Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOLICITATION NOTICE

Q -- Contractor to furnish blood and blood componentsto the G.V. "Sonny" Montgomery VAMC, located inJackson, MS.

Notice Date
6/12/2008
 
Notice Type
Modification/Amendment
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Veterans Affairs, Alexandria VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Alexandria VA Medical Center;2495 Shreveport Highway;Pineville LA 71306
 
ZIP Code
71306
 
Solicitation Number
VA-256-08-RP-0128
 
Response Due
6/16/2008
 
Archive Date
6/26/2008
 
Point of Contact
George (Bud) Holman
 
Small Business Set-Aside
N/A
 
Description
(C) If a prime Contractor and/or subcontractor is performing work for more than one executive agency, a separate report shall be submitted to each executive agency covering only that agency's contracts, provided at least one of that agency's contracts is over $550,000 (over $1,000,000 for construction of a public facility) and contains a subcontracting plan. For DoD, a consolidated report shall be submitted for all contracts awarded by military departments/agencies and/or subcontracts awarded by DoD prime Contractors. However, for construction and related maintenance and repair, a separate report shall be submitted for each DoD component.(D) For DoD and NASA, the report shall be submitted semi-annually for the six months ending March 31 and the twelve months ending September 30. For civilian agencies, except NASA, it shall be submitted annually for the twelve month period ending September 30. Reports are due 30 days after the close of each reporting period. (E) Subcontract awards that are related to work for more than one executive agency shall be appropriately allocated. (F) The authority to acknowledge or reject SSRs in eSRS, including SSRs submitted by subcontractors with subcontracting plans, resides with the Government agency awarding the prime contracts. (ii) Reports submitted under a commercial plan (A) The report shall include all subcontract awards under the commercial plan in effect during the Government's fiscal year. (B) The report shall be submitted annually, within thirty days after the end of the Government's fiscal year. (C) If a Contractor has a commercial plan and is performing work for more than one executive agency, the Contractor shall specify the percentage of dollars attributable to each agency from which contracts for commercial items were received. (D) The authority to acknowledge or reject SSRs for commercial plans resides with the Contracting Officer who approved the commercial plan. (iii) All reports submitted at the close of each fiscal year (both individual and commercial plans) shall include a Year-End Supplementary Report for Small Disadvantaged Businesses. The report shall include subcontract awards, in whole dollars, to small disadvantaged business concerns by North American Industry Classification System (NAICS) Industry Subsector. If the data are not available when the year-end SSR is submitted, the prime Contractor and/or subcontractor shall submit the Year-End Supplementary Report for Small Disadvantaged Businesses within 90 days of submitting the year-end SSR. For a commercial plan, the Contractor may obtain from each of its subcontractors a predominant NAICS Industry Subsector and report all awards to that subcontractor under its predominant NAICS Industry Subsector. (End of Clause) Alternate II (Oct 2001). As prescribed in 19.708(b)(1), substitute the following paragraph (c) for paragraph (c) of the basic clause: (c) Proposals submitted in response to this solicitation shall include a subcontracting plan, that separately addresses subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. If the offeror is submitting an individual contract plan, the plan must separately address subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns with a separate part for the basic contract and separate parts for each option (if any). The plan shall be included in and made a part of the resultant contract. The subcontracting plan shall be negotiated within the time specified by the Contracting Officer. Failure to submit and negotiate a subcontracting plan shall make the offeror ineligible for award of a contract. SECTION DCONTRACT DOCUMENTS, EXHIBITS, OR ATTAC HMENTS SOURCE SELECTION SENSITIVE FOR OFFICIAL USE ONLY PAST PERFORMANCE QUESTIONNAIRE Solicitation VA-256-08-RP-0128 Contractor: Prime or Subcontractor: Contract Number: Contract Type (fixed price, cost plus fixed fee, cost plus award fee, etc): Period of Performance: Contract Value: Description of Service: RESPONDENT INFORMATION: Name: Office Symbol and Organization Phone: (Commercial) Agency name and address: Fax Number and E-mail Address: Position Title and Grade: Date Questionnaire Completed: The YES/NO questions should be supplemented with explanatory narrative if answered YES. Please fill in the blank with the appropriate letter from the list below: E Excellent Performance significantly exceeds all contractual requirements to the Governments benefit. The contractual performance of the element or sub-element being assessed was accomplished without need for corrective actions. V Very Good: Performance meets all contractual requirements and exceeds some to the Governments benefit. The contractual performance of the element or sub-element being assessed was accomplished with only infrequent, minor problems for which corrective actions taken by the contractor were highly effective. S Satisfactory: Performance meets minimum contractual requirements. The contractual performance of the element or sub-element being assessed contains occasional minor problems for which corrective actions taken by the contractor were acceptable. M Marginal: Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects problems for which the contractors proposed actions were only marginally effective. U Unsatisfactory. Performance does not meet most contractual requirements. The contractual performance of the element or sub-element contains serious problems for which the contractors corrective actions were unacceptable. MANAGEMENT 1. Overall Management performance. ___________________________________ 2. Subcontract management. ___________________________________ 3. Effective communication. ___________________________________ 4. Government property control. ___________________________________ 5. Appropriate number of personnel for the services provided. ___________________________ 6. Appropriate experience/mix of skills for services provided. ____________________________ 7. Appropriate employee competency levels. ___________________________________ 8. Ability to effectively control the entire contract effort. ________________________________ 9. Contract start-up (mobilization) transition. ___________________________________ 10. Working relationship with the Government. ___________________________________ 11. Responsiveness to government requirements. ___________________________________ 12. Knowledge/expertise demonstrated by contractor personnel. __________________________ 13. Ability to simultaneously manage multiple projects with multiple disciplines. _____________ 14. Ability to assimilate and incorporate changes in requirements and/or priority. _____________ 15. Ability to identify problems in (a) Management (relative to the contract) ___________________________________ (b) Personnel (quantity and/or quality) ___________________________________ (c) Scheduling Projects ___________________________________ (d) Quality Control ___________________________________ 16. Willingness to resolve the above problems in (a) Management (relative to the contract) ___________________________________ (b) Personnel (quantity and/or quality) ___________________________________ (c) Scheduling Projects ___________________________________ (d) Quality Control ___________________________________ 17. Ability to resolve the above problems in (a) Management (relative to the contract) ___________________________________ (b) Personnel (quantity and/or quality) ___________________________________ (c) Scheduling Projects ___________________________________ (d) Quality Control ___________________________________ 18. To your knowledge, has contractor had any contracts terminated for default? ______ (If YES, please explain in REMARKS). 19. Has your organization ever elected to not exercise an option due to contractors poor performance? ______ (If YES, please explain in REMARKS). 20. What do you think was the Contractors strongest management attribute and why? 21. What was the Contractors weakest management attribute and why? Did the Contractor correct, or attempt to correct the weakness? QUALITY 22. Contractors accomplishment in meeting the quality standards for Technical Performance. ______ 23. Were modifications issued due to contractor failure to meet technical requirements and/or delivery cost schedules? ______ (If YES, please explain in REMARKS). 24. Has a cure notice ever been issued? ______ (If YES, please explain in REMARKS). 25. Has a show-cause letter ever been issued? ______ (If YES, please explain in REMARKS). 26. Quality of services. ______ 27. Compliance with accepted Quality Control Plan. ______ SAFETY 28. Adherence to all safety regulations and accepted safety plan. ______ 29. Have there been any safety violations/serious accidents? ______ (If YES, please explain in REMARKS). FINANCIAL MANAGEMENT 30. Have there been any indications that the contractor has experienced financial problems? ______ (If YES, please explain in REMARKS). 31. Has there been any indication that the contractor failed to plan/obtain adequate funding for your contract? ______ (If YES, please explain in REMARKS). COST 32. Ability to meet the terms of the contract within the contractually-agreed price(s). ______ 33. Have there been any disputes/claims relative to the contract? ______ (If YES, please explain in REMARKS). 34. Have contract concessions/changes ever been made due to contractors failure to accurately estimate costs? ______ (If YES, please explain in REMARKS). GENERAL 35. Contractors overall cooperation. ______ 36. Contractors overall performance. ______ 37. Would you award similar contracts to this contractor? ______ (If NO, please explain in REMARKS). REMARKS: SECTION E--PROVISIONS 1. The attached Instructions to Offerors, following Provision 52.212-1 is added: Additional Instructions to Offerors 1. Proposals are to consist of 4 components as listed below: a. Technical and management capability b. Past Performance c. Subcontracting d. Price * An original and 2 (two) copies are required. Proposals are to be returned to: Department of Veteran Affairs Attn: George (Bud) Holman (90C) PO Box 69004 Alexandria, LA 71306-9004 Proposals are due by the date/time specified in block 8 of Standard Form 1449 See 52.212-1(f) Instructions to Offerors Commercial Items for instructions concerning late submissions, modifications, revisions, and withdrawals of offers. ***PROPOSALS SUBMITTED BY FAX OR E-MAIL WILL NOT BE ACCEPTED*** 2. TECHNICAL AND MANAGEMENT PROPOSAL CONTENT --- Proposals should include a summary narrative of the company; management structure and policies and procedures; and how the work required under the contract scope of work will be accomplished including a discussion of quality control and/or policies. Detail prior experience in providing services/supplies similar to those required by this solicitation. Emphasis shall be placed upon prior contractual experience that is the same as or equivalent to that required by this solicitation. The offerors description of prior contractual experience shall include a description of the type of work performed. Offerors may provide copies of the contract technical requirements to illustrate the type of work. 3. PAST PERFORMANCE --- The offeror shall submit a description of contracts (prime and major subcontractors) performed, or awarded in the past three (3) calendar years which are relevant to the efforts required by this solicitation. Major subcontractors are defined as those intended to perform critical contract function, and/or whose annual subcontract revenue is expected to exceed ten percent (10%) of the anticipated prime contract revenue. Information required: Contract Descriptions. This section shall include the following contract information in the following format: Contract/Order Number and Award date. Contract / Order Type. (e.g., indefinite delivery/ indefinite quantity (IDIQ), firm fixed price (FFP), time & material (T&M) labor-hour (LH), Cost Reimbursement. Contract / Order Total Dollar Value. Initial and final or projected final, if contract is ongoing. For projects under IDIQ contracts, include total capacity and give the actual amount of money obligated. Contract/ Order Period of Performance. Indicate, by month and year, the start and completion, or ongoing, dates for the project Procuring Contracting Officers name, address, phone number, Fax number and email address Administrative Contracting Officers (if different from the above) name, Address, phone number, FAX number and email address Government (Customer) Technical POCs (Contracting Officers Representative): name, address, phone number, FAX number and email address Discussion of the contract scope of work and services/supplies provided. Offerors are reminded that both independent data and data provided by offerors in their proposals may be used by the Government to evaluate offeror past performance. Since the Government may not necessarily interview all the sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. The Government does not assume the duty to search for data to cure problems it finds in the proposal. The burden of providing thorough and complete Past Performance information remains with the offerors. Past Performance Questionnaire. For all contracts identified, a Past Performance Questionnaire should be completed and submitted. The offeror shall complete the heading information of the Past Performance Questionnaire and email/mail the questionnaire to previous customers. All points of contact shall be instructed to complete the questionnaire and return via email to george.holman@va.gov or mail at the address below for receipt by the date listed in block 8 of standard form 1449. Department of Veteran Affairs Attn: George (Bud) Holman (90C) PO Box 69004 Alexandria, LA 71306-9004 If an offeror has no relevant past performance history, the offeror must affirmatively state that it possesses no relevant directly related or similar past performance. 4. SUBCONTRACTING. See FAR 52.219-9 Alternate II -- Small Business Subcontracting Plan. This requirement does not apply to small business concerns. 5. PRICING PROPOSAL CONTENT --- Your pricing proposal shall consist of the following basic components: a. Fully completed Standard Form (SF1449) and Pricing schedule for base period and option periods. b. Fully completed provision 52.212-3 Offeror Representations and Certifications. 2. Provision E.2 is changed from: The Government contemplates award of a (Firm Fixed Price, Indefinite Quantity) contract resulting from this solicitation. to: The Government contemplates award of a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from this solicitation. 3. Provision E.8 is deleted in its entirety and is replaced by the following: E.8 52.212-2 EVALUATIONCOMMERCIAL ITEMS (JAN 1999) (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: Technical, past performance, subcontracting (FAR 52.219-9 Alternate II), and price. Technical is more important than past performance. Past performance is more important than subcontracting. Subcontracting is more important than price. When combined, all factors are significantly more important than 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 offers 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) Evaluation and Selection Procedures. 1. Selection of a Contractor will be made by an integrated assessment of the proposals submitted and in light of the following criteria. The integrated assessment will involve a determination by the Government of the overall merit of each offerors proposal, recognizing that subjective judgment on the part of the Government evaluators is implicit in the entire process. All offerors proposals will be evaluated for technical quality and quantity and assigned an adjectival rating based upon the criteria set forth herein. A price analysis will be performed. If no award on initial offers, then the procedures of FAR Subpart 15.3-Source Selection will be followed in making a recommendation for award which will be provided to the Contracting Officer as a basis for final determination. Award will be made to the offeror whom the Government determines will be able to accomplish the necessary work in the manner most advantageous to the Government and whose offer represents the best value to the Government, as determined by the Evaluation Board after considering all factors, including price. The evaluation of technical capabilities will be accomplished without reference to price. All factors and significant subfactors that will affect contract award are listed below. 2. Technical and Management Capability --- Vendor must demonstrate sufficient technical and management capability to manage the work required by this contract. 3. Past Performance --- The evaluation of Past Performance is a subjective assessment of the Offerors Past Performance on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. The Government will consider the combined Offerors and proposed subcontractors experience and performance in providing services consistent with the scope and complexity of our requirement during the last three (3) calendar years. The Governments assessment will focus on contracts that meet the following conditions: Recency Only contracts that were performed or awarded within the last three (3) calendar years will be considered. Relevancy Only contracts which were/are relevant in scope to the current requirement will be considered. In the case of an offeror without any relevant past performance history, past performance will be evaluated as neutral. If the past performance information is negative, the offeror may be given an opportunity to provide rebuttal if it has not previously had such an opportunity. 4. Subcontracting Offeror is to submit the plan required by FAR 52.219-9 Alternate II if subcontracting opportunities exist. 5. Price Proposals --- Price proposals will not be rated, but will be evaluated for reasonableness by price analysis. Price will be considered as an independent element from the technical and past performance evaluations.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8c23fbece988058a7f76f62a0def35e3&tab=core&_cview=1)
 
Place of Performance
Address: G.V. "Sonny" Montgomery VA Medical Center;1500 E. Woodrow Wilson Drive;Jackson, MS 39216
Zip Code: 39216
 
Record
SN01592516-W 20080614/080612220747-8c23fbece988058a7f76f62a0def35e3 (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.