SOLICITATION NOTICE
D -- Virtual Reality Clinical Training, Equipment & Sustainment - Specific Submission Requirements and Evaluation Criteria
- Notice Date
- 8/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Acqusition Operations Division (9QZ), 450 Golden Gate Ave, 4th Floor West, San Francisco, California, 94102-3404, United States
- ZIP Code
- 94102-3404
- Solicitation Number
- 9Q1SFSRDB003
- Archive Date
- 9/29/2011
- Point of Contact
- Fred D. Hersom, Phone: (415)522-4009
- E-Mail Address
-
fred.hersom@gsa.gov
(fred.hersom@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- This attachment contains the specific proposal submission requirements and corresponding evaluation criteria. Past Performance Form The milestone payment plan template The Performance Based Statement of Work Request for Quotation Number 9Q1SFSRDB003 Client ID: The Office of the Air Force Surgeon (AF/SG) Telehealth Branch (AF/SG6M) 5201 Leesburg Pike, Sky # 3, Ste 1206 Falls Church, VA 22041 (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format specified by Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items allowed as authorized by FAR Subpart 13.5, Test Program for Certain Commercial Items as supplemented by the information included in and attached with this notice and following the procedures in FAR Subpart 13.3, Simplified Acquisition Methods. Proposals are being requested and this announcement constitutes the only synopsis and solicitation notice with associated attachments that will be issued and a written solicitation will not be issued. All Prospective Offerors are required to electronically submit their detailed non-price and price quotations in Adobe, MS Word and/or MS Excel format directly to Mr. Fred Hersom, Contracting Officer at fred.hersom@gsa.gov, no later than 5:00 p.m. Pacific Standard Time (PST) on Wednesday, September 14, 2011. Offerors shall submit correspondence by email only. The address listed by FBO for this solicitation document is incorrect. All mail forwarded to the FBO listed address shall be returned unopened. Electronic Media, Solicitation and Amendment Distribution: AOD will conduct this acquisition using the FedBizOpps (www.fbo.gov). Federal Business Opportunities site is the single point of entry for U S Federal government procurement opportunities greater than $25,000.00 dollars. In order to further the Government policy of maximizing electronic commerce and making the acquisition process optimally cost effective, all future amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via www.fbo.gov. This medium will be used exclusively and will be the sole method used for distributing future amendments and other official communications thereto to the public. All inquiries and questions must be submitted via email no later than 5:00 p.m. Pacific Standard Time (PST) Monday August 29, 2011, and all questions and answers will be posted to the www.fbo.gov website as an amendment to this RFP posting. GSA IT Solutions Shop (ITSS) registration, also known as IT Solutions is required to participate in this acquisition. Offerors must verify complete business mailing address, contact name, phone number, fax number, remittance address, email address and available contracts within IT Solutions to ensure contract award availability. (II) This solicitation for commercial items is issued by the U.S. General Services Administration (GSA), Acquisition Operations Division (AOD), Federal Acquisition Service (FAS) on behalf of The Office of the Air Force Surgeon (AF/SG) Telehealth Branch (AF/SG6M) (III) This solicitation is issued as a Request for Proposal (RFP). The Government may transmit or post any common questions and answers regarding this solicitation to all interested parties. (IV) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, effective July 5, 2011. (V) North American Industry Classification System (NAICS) code for this solicitation 541511 Computer software support services, custom (VI) Service and Product Description and Required Quantities: See the Attached Specific Evaluation Criteria (also contains details proposal submission requirements), Performance Based Statement of Work(PBSOW) and Milestone Payment Plan for full details (VII) Contract Type: Firm Fixed Price Commercial Purchase Order. Clause 1: 52.212-1, Instructions to Offerors, Commercial Items (June 2008) is hereby incorporated into this solicitation by reference. Clause 2: 52.212-2, Evaluation, Commercial Items (Jan 1999) is hereby incorporated into this solicitation in full text as follows: •(a) Objective. The Government will a ward 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. ed to provide the "best value" to the Government. FAR Parts 12 and 13.5 procedures apply to this acquisition using a "Best Value" tradeoff procedure as described herein. The Government will evaluate the Non-Price (Technical) Evaluation Factors listed in the attached document entitled Specific Evaluation Criteria, which, when combined, are significantly more important than Price, for the "best value" tradeoff analysis. The relative importance of Price will increase if Offerors are considered essentially equal under the evaluation of their respective Non-Price Factor Proposals. There are no "sub-factors" which will be separately evaluated under any of the listed evaluation factors. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base year. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluatoin 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 of acceptance specfied in the offer shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may acceept an offer (or part of an offer), whether or not there are negotiations after its receipt, unles a written notice of withdrawal is received before award. (IX) The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation all clauses will apply to any subsequent award: Clause 3: 52.212-3, Offeror Representations and Certifications, Commercial Items (May 2011) offeror are reminded to complete on-line representations and certifications at http://orca.bpn.gov prior to the RFQ closing date and before submitting an offer in response to this solicitation. Proposals should include a copy of the updated ORCA representations and certifications. Clause 4: 52.212-4, Contract Terms and Conditions, Commercial Items (June 2010) is incorporated by reference. Clause 5: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Aug 2011) is hereby incorporated into this solicitation in full text in the attached solicitation additional clauses document and the following paragraphs, (a), (b)1, 14,15,16,17,18,19,20,31 apply to this solicitation and any resulting contract. Other applicable clauses: The following clauses are also applicable to this acquisition and are hereby incorporated into this solicitation by reference: 52.204-7, Central Contractor Registration; 52.233-3, Protest After Award; 52.252-2, Clauses Incorporated by Reference (for a full text version of these clauses, go to www.arnet.gov or http://gsa.gov/farl); 252.204-7004 Alt A, Required Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Requests; (X) If offeror does not have access to email, offeror must mail offer to: U.S. General Services Administration Federal Acquisition Service (FAS) Attn: Fred Hersom 450 Golden Gate Avenue, RM 6836 San Francisco, CA 94102-3661 The AOD Office is located in a secure federal building. If offers are hand delivered, please ensure that any courier is instructed to allow sufficient time for access to the facility. Required access time may vary between one (1) to two (2) hours. All quotations shall be clearly marked with RFQ Number. All offerors are hereby notified that if your proposal is not received by the date/time and at the location specified in this notice announcement, that it will be considered late/nonresponsive. All Offerors shall include the following information in response: A. A. Tax identification number (TIN) B. Dun & Bradstreet Number (DUNS) C. Complete Business Mailing Address D. Offeror Point of Contact and Authorized Negotiator(s) E. Offeror Contact Telephone and Fax Number F. Offeror Contact email address Late Proposal Provision: In order for your proposal to be considered for award by the Government, your quotation must be received by the Contracting Officer at the place and time specified, or it will be considered late and handled in accordance with FAR 15.208. (XI) Please direct any questions regarding this solicitation the project Manger, Ms. Sheri Torres at sheri.torres@gsa.gov and to the Contracting Officer, Fred Hersom at fred.hersom@gsa.gov no later than 5pm on August 29, 2011. (XII) The required delivery location is: See Above (XIII) The CORs mailing address is: See Above (XIV) Offerors are instructed not to contact the client or any other GSA, Air Force or Government employees regarding this procurement, other than the individuals identified as appropriate points of contacts, without the approval of the GSA Contracting Officer. *Failure to comply with the terms and conditions of the RFP may result in rejection of your offer. The Government reserves the right to consider alternative offers. AOD is pleased to offer this opportunity to qualified commercial contractors and your participation is greatly appreciated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f95b872e966e7d443226985493729b0d)
- Place of Performance
- Address: Various locations as noted in the attachd PBSOW, Falls Church, Virginia, 22041, United States
- Zip Code: 22041
- Zip Code: 22041
- Record
- SN02531960-W 20110814/110812235032-f95b872e966e7d443226985493729b0d (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 |