Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2018 FBO #6221
SOLICITATION NOTICE

Q -- Dental Patient Satisfaction Surveys (VA-18-00032282)

Notice Date
10/19/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
U.S. Department of Veterans Affairs;OPAL | Strategic Acquisition Center;10300 Spotsylvania Ave | STE 400;Fredericksburg VA 22408-2697
 
ZIP Code
22408-2697
 
Solicitation Number
36C10G18Q9140
 
Response Due
10/31/2018
 
Archive Date
11/30/2018
 
Point of Contact
carlina.smith@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 Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is OAK5C6N and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees. This requirement is a Service-Disabled Veteran-Owned Small Business set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 10/31/2018 16:30 Eastern Time or as otherwise displayed at www.FedBid.com. The VA - Strategic Acquisition Center requires the following items, Meet or Exceed, to the following:   https://marketplace.fedbid.com/fbweb/shareBuyDetails.do?t1=1&t2=%3Dc75fmOU2UJZIAAAAAHeAAgAgTFCGg%2FFzzqQbJAAyVXBA0Or INTRODUCTION: The Department of Veterans Affairs Office of Dentistry (OOD) has a requirement for the creation of a Dental Patient Satisfaction Survey and web-site that allows for secure access to Veterans Hospital Administration (VHA) reports. The contractor shall be responsible for creating a survey that utilizes a modified Dillman Methodology (TDM) and all coordination between its entity and the Government Printing Office (GPO) representative to deliver patient data in a timely manner. The contractor shall also be responsible to provide annual training for accessing and reviewing survey data from the created website. TECHNICAL REQUIREMENTS: Refer to Attachment A- Performance Work Statement (PWS) DELIVERABLES/SCHEDULE (CLINS), PRICE/COST SCHEDULE: Refer to Attachment B- Price Schedule QUOTE SUBMISSION INSTRUCTIONS A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011) must be submitted with all quotes. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. Following receipt of quotes, the Government will perform an evaluation using a comparative analysis through a literature review of the services quoted, in an impartial manner. The Government intends to compare what has been quoted to one another to select the service that is best suited to fulfill the requirement. The evaluation factors outlined in this request for quote will determine suitability. The specifications provided in the PWS will be evaluated on a pass/fail or go/no go basis to confirm the quoted items meet the minimum requirement. The Government anticipates selecting the best-suited service from the contractor who provides the Lowest Price Technically Acceptable based on initial quotes, without engaging in exchanges with contractors. Contractors are strongly encouraged to submit their best technical solutions and price in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a service best-suited to meet the requirements of this request for quote, the government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. Questions & Answers: All questions and inquiries about this solicitation must be in writing via-email to FedBid on or before Thursday October 25, 2018 2:00 pm EST. Government responses will be provided as a reply to the same email sent. All responses to questions which may affect offers will be incorporated into a written amendment to the solicitation which will be posted on fbo.gov. QUOTE SUBMISSION INSTRUCTIONS In addition to information provided by FAR Clause 52.212-1, the following instructions apply: Quotes shall be received on or before 4:30 PM ET October 31, 2018. All quotes shall be sent to the Contract Specialist via FedBid Note: Quotes received after the due date and time shall not be considered. All questions must be submitted in writing using the FedBid questions portal THE CUT-OFF DATE AND TIME FOR RECEIPT OF QUESTIONS IS October 25, 2018 at 2:00 PM ET. Questions will be answered individually. In addition, an amendment to this solicitation will be posted to incorporate all the received questions posed by interested parties along with the corresponding government responses. Amendments to this solicitation will be posted on FBO.gov. FBO copies of the amendments will NOT be individually mailed or sent via email. No other notification of amendments will be provided. Potential contractors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your quote being considered non-responsive or unacceptable. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Contractors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Contractor s responses shall be submitted in accordance with the following instructions: 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. Quote page limitations are applicable to this procurement. The Table below indicates the maximum page count (when applicable) for each volume of the contractor s submission. 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" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) 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. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. All proprietary information shall be clearly and properly marked. Footnotes to text shall not be used. Additionally, contractors shall not use hyperlinks or embedded files of any kind in any quote volume. If included, these will not be reviewed or evaluated. If the contractor submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the contractor s page limitations unless otherwise indicated in the specific volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit for a particular volume, may not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. File Packaging: All of the quote files may be compressed (zipped) into one file entitled quote.zip using WinZip version 6.2 or later version or the quote files may be submitted individually. Content Requirements: All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. The titles and page limits requirements for each file are shown in the Table below: Volume Number Evaluation Factor File Name Page Limitations Volume I Technical Capability Tech.pdf 25 Volume II Past Performance Past.pdf 5 Volume III Price Price.xls Price/ Quote Schedule The cover page, table of contents, and/or a glossary of abbreviations or acronyms will not be included in the page count of any Volume. Volume I - Technical Capability Under no circumstances shall any pricing be included in the Technical Capability. The contractor shall submit a Technical Capability which shall address in detail the specifications outlined in the PWS for each service. Parroting the specification or providing comments such as meets requirement are not acceptable. Perspective contractor that simply restate the PWS without providing their technical capabilities will be deems as unresponsive and will be removed from consideration. Volume II Past Performance The contractor s quote must include a summary description of up to five prior contracts/orders per team member/sub-contractor for projects completed within the last three years with organizations with similar mission and functional domains, and of comparable size, complexity and scope (government preferred). These references must also include: Contract/Order Number, brief description of the project, type of contract, amount of the contract Contracting Officer s Name and Phone Number, Government agency Contracting Officer s Representative Name and Phone Number The contractor must indicate whether they were the prime contractor, sub-contractor or other teaming arrangement. Prime shall indicate which aspect of this requirement they are directly responsible for. The contractor is required to provide references for the above projects. In the event the company itself does not have relevant past performance, references may be submitted on contracts performed by the Key Personnel of the company. The VA reserves the right to contact all the references listed by the contractor. Volume III Price The contractor shall submit a completed Price/ Quote Schedule that is in line with the tasks in the Attachment B- Price Schedule. EVALUATION APPROACH The award resulting from this solicitation will be made based on the lowest price technically acceptable to the government, considering technical capability, price, and past performance. The government will evaluate information based on the procedures authorized in FAR Part 13.106-2 using the following evaluation criteria: Technical Capability The evaluation process will consider whether the quote demonstrates a clear understanding of the technical features involved in meeting the requirements of the solicitation. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government will evaluate price to determine whether or not it is considered fair and reasonable. Past Performance The quote will be evaluated to determine the extent to which the contractor s performance demonstrates the likelihood of successful performance in providing requirements similar in size, scope, and complexity to this solicitation. The Government may choose to evaluate publicly available reports, and/or data from the Past Performance Information Retrieval System (PPIRS). The Government may use present and/or past performance data obtained from a variety of sources, not just those contracts identified by the contractor. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to provide their best quote in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its quote is not among those contractors considered most advantageous to the Government based on a lowest price technically acceptable determination. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors who fail to meet the minimum requirements of the solicitation shall be rated unacceptable and thus will be ineligible for award. To receive consideration for award, a rating of no less than "GO" must be achieved for the Technical Approach factor. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the technical acceptability of another quote. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means by 4:30 P.M. ET on October31, 2018. Quotes must be submitted electronically to FedBid.The quote must contain the contractor s name, address, telephone number, tax identification number, and Duns and Bradstreet Number. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VA - Strategic Acquisition Center intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VA - Strategic Acquisition Center is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid/Proposal/Quotation individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid/Proposal/Quotation being determined to be unacceptable. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid/Offer MUST be good for 30 calendar days after close of Buy, unless otherwise indicated. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). The Contracting Officer will indicate elsewhere in this Buy as to whether responses will be evaluated for award based either upon (a) price and pricing factors only (Bids/Quotes) or (b) price and other factors (Proposals/Quotes). All Bids/Proposals/Quotations must conform to the listed specifications or the Statement of Work. If award criteria are based upon (b) price and other factors, the Contracting Officer shall clearly indicate the criteria to be applied elsewhere in this Buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Bidder/Offeror/Quoter must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this Buy. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may result in non-consideration of the Bid/Proposal/Quotation. This information is REQUIRED in order for a sellerĂ s Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6. In accordance with FAR 15.304(e), the evaluation factors other than cost/price, when combined, are significantly more important than cost or price; however, cost/price will contribute substantially to the selection decision. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-OCT-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-DEC-2018, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/b6a5ec97fe73e45ba11d7f941216320b)
 
Record
SN05165396-F 20181205/181203230036 (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.