Systems for Award Management (JUL 2013) FAR 52.222-41 Service Contract Labor Standards (MAY 2014) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Electronics Technician, Maintenance II, WG-9, $23.13/HR FAR 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) All quoters shall submit the following 1 copy via email to the governments point of contact. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 6/12/2018 via email to William.Henkel@va.gov and Kalyan.grove@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed responses to this combined synopsis solicitation will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist William.Henkel@va.gov and Kaylan.grove@va.gov by May 31st, 2018 at 4:00 PM Eastern Standard Time. Point of Contact William Henkel, Contract Specialist William.henkel@va.gov Kaylan Grove, Contract Specialist Kaylan.Grove@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/36C77618Q0085/listing.html)
 
Document(s)
Attachment
 
File Name: 36C77618Q0085 36C77618Q0085.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4340305&FileName=36C77618Q0085-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4340305&FileName=36C77618Q0085-000.docx

 
File Name: 36C77618Q0085 ATTACHMENT A - PWS - Performance Work Statement.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4340306&FileName=36C77618Q0085-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4340306&FileName=36C77618Q0085-001.docx

 
File Name: 36C77618Q0085 ATTACHMENT B - QASP FOIA Support Services.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4340307&FileName=36C77618Q0085-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4340307&FileName=36C77618Q0085-002.docx

 
File Name: 36C77618Q0085 ATTACHMENT C - Sample Redacted Document For Contract Review.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4340308&FileName=36C77618Q0085-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4340308&FileName=36C77618Q0085-003.pdf

 
File Name: 36C77618Q0085 ATTACHMENT D - VHA Dir 1935 - FOIA.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4340310&FileName=36C77618Q0085-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4340310&FileName=36C77618Q0085-004.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04936466-W 20180531/180529230816-ffca3946234ffd5d3ae4d3927d06b1ee (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.