Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
DOCUMENT

H -- Medical Gas Systems Testing 603 - Attachment

Notice Date
11/29/2011
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24912Q0130
 
Response Due
12/13/2011
 
Archive Date
12/28/2011
 
Point of Contact
Monica Kinderknecht, Contract Specialist
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 NAICS code is 541990 all other Professional, Scientific, and Technical Services, and the small business size standard is $7M. The award is a 100% small business set-aside. All responsible sources may submit a proposal which shall be considered. Award will be made on an all or none basis. The Government will award a firm fixed price contract. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. Overview of Requirement: The Department of Veterans Affairs, Veterans Health Administration, has a requirement for Medical Gas Testing Services at VA Medical Center - Louisville, 800 Zorn Avenue, Louisville, Kentucky 40206. Award is for one base year and four option years. Please see the Attachment A for the Statement of Work dated November 28, 2011 Please see the Attachment B for Outlet/Inlet List Format for Proposal: Part A Pricing: The offeror shall provide a unit price and a total price for each line item: CLIN 0001 Base Period: Annual Testing of all Medical Gas Systems in accordance with the Statement of Work dated November 28, 2011. Period of Performance January 01, 2012 through September 30, 2012 CLIN 0002 Option Period One: Annual Testing of all Medical Gas Systems in accordance with the Statement of Work dated November 28, 2011. Period of Performance October 01, 2012 through September 30, 2013. CLIN 0003 Option Period Two: Annual Testing of all Medical Gas Systems in accordance with the Statement of Work dated November 28, 2011. Period of Performance October 1, 2013 through September 30, 2014. CLIN 0004 Option Period Three: Annual Testing of all Medical Gas Systems in accordance with the Statement of Work dated November 28, 2011. Period of Performance October 1, 2014 through September 30, 2015. CLIN 0005 Option Period Four: Annual Testing of all Medical Gas Systems in accordance with the Statement of Work dated November 28, 2011. Period of Performance October 1, 2015 through September 30, 2016. Part B Contractor Information: 1) Provide the name, title, telephone number, fax number, and email address of the point of contact. 2) Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications in the Solicitation. If you use ORCA, then do not fill out and sign those pages. Part C Technical Proposal: The page limit is 5. Do not include Part A Pricing or Part B Contractor Information in the Part C Technical Proposals. Technical Proposals shall include, but are not limited to: a. Overview and/or description of how they will meet the needs of The Department of Veterans Affairs, Veterans Health Administration as listed in the Statement of Work b. Names of staff, including licensing and/or certification. c. Provide three references for similar services for a similar entity within the past five years, government preferred: organization, point of contact name, phone number, email address, and contract value. The Government requests that Attachment C - Relevant Past Performance Questionnaire, be forwarded to no more than three (3) references, completed by your references, and returned by your references directly to Ms Monica Kinderknecht via fax (615) 225-6432, or email monica.kinderknecht@va.gov. Relevant past performance questionnaires should be received by 3: PM CST on December 13, 2011. Failure to omit may result in rejection of your proposal. Submit Proposal Parts A, B and C to Monica Kinderknecht via email only at Monica.kinderknecht@va.gov. If the email is greater than 3 MB, please send multiple emails. Late proposals will not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Evaluation Criteria 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 government intends to evaluate the proposal on the following factors: (1) Price; (2) Technical Capability; and (3) Past Performance. Technical Capability and Past Performance, when combined, are more important than price. The government intends to award a firm fixed price contract to the responsible offeror with acceptable past performance, whose proposal, conforming to the solicitation as provided herein, is lowest in price. Contract Clauses: FAR 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.217-8 Option to Extend Services (NOV 1999) - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days (End of Clause). FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - (a) The Government may extend the term of this contract by written notice to the Contractor within 60 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years and six months. (End of Clause). FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.237-3 Continuity of Service (JAN 1991) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.228-71 Indemnification and Insurance (JAN 2008) VAAR 852.237-70 Contractor Responsibility (APR 1984) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) Solicitation Provisions: FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2011) Including: 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-13, 52.222-41, 52.232.34, 52.222-44. FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) FAR 52.216-1 Type of Contract (APR 1984) FAR 52.233-2 Service of Protest (SEP 2006) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.233-71 Alternative Protest Procedure (JAN 1998) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2011) Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. ** The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. The Government reserves the right to award without discussion. Contracting Office Address: Department of Veterans Affairs, Veterans Health Administration, VISN 9 NCA 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129 Place of Performance: VAMC - Louisville 800 Zorn Avenue Louisville, Kentucky 40206 Point of Contact(s): Monica Kinderknecht, Contract Specialist, Phone (615) 225-6406, Fax (615) 225-6432, Email Monica.kinderknecht@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24912Q0130/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-12-Q-0130 VA249-12-Q-0130_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=277658&FileName=VA249-12-Q-0130-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=277658&FileName=VA249-12-Q-0130-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Veterans Health Administration;VAMC - Louisville;800 Zorn Avenue;Louisville, Kentucky
Zip Code: 40206
 
Record
SN02629842-W 20111201/111129234049-936b290a501efa10ca909ddb9e8d9aaf (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.