MODIFICATION
Z -- 589A6-21-212, BLDG 160 WALK-IN REPLACEMENT REFRIG UNITS
- Notice Date
- 6/20/2019
- Notice Type
- Modification
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- 36C25519R0070
- Response Due
- 7/30/2019
- Archive Date
- 10/28/2019
- Point of Contact
- 913-946-1969
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The previous evaluation selection factors and instructions are changes to the following: PROPOSAL SUBMITTAL INSTRUCTIONS FOR BEST VALUE COMPETITION DESIGN BUILD SPECIFICATIONS SOLICITATION: 36C25519R0070 PROJECT: 589A6-21-212: Replace Building 160 Kitchen Walk-In Refrigeration Units: - DESIGN BUILD LOCATION: Department of Veteran Affairs, Dwight D. Eisenhower VA, Leavenworth, Kansas 66048 1. PREPARATION AND SUBMITTAL OF PROPOSALS a. GENERAL INFORMATION. This procurement is a two (2) Phase Design/Build, In Accordance With (IAW) FAR Part 36.3. One solicitation will be issued covering both phases. In Phase One, proposals will be evaluated to determine which offerors will be submitting proposals in Phase Two. The CO will notify all Phase Two offerors of their status via contract solicitation amendment. Selection of an offeror for contract award will be made at the conclusion of Phase Two based on an assessment of each Phase Two offeror s response to the Request for Proposal (RFP). The Request for Proposals (RFP) solicitation is based on the Best Value Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1 Tradeoff Process, the VA will make the award to the best value evaluated proposal meeting or exceeding the acceptability standards for the evaluation factor and significant sub-factors in the solicitation. See section 6 EVALUATION CRITERIA in this document for specific requirements of the Phase 1 and Phase 2 requirements listed: a). Phase One: Performance Capability Evaluation All evaluation factors for Phase One are equally important. All sub-factors are equally important. The following Four (4) evaluation factors 1-4 will be used to determine the performance capability in Phase One: 1. Relevant Past Performance (Both Design and Construction); 2. Technical Construction Experience of Prime Contractor 3. Technical Qualifications of Proposed Staffing 4. Technical Qualifications of Proposed Design Firm (SF330) b). Phase Two: Technical and Price Evaluation In Phase Two, all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. All sub-factors for Phase Two are equally important. In Phase Two, the following four (4) Factors, 5-8, will be evaluated. Offerors will submit responses relative to these four factors only if notified by the Contracting Officer (CO) to do so at the conclusion of Phase One. 5. Technical Qualifications of Proposed Staffing 6. Design/Build Team Solution (Concept design) 7. Provide Contractor Safety Plan 8. Price c). The Government intends to award a contract using competitive negotiation to one (1) contractor whose offer conforms best to the solicitation and is the most advantageous to the Government, price and other factors considered. The Best Value is the most advantageous offer, price and other factors considered, and consistent with the Government s stated importance of evaluation criteria. This may result in award being made to a high-rated, higher-priced offeror where the Contracting Officer determines that the Technical capability of the higher-priced offeror outweighs the price difference. To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award and being considered non-responsive. The solicitation of 36C25519R0070 PROJECT: 589A6-21-212: Replace Building 160 Kitchen Walk-In Refrigeration Units: - DESIGN BUILD covers both phases, Phase One and Phase Two, for this design-build project. Proposals will be evaluated in Phase One to determine which Offerors will submit proposals for Phase Two. After evaluating Phase One proposals; the VA will select up to a maximum of five of the most highly qualified offerors from Phase One to submit Phase Two proposals. Do not submit Phase Two proposals unless specifically instructed by the Contracting Officer. b. RELATIVE IMPORTANCE OF EVALUATION FACTORS: All evaluation factors for Phase One are equally important. All sub-factors are equally important. In Phase Two, all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. All sub-factors for Phase Two are equally important. Offerors should address, in detail, their Technical Capabilities by describing their proposed approach to each factor. All factors will be considered based solely on the proposal provided, to the extent in which the proposal demonstrates a clear understanding of the requirements, and the contractor s ability to meet those requirements. NOTE: There is a realistic possibility that some offerors may choose to submit the same construction project as a qualifying example for both the past performance and the technical experience evaluation factors. This is not prohibited, but the supporting documentation must demonstrate that the submitted projects absolutely do comply with the specific minimal requirements, identified below, for each separate evaluation factor. NOTE: Failure to comply with the RFP requirements will raise serious questions regarding an Offeror s technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award. 2. THE OFFER. The submission of the documentation specified below will constitute the Offeror s acceptance of the terms and conditions of the RFP, including the Plans & Specifications for the construction of this project. These instructions prescribe the format for the proposal,and describe the approach for the development and presentation of proposal data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of proposals. 3. AWARD BASED ON INITIAL OFFERS. Pursuant to clause 52.215-1 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 qualifications standpoint. The VA reserves the right to conduct discussions if the Contracting Officer later determines such discussions to be necessary. 4. NUMBER OF COPIES TO SUBMIT. (a). Phase 1- Prospective offerors shall submit a SINGLE PACKAGE proposal in one binder along with a CD of the proposal content, by the due date and time to the following location: NCO 15 Contracting Office 3450 S 4th Street Leavenworth KS 66048 Attention: Timothy Fitzgerald The Phase 1 package shall include One (1) submittal marked: (1) PHASE 1: ORIGINAL - RESPONSE TO RFP 36C25519R0070, One (1) file will be marked Technical Project #589A6-21-212 Replace Building 160 Kitchen Walk-In Refrigeration Units - DESIGN BUILD- Company Name. (2) Responses to the Four (4) Phase 1: Performance Capability Evaluation factors listed below in para 6. (b) Phase 2- Prospective offerors selected from Phase One shall submit a SINGLE PACKAGE proposal in two separate binders along with a CD of the proposal content by the due date and time for Phase Two RESPONSE TO RFP 36C25519R0070 Project #589A6-21-212 Replace Building 160 Kitchen Walk-In Refrigeration Units to the following location: NCO 15 Contracting Office 3450 S 4th Street Leavenworth KS 66048 Attention: Timothy Fitzgerald (1) The Phase Two package shall consist of one (1) original signed copy for each of the two separate binders One (1) file will be marked Technical, the specific contents of binders are detailed below in para 6. The prospective offerors will be notified by amendment to provide Phase Two information. (2) Responses to the Four (4) Phase 2: Performance Capability Evaluation factors 5-8 listed below in para 6. (3) Phase Two Only One (1) binder containing the pricing information for each Bid item as indicated on the price schedule. This file should also include the bid schedule and the Calculation of Self-Performed/Subcontracted Work. Offerors shall submit a SINGLE PACKAGE for each phase to the address shown in Block 8 of the Standard Form 1442. The package shall include: This envelope is to contain the signed original copy (1) of the documents listed below; and one electronic copy on a CD. Files must be readable using Microsoft Office 2007, Work, Excel, PowerPoint, PDF, or Access. Scanner resolutions must be set at least 200 dots per inch (dpi) when submitting files in Adobe PDF. If submitting in PDF, please create as Word and then save as PDF (scanning documents greatly increases the memory used). Ensure that attachments are less than 20 Megabytes. When splitting up the attachment, be sure to identify on the email subject line, i.e., R-0070/ABC Company/1 of 4. Note: Zip files are not acceptable. It is incumbent upon the offeror to ensure that their proposal is received by the due date and time. 5. DOCUMENTS TO SUBMIT. Submit the proposal response by mail or in person to the address listed in Block 8 of the Standard Form 1442 containing the technical and price information by the request due date: a. STANDARD FORM 1442. Submit the SF 1442 issued under this solicitation, with Blocks 10 (DUNS Number) and Blocks 14 through 20 properly filled-out by the Offeror. Include acknowledgment of any and all Amendments that may have been issued, either by: (1) listing them in Block 19 of the SF 1442, or (2) including copies of the Amendment document(s) (Standard Form 30) with Blocks 8 and 15 filled in and signed, or (3) including signed acknowledgement in the form of a separate letter that includes a reference to the solicitation and amendment numbers. NOTE: Failure to acknowledge any and all Amendments issued pursuant to this solicitation may be cause for rejection of your offer. PROPOSAL DUE DATE: List Date and time Thursday July 18, 2019 at 2:00 pm CST (Submit pricing and all documentation to the address in block 8 of the SF 1442. PROPOSAL SUBMITTAL CONTENTS SHALL INCLUDE: Signed copy of the SF1442 (front and back) with amendments Calculation Worksheet for Self-Performed and Subcontracted Work Contractor Certification Regarding Safety and Environmental Bid Bond (if applicable) * Original copies of required Payment and Performance bonds (when required) Calculation Worksheet for Self-Performed and Subcontracted Work Contractor Certification Regarding Safety and Environmental Any other information called out by this request for proposal documents One hard/paper copy and one CD copy. The technical proposal shall be in one volume and the pricing proposal shall be in a separate volume and include the bid schedule, and the Calculation for Self-Performed and Subcontracted Work. b. OFFER GUARANTEE (BID BOND). In accordance with solicitation provision 52.228-1, Bid Guarantee, failure to furnish a bid guarantee, in the proper form and amount, by the deadline established for submitting offers, may be cause for rejection of the offer. c. DOCUMENTATION OF TECHNICAL ACCEPTABILITY. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15.101-1 Tradeoff Process for Best Value. The following acceptability standards for the evaluation factor and significant sub-factors in the solicitation will be used as the basis for determining Performance Capability and Technical Acceptability in Phase One: 1) Relevant Past Performance (Both Design and Construction); 2) Technical Construction Experience of Prime Contractor; 3) Technical Qualifications of Proposed Staffing, 4) Technical Qualifications of the Proposed Design Firm (SF330s); Technical Qualifications of Proposed Staffing and Prime Contractor Safety Plan. In Phase Two: four additional factors (5-8) will comprise volume one and all the required bid paperwork in volume two. The additional four factors are: 5) Technical Qualifications of Proposed Staffing, 6) Design/Build Team Solution (Concept Design), 7) Prime Contractor Safety Plan and 8) Price NOTE: There is a realistic possibility that some offerors may choose to submit the same construction project as a qualifying example for both the past performance and the technical experience evaluation factors. This is not prohibited, but the supporting documentation must demonstrate that the submitted projects absolutely do comply with the specific minimal requirements, identified below, for each separate evaluation factor. 6. EVALUATION CRITERIA Phase One: FACTOR 1: RELEVANT PAST PERFORMANCE BOTH DESIGN AND CONSTRUCTION To be evaluated to determine if an offeror s past performance is Technically Acceptable, Offerors should identify no less than ONE (1), and no more than THREE (3), previously-awarded, and completed construction contracts involving a similar Refrigeration Unit Design and Installation, which were issued by either: Federal, State, or Local Government Agencies; and/or Private Organizations. To be evaluated as Relevant Past Performance, the construction contracts submitted by offerors must involve: 1. Work performed as a General/Prime contractor on Refrigeration Unit Design and Installation construction project which was equal to, or greater than $500,000.00; 2. Work that was 100% completed within a time period of no more than FIVE (5) years prior to the date of submitting this proposal. If the contract/work is incomplete, or was completed more than five years prior to the date of submitting this proposal, it will not be deemed relevant and will not be considered. 3. Design Experience: The Architect/Engineer shall demonstrate not less than two (2) but no more than four (4) examples of past experience in design and the Contractor shall demonstrate not less than two (2) but no more than four (4) examples of past experience in construction. 4. Relevant past performance must be determined to have been satisfactory or better in order to be considered Technically Acceptable for this solicitation. For each of the submitted Relevant Past Performance contracts, provide the following information: (a) The name of the construction contract, and the contract ID number; (b) The name of the contracting agency or organization the contract was awarded by; (c) The date of the construction contract award, and the contract award amount in dollars; (d) The date of the construction contract completion, and the final contract amount, in dollars; (e) A brief description of the construction contract scope of work; and (f) Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). SPECIAL NOTE for Offerors That May Lack Past Performance Information: In accordance with FAR Part 15.305(a)(2), in the case of an offeror that is 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. Such offerors may submit relevant past performance information regarding: predecessor companies; key personnel who have relevant experience; or subcontractors that will be performing major or critical aspects of this requirement; provided that such information is relevant to the construction in this solicitation. Offerors may provide information on problems encountered on the identified contracts and the offeror s corrective actions. The government also reserves the right to consider past performance information from all available sources, in addition to any information submitted by offerors. FACTOR 2: TECHNICAL CONSTRUCTION EXPERIENCE OF PRIME CONTRACTOR. To be Technically Acceptable, offerors must provide evidence that they have the technical qualifications and experience needed to meet the technical performance requirements of this project. Offerors must submit no less than TWO (2) examples of their successful technical construction experience with projects that involved technical requirements similar to the requirements of this project. The construction project submitted must involve: 1. Work as a prime or subcontractor under the same NAICS code as this solicitation, which is 238220, Plumbing, Heating, and Air Conditioning Contractors. 2. Work of a dollar magnitude equal to, or greater than $500,000.00. 3. Work where the offeror self-performed at least TWENTY-FIVE percent (25%) of the cost of the project labor performed on site, using the offeror's own employees. If offering subcontracted work as proof of technical construction experience, offerors must submit evidence that at least TWENTY-FIVE percent (25%) of the cost of the subcontracted project labor performed on site was from the offeror's own employees. 4. Work that was of a similar nature to the scope of work for this project. This is defined as work performed at an active and occupied Hospital or Medical Facility. If an offeror chooses to submit experience that was not conducted at an active and occupied medical clinic, they must explain how the nature and complexity of the work conducted involved technical construction requirements equivalent to that described in the Plans & Specifications of this solicitation. For each of the submitted Technical Construction Experience projects, provide the following information: (a) The name of the construction contract, and the contract ID number; (b) The name of the contracting agency or organization the contract was awarded by; (c) The date of the construction contract award and the contract award amount in dollars; (d) The date of the construction contract completion, and the final contract amount, in dollars; (e) ) A brief description of the construction contract scope of work. (f) Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). (g) A brief description of the construction project scope of work, which explains how the project involved work as a prime contractor under NAICS Code 238220 involving construction work that was technically similar to the project work under this Solicitation. FACTOR 3: TECHNICAL QUALIFICATIONS OF PROPOSED STAFFING. To be Technically Acceptable, qualified offerors must submit a detailed resume of each key individual. This will be evaluated to determine if they have the appropriate technical training and or previous construction experience to meet the technical requirements of a project of this nature. No one individual can perform more than two of the staffing positions below: Project Manager Must have a minimum of 5 years of experience as a project manager must provide a minimum of 3 projects with similar scope of this project. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; The date of the construction contract award and the contract award amount in dollars; The date of the construction contract completion, and the final contract amount, in dollars; A brief description of the construction contract scope of work; Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). Quality Control Manager Provide a minimum of 3 projects with similar scope to this project that they have acted as the QC Manager for. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; and the date of the construction contract award. A brief description of the construction contract scope of work and the QC program that was implemented. Identify at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). (c) Safety Officer Must provide a list of safety training including, at a minimum: life safety, excavation safety, scaffold safety, OSHA 30, fall protection training, crane/rigging safety with a minimum of 5 years of experience as a safety officer. Provide a minimum of 3 projects with similar scope of this project. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; a brief description of the construction contract scope of work and how the safety program was implemented. Identify at least one point-of-contact at the organization that awarded the submitted contract including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). (d) Site Superintendent Must have minimum of 5 years of experience as a site superintendent and must have OSHA 30 training. Provide at least 3 projects as a site superintendent with similar scope to this project. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; The date of the construction contract award and the contract award amount in dollars; The date of the construction contract completion, and the final contract amount, in dollars; A brief description of the construction contract scope of work; and Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). Special Note: During the period of performance of the Contract, the Contractor shall make NO substitutions of the Staffing unless the substitution is necessitated by illness, death, or termination of employment. The contractor shall notify the contracting officer, in writing within five (5) calendar days after the occurrence of any of these events. Any replacement of Staffing shall have equal or better qualifications subject to the approval of the Contracting Officer. FACTOR 4. TECHNICAL QUALIFICATIONS OF PROPOSED DESIGN FIRM (SF330). DESIGN TEAM: Resumes of the Design Team Leaders in each discipline shall also be required. To be Technically Acceptable the Offeror shall submit information regarding their design team by providing all the information requested on SF330 and the information listed below. The proposed design team shall, as a minimum, be comprised of the following discipline: Civil Engineer Structural Engineer Architect Electrical Engineer Mechanical Engineer Plumbing Engineer It may be necessary for the firm to consult with other relevant disciplines. (1) Full name (2) Years of construction and/or design experience (3) Professional backgrounds (4) Professional and/or contractor s licenses (Reg. number, State, & year or other relevant credentials/education) (5) Length of service with your organization (6) Other companies employed by in the past including time frames (7) Project related experience including time frames and brief project descriptions, including any design build experience DESIGN TEAM LEADER: Criteria (must meet): The Design Team leader must be a must be a registered professional engineer with a least five (5) years of design lead experience. Phase Two FACTOR 5: TECHNICAL QUALIFICATIONS OF PROPOSED STAFFING. To be Technically Acceptable, qualified offerors must submit a detailed resume of each key individual. This will be evaluated to determine if they have the appropriate technical training and or previous construction experience to meet the technical requirements of a project of this nature. No one individual can perform more than two of the staffing positions below: Project Manager Must have a minimum of 5 years of experience as a project manager must provide a minimum of 3 projects with similar scope of this project. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; The date of the construction contract award and the contract award amount in dollars; The date of the construction contract completion, and the final contract amount, in dollars; A brief description of the construction contract scope of work; Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). Quality Control Manager Provide a minimum of 3 projects with similar scope to this project that they have acted as the QC Manager for. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; and the date of the construction contract award. A brief description of the construction contract scope of work and the QC program that was implemented. Identify at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). (c) Safety Officer Must provide a list of safety training including, at a minimum: life safety, excavation safety, scaffold safety, OSHA 30, fall protection training, crane/rigging safety with a minimum of 5 years of experience as a safety officer. Provide a minimum of 3 projects with similar scope of this project. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; a brief description of the construction contract scope of work and how the safety program was implemented. Identify at least one point-of-contact at the organization that awarded the submitted contract including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). (d) Site Superintendent Must have minimum of 5 years of experience as a site superintendent and must have OSHA 30 training. Provide at least 3 projects as a site superintendent with similar scope to this project. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; The date of the construction contract award and the contract award amount in dollars; The date of the construction contract completion, and the final contract amount, in dollars; A brief description of the construction contract scope of work; and Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). Special Note: During the period of performance of the Contract, the Contractor shall make NO substitutions of the Staffing unless the substitution is necessitated by illness, death, or termination of employment. The contractor shall notify the contracting officer, in writing within five (5) calendar days after the occurrence of any of these events. Any replacement of Staffing shall have equal or better qualifications subject to the approval of the Contracting Officer. FACTOR 6. DESIGN/BUILD TEAM SOLUTION (Concept Design) To be Technically Acceptable, qualified offerors must submit a detailed Design Team rendering of the project including drawings. FACTOR 7. PROVIDE CONTRACTOR SAFETY PLAN Offerors must provide a technically acceptable construction safety plan (Spec Section 01 35 26). (a) The contractor's Safety Plan shall be evaluated for their compliance with local/State/Federal rules and regulations and the company's consideration of safety of its employees and the general public. The contractor's Safety Plan, at the minimum, shall address their safety policy, commitment to safety, detailed disciplinary action to be taken with respect to employees violating safety requirements, personnel safety responsibilities, personnel safety training, personal protective equipment, accident / incident reporting procedure and investigations, emergency procedures guidelines, and their safety incentive plan. (b) The contractor s Safety Plan shall address their plan for completing all contract work on and around an active hospital without impacting patient care and completing all work in accordance with all construction documents and all local/State/Federal rules and regulations. FACTOR 8. PRICE PROPOSAL. Offerors must provide a price for each bid item. In addition, offerors shall include a breakdown of material and labor costs, by specification division for each bid item. Overhead, profit and bond costs shall be added after a subtotal of materials and labor costs has been calculated. Price is to be submitted in accordance with the instructions in Block 17 of the Standard Form 1442. Award will be made on base bid items 1 and 2. 3. BASIS OF AWARD. This is a best value source selection conducted in accordance with Federal Acquisition Regulation 15.101-1, Tradeoff Process. At the conclusion of Phase 1, all offerors will be notified, in writing, if they have or have not been selected to participate in Phase 2. Phase Two submittal instructions and associated timelines will be provided to all Offerors selected to participate in Phase 2. The price proposal is only to be presented in Phase 2, in a separate binder from the Phase 2 Technical Evaluation Factors 5-8. Note: Factors 1-6 should not be resubmitted in Phase 2 Under Phase 2, the Government will award this project to the Offeror who submitsthe best value, based on the evaluation of their technical offer and price. The Government will select the best overall offer, based upon an assessment of evaluation factors listed in the section entitled Evaluation Criteria. Contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, whose offer conforms to the solicitation s requirements (to include all stated terms, conditions, representations, certifications, and all other information required within the project specifications) and is judged by an overall assessment of the evaluation factors to represent the most advantageous offer to the Government. As part of making the assessment, a best value analysis will be performed determining whether exceeding the minimum requirements at an associated price provides the best value to the Government. As a basis for award, trade-offs between price and non-price factors are permitted. THEREFORE, THE GOVERNMENT RESERVES THE RIGHT TO AWARD TO OTHER THAN THE LOWEST PROPOSED PRICE. However, the degree of importance of price as a factor in determining award could become greater depending upon the equality of the offers evaluated in the non- price factors. The greater the equality of offers within the non- price factors, the more important price becomes in selecting the best value to the Government. Award for all the work. The Government intends to award one, firm fixed price, contract as a result of this solicitation. Offers received for less than the stated number of items listed in the schedule will be considered ineligible for award. As set forth in 52.212-2(g), the Government intends to evaluate offers and award a contract without discussions with offerors; therefore, the offeror s initial offer 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JUN-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/LeVAMC/VAMCKS/36C25519R0070/listing.html)
- Place of Performance
- Address: Dwight D. Eisenhower;VA Medical Center;4101 S 4th Street Trafficway;Leavenworth, KS
- Zip Code: 66048
- Country: USA
- Zip Code: 66048
- Record
- SN05348279-F 20190622/190620230111 (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 |