DOCUMENT
R -- Intervention production consulting and management - Attachment
- Notice Date
- 8/9/2011
- Notice Type
- Attachment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Palo Alto Health Care System (90/CCA);3801 Miranda Ave;Palo Alto CA 94304-1207
- ZIP Code
- 94304-1207
- Solicitation Number
- VA26111RQ0800
- Response Due
- 8/9/2011
- Archive Date
- 9/8/2011
- Point of Contact
- Helena.zhao@va.gov
- E-Mail Address
-
Contracting Officer
(helena.zhao@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The solicitation number is VA-261-11-RQ-0800 and is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Veterans Administration Acquisition Regulation (VAAR) dated 7 Jan 2010. Only emailed requests received directly from the requester are acceptable. This solicitation is set-aside 100% for Small Business. The North American Industrial Classification System (NAICS) code is 541611 and the small business size standard is $7 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Veterans Administration Acquisition Regulation (VAAR) dated 7 Jan 2010. Only emailed requests received directly from the requester are acceptable. The contract requirement (Statement of Work) for this procurement is outlined in Attachment One - SOW. Only electronic offers will be accepted. RFP is due to Helena.zhao@va.gov 8:00AM Pacific Standard Time, August 16, 2011. Price Schedule: The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLINDescriptionUnit QTY Price 0001Intervention production Consulting and Management 1JB $ GRAND TOTAL: $ Please provide cost break down which includes but not limited to labor category, hourly rate and the total number of hours will be needed. SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2011) For the purposes of this clause items (b) 1, 6,9,11,13,15,21, 27, 29, 31, 36, 40, 46 and 48, (c) 1 and 4 are considered checked and apply FAR 52.216-1 Type of Contract (APR 1984) FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.233-71 Alternate Protest Procedure (JAN 1998) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) VAAR 852.273-75 Security Requirement for Unclassified Information Technology Resources (Interim-Oct 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim-October 2008) FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code for this acquisition is 541611 and the small business size standard is $7 Million. (b) Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Submission of offers: Only electronic copy will be accepted. (1) Electronic Submissions: Offerors can email their proposals to Helena.zhao@va.gov and must have the solicitation number indicated in the Subject line. Files must be readable using Microsoft Office 2007: Word, Excel, PowerPoint, or Access. Files in Adobe* PDF Files - when scanning documents, scanner resolution should be set at least 200 dots per inch (dpi). Note that zip files are not acceptable. (2) Follow the proposal preparation instructions as given in the solicitation and prepare your response and supporting documents. Offerors must be registered in the Central Contractor Registry (CCR) and have a DUNS number. (Duns & Bradstreet) (3) Timeliness. Make note of the solicitation closing date and time listed on the first page of the solicitation. (d) Instructions for Preparation and Submission of Proposals Proposal Format and Content - Offers without the specific minimum content or not in the specified format may be judged unacceptable. The offer must have a title page identifying the offeror, the solicitation number and the contents as outlined below. To insure timely and equitable evaluation of offers, offerors must follow the instructions contained herein. Offers must be complete, self-sufficient and respond directly to the requirements of the solicitation. Offerors are required to submit two separate proposals: Technical and Price. If all proposals are not received, it may result in rejection or elimination of your proposal, and will not be considered for award. The Government reserves the right to award any resultant contract from this solicitation with or without discussions in accordance with FAR 52.215-1. Therefore, each proposal should reflect the offerors best terms, both from a cost and technical standpoint. 1. Volume One - Technical Proposal: This volume should not exceed 10 pages total. 2. Volume Two- Pricing and Administrative issues shall contain the following: a. Price/Delivery Schedule shall be submitted fully completed and error free. It shall contain prices for the established Contract Line Item Numbers (CLINs) set forth above, Price Schedule. In accordance with FAR 52.212-2(b), the Government will evaluate offers for award purposes by adding the total price for the basic requirement. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. b. FAR 52.212-3 Offerors Representations and Certifications (Reps & Certs) - shall be submitted with all blocks that apply in each certification and representation completed. FAR52.212-2 Evaluation - Commercial Items (Jan 1999) 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 factor considered. The following factors, listed in descending order of importance shall be used to evaluate offers: Technical and Price. Technical is considered significantly more important than Price for tradeoff purposes. EVALUATION APPROACH: 1. TECHNICAL: Technical - Factor 1 (i) Assessment: The offeror's proposal shall, as a minimum, address each of the technical proposal criteria as they apply to the SOW. During evaluations of each proposal, the Government will assess each area of the Technical Proposal to ensure the offeror meets or exceeds the standards of the contract. The Government will evaluate the technical proposal based on the evaluation criteria described in Section A through E below, which are tailored to specific principal tasks in the SOW. The Government will infer from the offeror's responses to these specified evaluation criteria the offeror's capability to perform to the requirements of the entire SOW. In order to be considered for award, the offeror must demonstrate the ability to provide adequate and qualified staff and expertise to satisfy the statement of work requirements by describing or providing the information requested below: a) Must have knowledge of the PREPARE study being conducted by the Health Services Research and Development investigator of the project. b) Must demonstrate experience in developing a website to guide patients in advance care planning. c) Must demonstrate prior experience developing and testing an intervention used to guide patients in decision-making. d) Must provide a written implementation plan showing the seamless integration of Phase II of the PREPARE website development project (to be completed by contractor) with Phase I (already being completed by another contractor). e) Must demonstrate prior experience developing a website that is interactive, media-rich and usable by low computer literate populations. 2. PRICE: The Government will conduct a price review of each contract line item.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA26111RQ0800/listing.html)
- Document(s)
- Attachment
- File Name: VA-261-11-RQ-0800 VA-261-11-RQ-0800.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229926&FileName=VA-261-11-RQ-0800-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229926&FileName=VA-261-11-RQ-0800-000.doc
- File Name: VA-261-11-RQ-0800 ATTACHEMENT ONE - FINAL SOW.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229927&FileName=VA-261-11-RQ-0800-001.DOCX)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229927&FileName=VA-261-11-RQ-0800-001.DOCX
- File Name: VA-261-11-RQ-0800 P07 WAGE DETERMINATION - SFVAMC.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229928&FileName=VA-261-11-RQ-0800-002.PDF)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229928&FileName=VA-261-11-RQ-0800-002.PDF
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-261-11-RQ-0800 VA-261-11-RQ-0800.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=229926&FileName=VA-261-11-RQ-0800-000.doc)
- Record
- SN02526713-W 20110811/110809235007-599ba2a50ffd6cde341d3884a6bb265c (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 |