SOLICITATION NOTICE
Z -- VISN 5 Emergency Restoration and Disaster Remediation - VA Maryland Health Care System
- Notice Date
- 4/22/2025 4:57:03 AM
- Notice Type
- Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525Q0451
- Response Due
- 5/22/2025 7:00:00 AM
- Archive Date
- 06/30/2025
- Point of Contact
- Robert O'Keefe Jr., Phone: 410642241125481
- E-Mail Address
-
robert.okeefejr@va.gov
(robert.okeefejr@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- *IMPORTANT* - Pay special attention to the details in the solicitation and read all attachments NOTE: Failure to complete any of the steps in the solicitation can result in your quote being removed from evaluations and considered incomplete. Introduction: The VA Capitol Health Care Network 5 (VISN 5) consists of medical center facilities located in Washington, D.C., Maryland, and West Virginia and their respective Community Based Outpatient Clinics. VISN 5 seeks to procure a VISN-WIDE Emergency Restoration and Disaster Remediation Services contract to keep providing a safe work environment for its patients and employees. Type of award: As described in FAR 16.503 the contract will be awarded as a five-year (5) Indefinite Delivery Requirements Contract (IDRC). With five (5) individual pricing periods. Task orders shall be issued in accordance with the ordering clauses and by the individuals or activities designated in the schedule. Award Basis: The RFQ will be using the procedures IAW FAR 13.106-2(b)(3) - Contracting offices may conduct comparative evaluations of offers. The Government will issue an award to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The following factors shall be used to evaluate quotations � the order of importance is 1-4: Technical or Quality Past Performance Veterans Status in accordance with VAAR 852.215-70 Price Solicitation and Attachments: See attached document: 36C24525Q0451_ can edit. See attached document: ATTACHMENT 1_VA Maryland Health Care System Locations. See attached document: ATTTACHMENT 2_Supplemental Instructions to offerors. See attached document: ATTACHMENT 3_36C24525Q0451 LineItems. See attached document: ATTACHMENT 4_Mandatory Immigration Indemnity Verbiage. See attached document: ATTACHMENT 5_Contractor QCP Content Criteria.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0bb35fd7b69d40f8b8616e9b09facdeb/view)
- Place of Performance
- Address: Washington, DC 20422, USA
- Zip Code: 20422
- Country: USA
- Zip Code: 20422
- Record
- SN07417114-F 20250424/250422230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |