SOLICITATION NOTICE
H -- Health Physics Services
- Notice Date
- 8/13/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Veterans Affairs;Carl Vinson VA Medical Center;1826 Veterans Blvd.;Dublin GA 31021
- ZIP Code
- 31021
- Solicitation Number
- 36C24719Q0905
- Response Due
- 8/16/2019
- Archive Date
- 8/31/2019
- Point of Contact
- lasonja.harvey@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24719Q0905 Posted Date: 08/12/2019 Original Response Date: 08/12/2019 Current Response Date: 08/12/2019 Product or Service Code: H358 Set Aside: Total SDVOSB NAICS Code: 541690 CONTRACTING OFFICE ADDRESS Carl Vinson VA Medical Center, 1826 Veterans Blvd, Dublin Ga 31021 DESCRIPTION This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The acquisition procedures at FAR Part 13 are being utilized. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Department of Veterans Affairs intends to award a Firm -Fixed Price Contract for services to provide annual Radiation Safety Surveys for all equipment producing ionizing radiation and monthly monitoring of radiation badges for all badged employees as described in the Statement of Work (Attachment A). The North American Industry Classification System (NAICS) Code and size standard are 541690 and $15M respectively. This requirement is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). All Offerors must be registered in VIP under the applicable NAICS and active in the System for Award Management (SAM) at http://www.sam.gov with no active exclusions. PLACE OF PERFORMANCE Carl Vinson VA Medical Center, 1826 Veterans Blvd, Dublin Ga 31021 PRICE/COST SCHEDULE All eligible and interested vendors shall provide quotations for the CLINS below using the Price/Cost Schedule Attachment B. Please read the SOW (Attachment A) carefully before providing your quotes. PERIOD OF PERFORMANCE Base Year 1 Oct 2019 thru 30 Sep 2020 Option year 1 1 Oct 2020 thru 30 Sep 2021 Option year 2 1 Oct 2021 thru 30 Sep 2022 Option year 3 1 Oct 2022 thru 30 Sep 2023 Option year 4 1 Oct 2023 thru 30 Sep 2024 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 (01-22-2019). Provisions and clauses incorporated by reference or attached have the same force and effect as if they were given in full text. The full text of the Federal Acquisitions Regulations (FAR) can be accessed on the internet at http://www.acquisition.gov/far and full text of the Veterans Affairs Acquisition Regulations (VAAR) can be accessed at http://www.va.gov/oal/library/vaar/. 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2018) This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation for any amendments. The North American Industry Classification System (NAICS) Code and size standard are 541690 and $15M respectively. This requirement is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). All Offerors must be registered in VIP under the applicable NAICS and active in the System for Award Management (SAM) at http://www.sam.gov with no active exclusions. QUESTIONS. Any questions regarding the solicitation MUST be emailed to Lasonja.harvey@va.gov no later than August 14, 2019, 1:00 PM EDT. No questions will be accepted after this deadline. Response to all questions submitted before the deadline will be posted in an Amendment to the solicitation at http://fbo.gov/ no later than August 15, 2019 at 12:00 PM EDT. The solicitation number must be included on all documents and correspondence. OFFERS. All documents submitted for consideration must include the Solicitation Number and Title and be submitted in a single email to Lasonja.harvey@va.gov no later than 2:00 PM (EDT) on August 16, 2019. Pricing information must be submitted using Attachment B -Price Cost Schedule and must be include any shipping/delivery charges. 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) The Government will award a firm-fixed price contract, resulting from this solicitation on the basis of the lowest evaluated price of the offers meeting the acceptability standards for nonprice factors, to the responsible offeror whose quote confirming to the solicitation will be most advantage to the Government. To be considered technically acceptable, the Contractor must meet the appropriate Qualification factor as follow: (a) the Contractor shall provide documentation that diagnostic medical physicists that support CT services have board certification in diagnostic radiologic physics, OR (b) radiologic physics by the American Board of Radiology, OR (c) in Diagnostic Imaging Physics by the American Board of Medical Physics, OR (d) in Diagnostic Radiological Physics by the Canadian College of Physicists in Medicine, OR (e) meet all of the following requirements: A graduate degree in physics, medical physics, biophysics, radiologic physics, medical health physics, or a closely related science or engineering discipline from an accredited college or university Formal graduate-level coursework in the biological sciences with at least one course in biology or radiation biology and one course in anatomy, physiology, or a similar topic related to the practice of medical physics Documented experience in a clinical CT environment conducting at least 10 CT performance evaluations under the direct supervision of a board-certified Medical Physicist Failure to meet any of the Qualification requirements will result in a Unacceptable technical rating and eliminate the offeror from further consideration for contract award. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. (End of Evaluation Criteria) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Number Title Date 52.217-8 OPTION TO EXTEND SERVICES NOV 1999 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 2000 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE JUL 2016 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE JUL 2018 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2018 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS ALTERNATE II (JAN 2019) MAY 2019 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS OCT 2018 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): http://www.acquisition.gov/far and http://www.va.gov/oal/library/vaar/. FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS OCT 2018 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS JAN 2008 (End of Provision) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. The Department of Labor Wage Determination applicable to this requirement is: WD 15-4471 (Rev -10) dated 07/10/2018. Descriptions for the occupations for this requirement and determining the appropriate wage determinations are the responsibility of the contractor, and the offeror is encouraged to coordinate with the Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor s determination of the appropriate classification. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-AUG-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/DuVAMC557/DuVAMC557/36C24719Q0905/listing.html)
- Place of Performance
- Address: Carl Vinson VA Medical Center;1826 Veterans Blvd.;Dublin
- Zip Code: 31021
- Country: USA
- Zip Code: 31021
- Record
- SN05403379-F 20190815/190813230036 (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 |