MODIFICATION
X -- Broker Services NCO 16 to include Louisiana, Mississippi, Oklahoma, Arkansas, Florida, Missouri, Texas, and outlying areas.
- Notice Date
- 1/29/2019
- Notice Type
- Modification
- NAICS
- 531210
— Offices of Real Estate Agents and Brokers
- Contracting Office
- Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1515 Poydras Street;New Orleans LA 70112
- ZIP Code
- 70112
- Solicitation Number
- 36C25619Q0083
- Response Due
- 2/22/2019
- Archive Date
- 5/23/2019
- Point of Contact
- New Orleans, La 70112
- Small Business Set-Aside
- Total Small Business
- Description
- Page 1 of Page 5 of 12 Page 1 of Please follow the instructions within Section E below. I have also included the SF 1449 to use as the price proposal to write in your percentages. SECTION E SOLICITATION PROVISIONS E.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (End of Provision) FAR Number Title Date 52.216-27 SINGLE OR MULTIPLE AWARDS OCT 1995 52.217-5 EVALUATION OF OPTIONS JUL 1990 ADDENDUM to FAR 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: INSTRUCTIONS FOR SUBMITTING OFFERORS 1. General - The instructions below provide guidance for the preparation and submission of proposals. Proposals must be signed, dated, marked with required information, and then submitted in accordance with the instructions in the SF 1449. NOTE: To ensure proposals are properly handled and stamped with the date and time of receipt in the mailroom, offerors must clearly mark the front of each sealed envelope or package as stated below. If commercial carriers are used the markings must be on the outside envelope. (1) The offerors name and address must appear in the upper left corner; and (2) The SOLICITATION NUMBER, and the time and date specified for receipt of proposals must appear on the lower left-hand corner. There may be substantial changes to the terms and conditions of the contracts to be awarded from this RFQ compared to previous contracts awarded by VA for similar services. Offerors, especially those with previous VA real estate experience, are cautioned to note the changes in this PWS and not rely on knowledge of SOWs from previous contracts and Task Orders. 2. QUESTIONS CONCERNING THE SOLICITATION All questions shall be directed to the Contracting Officer in writing via email to Email: debra.james3@va.gov NLT 12:00 Noon CST February 19, 2019. To ensure all prospective contractors are treated on an equal basis, any significant questions raised and the answers provided will be made available to all potential offerors by written amendment to this solicitation. 3.. SUBMISSION AND CONTENT OF PROPOSALS Proposals shall be clearly and concisely prepared in writing and include all information required by the solicitation, with pages numbered and logically assembled. Email, hand carried, or express mail are acceptable methods for submitting offers. The Government will not commit to pay any costs incurred by offerors, successful or unsuccessful, in the submission of any proposal. As stated in the FAR Provision 52.215-1 in this section, the Government reserves the right to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. This does not preclude the contracting officer from holding discussions if it is determined negotiations are necessary. In order to be considered "responsive" to this solicitation offerors must provide the following: Offers shall be submitted in two (2) severable parts: 1. Price Proposal on SF1449 Note: Offerors to submit a complete, signed, and dated SF 1449 and any amendments. 2. Technical Proposal (Narrative) Note: Past Performance Questionnaires will only be accepted by emailed. The Past Performance Questionnaires email Subject Line should include: 36C256190083, name of offeror, Completed Past Performance Questionnaire REQUIRED DOCUMENTS: Offers shall be submitted to VA at the above referenced location in two (2) separate Volumes. Offers shall be properly signed, initialed, converted to a PDF file indexed with bookmarks, and submitted via email, express mail or hand carried. Each volume shall be marked appropriately: Volume 1-Technical offer (Narrative) and Volume 2-Price Offer. In addition, the Past Performance Questionnaire only accepted by email. Please remember to sign the SF 1449. All offerors must provide information requested in the following format: A copy of the offer, including all required documents, shall be sent to the Contracting Officer via email, express mail or by regular mail to the following address. Department of Veterans Affairs Network Contracting Office NCO 16 Southeast Louisiana Veterans HCS Attn: Debra James/Natalie Ballard 1515 Poydras Street Suite 1100 New Orleans, La 70112 Phone: 504-507-4157 Email: debra.james3@va.gov It is the responsibility of the offeror to ensure all separate files are delivered, via by the due date and on time. NOTE: Only one proposal will be accepted from each parent firm. 4. INFORMATION TO BE INCLUDED IN OFFERS (1) Pricing A complete SF 1449, Solicitation, Offer, and Award and any amendments (with an original signature and date) to be considered for award, an offeror must propose commission percentages for each size lease acquisition service, in accordance with the SF 1449. The total commission percentages evaluated will consist of all tasks commission based lease acquisition services, for each year (base and option years). The total price (base plus all option years) will used to evaluate the price factor. If the offeror is proposing as a joint venture or teaming arrangement, the arrangement shall be outlined and the legal entity identified with 1 page information as a part of the RFP signed documentation file. If a contractor teaming arrangement, including a joint-venture has been proposed in accordance with FAR part 9.6, all arrangements must be identified and company relationships fully disclosed. This is not authorization for team arrangements in violation of antitrust statutes and does not limit the Government s right to: (a) require consent to subcontracts; (b) determine, based on the stated contractor team arrangement, the responsibility of the prime; or (c) hold the prime fully responsible for contractor performance regardless of any team arrangement between a prime and subcontractors NOTE: In order to be considered, a contractor must be registered in the System for Award Management (SAM) at www.sam.gov. Instructions for registering can be found at the website. (3) INFORMATION TO BE INCLUDED IN TECHNICAL PROPOSAL No cost or pricing information shall be included in the technical proposal. Each technical proposal shall be sufficiently complete and organized containing all essential information addressing the requirements in the solicitation, to ensure that the evaluation can be made on the basis of its content. It is important that the technical proposal follow the identified format and page limitations as deviation from required format may result in a proposal receiving a lower rating or being found unacceptable. In order to receive maximum consideration in the technical evaluation process, offeror's technical proposals must, at a minimum, address all of the areas outlined. Simply repeating or paraphrasing the performance work statement/specification is not acceptable and will be considered a deficiency. Technical proposals shall be prepared on 8 1/2 x 11-inch paper, single-spaced, in Arial font, not smaller than a size 12 font. Elaborate file packages, brochures, appendices, and illustrations are neither necessary nor desired. Legibility, completeness, and adherence to format and page limitations are essential. Each sheet of the proposal shall be separately numbered in English numbers. Page limitations for responding to the evaluation factors and subfactors are stated within the individual evaluation factor or subfactor. E.2. 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (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: Evaluation Factors for Award 36C25619Q0083 Competitive negotiated with Best Value Trade Offs. Competitive negotiated best value trade off source selection procedures will be used to evaluate proposals and award will be made to responsible firm(s) offering the best value to the Government after evaluation of both the total evaluated contract price and non-priced technical factors. Offerors must meet the mandatory minimum requirements of the solicitation, including qualifications defined in this solicitation in addition to FAR requirements for Firm Fixed Price IDIQ Service Contracts and Task Orders, and proposals must be submitted in the requested format and adhere to the specified page limitations. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror s initial proposal should contain the offeror s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. All technical non-priced factors when combined are significantly more important than price, but, as proposals become more equal in their technical merit, the evaluated price becomes the determining factor. The Government may make trade-offs between price and technical merit when determining if the increased technical merit is worth the increased price. The Contracting Officer will evaluate all proposals to assess the Offeror s ability to perform the contract successfully. The evaluation will be conducted on the factors specified in this Solicitation which are listed in descending order of importance. All sub-factors are listed in descending order of importance. Technical Evaluation Factors Experience: Limited to maximum of 3 pages. Contractor shall submit a listing of projects similar in scope and complexity to what is required within the Performance Work Statement. The listing must include dates of project completion, client contact information and short project description. Offerors shall be evaluated based on the volume of recent and relevant projects, after meeting the minimum criteria. Minimum criteria includes: at least three (3) completed lease projects in the past five (5) years that demonstrate experience with federal government leases of at least 15,000 Net Usable Square Feet (NUSF). If no federal Government leases experience provide at least three lease projects for medical related space of at least 15,000 NUSF. at least three (3) completed federal land acquisitions projects in the past five (5) years. Provide at least five (5) completed due diligence on federal government lease and/or build-to-suite acquisitions. VA will consider projects which involve both a) management of real estate due diligence and b) negotiation/execution of options to purchase on behalf of the Government. The Government reserves the right to further consider and distinguish between the strength and relevancy of contractor experience when issuing a solicitation and evaluating proposals. Past Performance Please refer to Past Performance Questionnaire located in the last Section. Quality of Services: The offeror s past performance record showing their level of customer satisfaction including: cooperation, commitment to customer satisfaction and overall business-like concern for the customer, conformance to contract requirements, and workmanship. Cost Control: The offeror s past performance record showing their level of adherence to cost constraints on previous projects. Timeliness: The offeror s past performance record showing their level of adherence to schedules including administrative aspects of performance Reference FAR Part 15.305(a)(2)(iv), Offerors without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Management and Organization, Operational Approach, and Staffing) Limited to 6 pages maximum. Management and Operational Plan: The offeror s plan to provide: management and operational organizational structure to interface with the Government, management of contract tasks, operational staffing roles and positions of personnel, operational personnel availability, management techniques to mitigate organizational and personal conflicts of interest management of quality control and management and operational achievement of VA performance goals for lease pricing management of coverage and service for all geographic areas; management of performance of tasks; management and operational quality control for projects and personnel; management of task order status updates; operational promotion of maximum competition operational techniques of specialized methods for market analysis. quality assurance of obtaining and maintaining all appropriate licenses, certifications, and training Staffing Plan: The offeror s plan to provide: key personnel, experienced, licensed, trained, and qualified personnel able to perform the required services (must include resumes and professional credentials of every staff member proposed) experienced negotiators with knowledge of local markets, and experience in real estate and construction management accessible and available personnel for on-site meetings during construction within 24-hours notice personnel who are trained in Federal procurement and procedures monitoring of subcontractor personnel quality assurance of subcontractor s personnel s training, experience, and knowledge of the contract requirements Price Offers shall submit proposed commissions for leasing projects into form 1449 for all categories and option years, or will be determined to be non-responsive. The ranges are defined as follows: Leasing Small: under 30,000 NUSF Medium: 30,000 99,000 NUSF Large: 100,000 NUSF or more Offerors are advised that the commission rates proposed will set the not to exceed cap for that contract. The contractor will not be able to propose higher commissions in the future, on any applicable task under this contract. The contractor may, however, offer reduced rates on a task order basis at their discretion. VA will evaluate pricing by applying commission percentages or unit price to an estimated annual workload of one (1) project in each category, based on pre-set estimated size and rental rates. VA will evaluate the offers based on both the individual prices for each category as well as the cumulative pricing. VA will then assign a point value to each price proposal, based on the anticipated total value the contractor will receive for the full term of the contract at the proposed rates. The assumption of one project in each category per year is utilized for evaluation purposes only. Nothing within this section should be construed as a promise nor guarantee of future workload. This solicitation will be made on a competitive basis set aside to small business Technical and past performance, when combined, are equal when compared to price. (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) E.3 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Contracting Specialist Debra James Hand-Carried Address: Department of Veterans Affairs Southeast Louisiana Veterans HCS Suite 1100 1515 Poydras Street New Orleans LA 70112 Mailing Address: Department of Veterans Affairs Southeast Louisiana Veterans HCS Suite 1100 1515 Poydras Street New Orleans LA 70112 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) E.4 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JUL 2016)(DEVIATION) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database (https://www.vip.vetbiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.gov). (End of Provision) E.5 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (SEP 2018) (a) Any protest filed by an interested party shall (1) Include the name, address, fax number, email and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester s representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and Contracting Officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) E.6 VAAR 852.273-70 LATE OFFERS (JAN 2003) This provision replaces paragraph (f) of FAR provision 52.212-1. Offers or modifications of offers received after the time set forth in a request for quotations or request for proposals may be considered, at the discretion of the contracting officer, if determined to be in the best interest of the Government. Late bids submitted in response to an invitation for bid (IFB) will not be considered. (End of Provision) PAST PERFORMANCE QUESTIONNAIRE Please complete and email to debra.james3@va.gov; with the 36C25619Q0083, name of offeror, Completed Past Performance Questionnaire in the subject line. Evaluator s Company Organization: _____________________________________ Name of Evaluator: _____________________________________ Duty Position/Title: _____________________________________ I. Contractor Information: Please complete the following questionnaire on the below-listed contractor who has provided services in the past or is currently providing services for your company/organization. Please provide complete and accurate information. a. Contractor (Company/Name): Point of Contact: b. Contractor Address: Telephone: c. Contract Information 1. Number: 2. Type of Contract: 3. Technical Complexity of Work: 4. Period of Performance: 5. Total Contract Amount: 6. Services Provided (Explain, in some detail, the type of services provided by the contractor): II. PERFORMANCE INFORMATION: When responding to the following statements, choose the number on the scale from 1 to 5 based on the corresponding adjective definitions described below which most accurately describes the Contractor s performance under the subject contract effort. If the statement is not applicable to the circumstance of this contract effort, circle N/A. The number correspond with the following adjective ratings: 1 2 3 4 5 UNSATISFACTORY MARGINAL SATISFACTORY VERY GOOD EXCEPTIONAL ADJECTIVE RATING DEFINITIONS: EXCEPTIONAL/HIGH CONFIDENCE. They are an exceptional firm in every respect. Problems were solved in a spirit of teamwork. Quality work, timely actions, and complete documentation were routinely achieved. We would pay premium prices to contract with them again. Based on the offeror s performance record, essentially no doubt exists that the offeror will successfully perform the required effort. VERY GOOD/SIGNIFICANT CONFIDENCE: They were a very good Contractor with whom we would not hesitate to enter into another contract. Problem encountered were minor and solutions were found with little difficulty. The contractor was proactive and cooperative and clearly showed concern for performance and customer satisfaction. Based on the offeror s performance record, little doubt exists that the offeror will successfully perform the required effort. SATISFACTORY/CONFIDENCE. They were a satisfactory Contractor who met the minimum requirements of the contract. Performance deficiencies improved when identified by the Government. Although rework/warranty issues were performed, an aggressive inspection program was required to ensure compliance. Based on the offeror s performance record, some doubt exists that the offeror will successfully perform the required effort. MARGINAL/LITTLE CONFIDENCE: They were a marginal Contractor. Numerous problems developed that were a result of their lack of cooperation and failure to perform work, as required. Based on the offeror s performance record, substantial doubt exists that the offeror will successfully perform the required effort. Changes to the offeror s existing processes may be necessary in order to achieve contract requirements. UNSATISFACTORY/NO CONFIDENCE: They were an unsatisfactory Contractor. We would not want to contract with this firm under any circumstances. Based on the offeror s performance record, extreme double exists that the offeror will successfully perform the required action. THE CONTACTOR 1. Developed realistic delivery schedules, met established project schedules, and conformed to contract requirements. 1 2 3 4 5 N/A COMMENTS/REMARKS _________________________________________________________________________________________ 2. Provided experienced managers and supervisors with the technical and administrative abilities needed to meet contract requirements. Demonstrated ability to replace personnel. If necessary, without delay or impact to contract performance. 1 2 3 4 5 N/A COMMENTS/REMARKS _________________________________________________________________________________________ 3. Utilized quality and dependable supplies 1 2 3 4 5 N/A COMMENTS/REMARKS _________________________________________________________________________________________ 4. Provide effective quality control which resulted in supplies/services being delivered/performed in accordance with the provisions of the contract. 1 2 3 4 5 N/A COMMENTS/REMARKS _________________________________________________________________________________________ 5. Identified problems as they occurred. Suggested alternative approaches to problems. Displayed initiative to solve problems. 1 2 3 4 5 N/A COMMENTS/REMARKS _________________________________________________________________________________________ 6. Required additional or clarification information at appropriate times to solve issues regarding contract performance customer satisfaction, or Contracting Officer needs. 1 2 3 4 5 N/A COMMENTS/REMARKS: _________________________________________________________________________________________ 7. Responded to emergency situations by promptly assessing the scope, providing accurate proposals, negotiating price and performance schedule, and timely performance in meeting customer needs. 1 2 3 4 5 N/A COMMENTS/REMARKS _________________________________________________________________________________________ 8. Provide timely, accurate, complete and reasonable prices on items that met the requirements of the project or modification. 1 2 3 4 5 N/A COMMENTS/REMARKS _________________________________________________________________________________________ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25619Q0083/listing.html)
- Record
- SN05206054-F 20190131/190129230044 (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 |