DOCUMENT
D -- DSL Service MyHealthyvets - Attachment
- Notice Date
- 8/23/2013
- Notice Type
- Attachment
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
- Solicitation Number
- VA25613R1810
- Archive Date
- 10/22/2013
- Point of Contact
- Bailey Long
- E-Mail Address
-
bailey.long@va.gov
(bailey.long@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Network Contracting Office 16 intends to solicit and award a firm-fixed price contract for Supplying T-2 or better Internet circuit for Bldg. 89, 2200 Fort Roots Drive. And install DSL service to VA facility at 2200 Ft. Roots Drive, North Little Rock, AR 72114 Bldg. 170 Room GK101 to include a Digital Subscriber Line Access Multiplexer (DSLAM) with 40 DSL 4-port modems with security features such as firewall and support for Virtual Private Network (VPN). Also provide DSL service a DSLAM and 30 DSL 4-port modems with security features such as firewall and support for VPN at 4300 W. 7th Street, Little Rock, AR 72205 Room GC197. In accordance With (lAW) the attached Statement of Work (dated 1 April 2013). This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (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 announcement number is VA256-R-1810. The North American Industry Classification System (NAICS) code for this acquisition is 517919 with a small business size standard of $30 Million. Please identify your business size in your response based upon this standard. This solicitation is a TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE (SDVOSB) acquisition. The Government reserves the right to cancel this solicitation, whether before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15. 101-2, as supplemented. Technical tradeoffs will not be made, and no additional credit will be given for exceeding acceptability. Award will be made to the responsible offeror whose proposal conforms to the solicitation requirements with the lowest total price that is technically acceptable. For the offer to be technically acceptable, the offeror must receive an acceptable rating in each non-cost/price evaluation factor. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical stand point. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. (Note: Proposals lacking ALL Technical requirements per this solicitation will be deemed technically unacceptable and price will not be evaluated). See ADDENDUM to FAR 52.212-1, Instructions to Offerors-Comme rcial Items and ADDENDUM to FAR 52.212-2, Evaluation - Commercial Items, which are listed together in an attachment to this document. Requirement: Base year plus four (4) option years (if the option years are exercised). Anticipated contract main CLINS -with their corresponding Periods of Performance (POP) -shall be numbered as followed : Base period : CLIN 0001 POP 23 Sept 2013 TO 22 Sep 2014 Option period one: CLIN 1001 POP 23 Sept 2014 TO 22 Sep 2015 Option period two: CLIN 2001 POP 23 Sept 2015 TO 22 Sep 2016 Option period three: CLIN 3001 POP 23 Sept 2016 TO 22 Sep 2017 Option period four : CLIN 4001 POP 23 Sept 2017 TO 22 Sep 2018 Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated as indicated by the application of price analysis techniques. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub line items. Offerors that are determined to be unbalanced may be rejected if the CO determines that the lack of balance poses an unacceptable risk to the Government. The vendor agrees to hold the prices in its proposal firm for 30 calendar days from the date specified for receipt of proposal. Proposals or modification of proposals, received at the address specified for the receipt of offers after the exact time specified WILL NOT be considered. Vendors must be registered in System for Award Management (www.sam.gov) with the applicable NAICS code (517919) listed in the offeror's representations and certifications before award can be made. Questions and Answers: Questions shall be submitted via email to the following Government persons referenced below. No questions will be accepted after 4 September, 2013 at 12:00 Noon Central Daylight Time in order to allow time for adequate responses to any prior questions. Bailey Long at bailey.long@va.gov. A Site Visit is MANDATORY. Location: Bldg. 170, Towbin Memorial Healthcare Center Main Entrance, 2200 Ft. Roots Drive, North Little Rock, AR 72114 28 August, 2013 at 0900 Central Time. Late or incomplete proposals may not be accepted for award. Please do not wait until the last minute to submit your proposal as e-mail problems or rejections may not be considered for award consideration. The evaluation method used for this acquisition will be Lowest Priced -Technically Acceptable. Price and Technical Capability (acceptability) are the evaluation factors-- with price being the determining factor for all proposals that pass technical specifications. An offer is considered Technically Acceptable when it meets the minimum specifications and requirements in the attached Statement of Work (1 April 2013) and the Technical Capability Factors as identified in ADDENDUM to FAR 52.212-1, Instructions to Offerors- Commercial Items, and ADDENDUM to FAR 52.212-2, Evaluation- Commercial Items, attached to this Combined Synopsis Solicitation. (Note: Proposals lacking ALL Technical requirements per this solicitation will be deemed technically unacceptable and price will not be evaluated). Of the offers considered that pass the technical requirements as identified in ADDENDUMS FAR 52.212 -1 and FAR 52.212-2, the offer with the lowest overall Total Price (Total Price for the base year and the four options priced together) will be considered the winner. Note: It is the contractor's responsibility to access the Federal Business Opportunities website and monitor this solicitation for changes, amendments/modifications, announcements, etc. Offers shall be submitted via email. All offers must be received no later than 12:00 Noon, Central Time 13 September 2013. The proposal format is at the discretion of the offeror, but the pricing information must be in a separate document from the technical portion for evaluation purposes. Vendors shall submit offer packages by email to Bailey Long, Contract Specialist, at bailey.long@va.gov. - Please acknowledge all Government technical and contractual requirements on proposals. ADDENDUM to FAR 52.212-1 Instructions to Offcrors - Commercial Items (As prescribed in FAR 12.302td) the following addendum is pprovided for solicitation provision FAR 52.2 I 2-1 and hereby amends any language therein) : Quotation Preparation Instructions : A.To assure the timely and equitable evaluation of proposals vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable sub-factors. Proposals submitted in response to this Amended Combined Synopsis/Solicitation must address the following evaluation factors: Factor I- Technical Capability (Pass/Fail). Factor II - Price. Please complete the Bid Schedule (attached to this Combined Synopsis Solicitation). B.. Before award can be made. vendors must be registered in System for Award Management (https//www.sam.gov) With the applicable N AICS code (517919) listed in the offeror · s representations and certifications. C.Specific Instructions: FACTOR 1-TECHNICAL CAPABILITY consisting of the following: 1-Keeping current with internet protocols and speeds: The offeror shall provide a plan that addresses how the contractor will monitor their performance as outlined in the Statement of Work. 2- Capability to perform requirements: The offeror shall provide a plan that addresses how the contractor will perform the requirements according to the Statement of Work. 3- Service up time. (the amount the service is available): The offeror shall provide the average time the system will be available as a percentage of total available hours. 4- Adequate supervision to ensure successful implementation: The offeror shall provide a written plan to show adequate supervision for system installation and implementation. 5- Timeliness in resolving issues: Provide a written plan as to the time a suspension of service is reported until it is resolved. Proposals that do not meet these requirements will be considered unacceptable and therefore, under the LPTA evaluation process will not be considered for award. FACTOR 2- PRICE: Provide a price proposal for services to be rendered using the following information: SEE ATTACHED PRICE/COST SCHEDULE Insert prices for CLIN 0001 through CLIN 0006for the initial installation of the service and equipment required. CLIN 0007 through CLIN 0010 show the monthly cost for the service per month then the total amount for 12 months. For the following option periods CLIN 1008 through CLIN 4010 the monthly cost then the annual cost for that service. At the end of the CLINs there is a block for "TOTAL FIVE YEAR (5) CONTRACT PRIC E", put the 5 year total here. Note : While the exercise of option periods is never guaranteed the offeror's overall total price of the base year and the four option periods (years) is the Total Contract Price that will be evaluated by the Government. Prices shall be all inclusive: Proposals shall be proposald in United States Dollars and must be valid for a period of no less than 30 days. D.Documents submitted in response to this Request for Proposal must be fully responsive to and consistent with the following: 1.Requirements of the Combined Synopsis/Solicitation, Addendums (attached), Bid Schedule (attached), and Statement of Work (attached). 2.Evaluation Factors for award in 52.212-2 of this RFP 3.Company's or individuals complete mailing and remittance address. 4.Copy of Offeror Representations and Certifications: please sec FAR 52.212-3 for additional directions. 5.Performance is anticipated to begin on or about 23 September 2013. 6.Vendor's Proposal must include a comprehensive and expanded explanation for how each of the Evaluation Factor s and Sub-Factors would be satisfied. Merely restating or parroting the Requirements Document verbiage is not acceptable. E.Proposals (offers) shall he submitted to this office VIA EMAIL and are due to this office no later than 12:00 Noon Central Time 13 September 2013. The proposal format is at the discretion of the offeror, but the pricing information must be in a separate document from the technical portion for evaluation purposes. Vendors shall submit offer packages by email to Bailey Long, Contract Specialist, at bailey.long@va.gov. (End of FAR 52.212-1 Addendum l 3 ADDENDUM to FAR 52.212-2, Evaluation oo Commercial Items (As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-2 and hereby amends any language therein): A.Basis for Contract Award This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2, as supplemented. Technical tradeoffs will not be made, and no additional credit will be given for exceeding acceptability. Award will be made to the responsible offeror whose proposal conforms to the solicitation requirements with the lowest total price that is technically acceptable. For the offer to be technically acceptable, the offeror must receive an acceptable rating in each non-cost/price evaluation factor. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical stand point. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. B.Evaluation Factors: Part I -Technical CapabilityPart II - Price Part I ·Technical Capability Technical capability (acceptability) will be evaluated on all offers. Only those offerors determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Factors will be evaluated against each offer and given a rating of Acceptable or Unacceptable. Definitions of Acceptable or Unacceptable are given below: RatingDescription AcceptableThe proposal meets specified minimum requirements necessary for acceptable contract performance Unacceptable The proposal fails to meet specified minimum requirements necessary for contract performance. Proposals with an unacceptable rating are not awardable. Technical Capability 1-Keeping current with internet protocols and speeds: The offeror shall provide a plan that addresses how the contractor will monitor their performance as outlined in the Statement of Work. 2- Capability to perform requirements: The offeror shall provide a plan that addresses how the contractor will perform the requirements according to the Statement of Work. 3- Service up time. (the amount the service is available): The offeror shall provide the average time the system will be available as a percentage of total available hours. 4- Adequate supervision to ensure successful implementation: The offeror shall provide a written plan to show adequate supervision for system installation and implementation. 5- Timeliness in resolving issues: Provide a written plan as to the time a suspension of service is reported until it is resolved. Part ll -Price Criteria for Evaluation The pricing criteria used for evaluation are (1) completeness, (2) price reasonableness, (3) unbalanced pricing, and (4) Total Offered Price (TOP). -Completeness The government will review the pricing submissions for completeness and compliance with the Combined Synopsis/Solicitation. -Price Reasonableness The offeror's proposal will be reviewed for reasonableness using the Price Analysis techniques as described in FAR 15.404. The Government reserves the right to make no awards. -Unbalanced Pricing Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated as indicated by the application of price analysis techniques. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub-line items. Offerors that are determined to be unbalanced may be rejected if the CO determines that the lack of balance poses an unacceptable risk to the Government. -Total Offered Price (TOP) The TOP will be calculated using the CLINs and for the base period plus CLINs and for all option periods. (End of FAR 52.212-2 Addendum)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25613R1810/listing.html)
- Document(s)
- Attachment
- File Name: VA256-13-R-1810 VA256-13-R-1810.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=967626&FileName=VA256-13-R-1810-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=967626&FileName=VA256-13-R-1810-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-13-R-1810 VA256-13-R-1810.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=967626&FileName=VA256-13-R-1810-000.docx)
- Place of Performance
- Address: 2200 Ft. Roots Drive;North Little Rock, AR 72114;and;4300 W. 7th Street;Little Rock, AR 72205
- Zip Code: 72114
- Zip Code: 72114
- Record
- SN03160127-W 20130825/130823235312-f11f49badbbbeecbf1cd0257a379ea24 (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 |