Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2013 FBO #4314
SOLICITATION NOTICE

J -- Response Support Units Repair/Maintenance

Notice Date
9/14/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
3773 Cherry Creed North Drive, Denver, CO 80209
 
ZIP Code
80209
 
Solicitation Number
VA268-13-Q-0047
 
Response Due
9/25/2013
 
Archive Date
3/24/2014
 
Point of Contact
Name: Diane Chinea, Title: Contracting Officer, Phone: 3033724694, Fax:
 
E-Mail Address
diane.chinea@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.The solicitation number is VA268-13-Q-0047 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990 with a small business size standard of $14.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-09-25 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The VHA PCAE - 741 - CHAMPVA - HAC - Denver, CO requires the following items, Meet or Exceed, to the following: LI 001: Provide all materials, equipment, labor to repair and winterize RSU Trailer H1 IAW the PWS para 5.1 Task One, 1, JB; LI 002: Provide all materials, equipment, labor to repair and winterize RSU Trailer H2 IAW the PWS para 5.2 Task Two, 1, JB; LI 003: Provide all materials, equipment, labor to repair and winterize RSU Trailer H3 IAW the PWS para 5.3 Task Three, 1, JB; LI 004: Provide all materials, equipment, labor to repair and winterize RSU Trailer H4 IAW the PWS para 5.4 Task Four, 1, JB; LI 005: Provide all materials, equipment, labor to repair and winterize RSU Trailer H5 IAW the PWS para 5.5 Task Five, 1, JB; LI 006: Provide all materials, equipment, labor to repair and winterize RSU Trailer H6 IAW the PWS para 5.6 Task Six, 1, JB; LI 007: Provide all materials, equipment, labor to repair and winterize RSU Trailer H7 IAW the PWS para 5.7 Task Seven, 1, JB; LI 008: Provide all materials, equipment, labor to repair and winterize RSU Trailer H8 IAW the PWS para 5.8 Task Eight, 1, JB; LI 009: Provide all labor, materials, equipment, to repair and winterize RSU Trailer H9 IAW the PWS para 5.9 Task, 1, JB; LI 010: Provide all materials, equipment, labor to repair and winterize RSU Trailer H10 IAW the PWS para 5.10 Task Ten, 1, JB; LI 011: Provide all materials, equipment, labor to repair and winterize RSU Trailer H11 IAW the PWS para 5.11 Task Eleven, 1, JB; LI 012: Provide all materials, equipment, labor to repair and winterize RSU Trailer H12 IAW the PWS para 5.12 Task Twelve, 1, JB; LI 013: Provide all materials, equipment, labor to repair and winterize RSU Trailer H13 IAW the PWS para 5.13 Task Thirteen, 1, JB; LI 014: Provide all materials, equipment, labor to repair and winterize RSU Trailer H14 IAW the PWS para 5.14 Task Fourteen, 1, JB; LI 015: Provide all materials, equipment, labor to repair and winterize RSU Trailer H15 IAW the PWS para 5.15 Task Fifteen, 1, JB; LI 016: Provide all materials, equipment, labor to repair and winterize RSU Trailer H16 IAW the PWS para 5.16 Task Sixteen, 1, JB; LI 017: Provide all materials, equipment, labor to repair and winterize RSU Trailer H17 IAW the PWS para 5.17 Task Seventeen, 1, JB; LI 018: Provide all materials, equipment, labor to repair and winterize RSU Trailer H18 IAW the PWS para 5.18 Task Eighteen, 1, JB; LI 019: Provide all materials, equipment, labor to repair and winterize RSU Shower Trailer S1 IAW the PWS para 5.19 Task Nineteen, 1, JB; LI 020: Provide all materials, equipment, labor to repair and winterize RSU Shower Trailer S2 IAW the PWS para 5.20 Task Twenty, 1, JB; LI 021: Provide all materials, equipment, labor to repair and winterize RSU Pharmacy Trailer IAW the PWS para 5.21 Task Twenty One, 1, JB; LI 022: Provide all materials, equipment, labor to repair and winterize RSU Operations Trailer 53 IAW the PWS para 5.22 Task Twenty Two, 1, JB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA PCAE - 741 - CHAMPVA - HAC - Denver, CO intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA PCAE - 741 - CHAMPVA - HAC - Denver, CO is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award. Ref: ADDENDUM to 52.212-1 INSTRUCTIONS TO OFFERORS?COMMERCIAL ITEMS. In order to be considered for award the offer must be determined technically acceptable. The technical evaluation factors for this procurement under the Lowest Price Technically Acceptable (LPTA) evaluation process are as follows: Technical capability, past performance and price. Criteria under the LPTA process are based on a pass-fail basis only. No other rating or qualitative value will be assigned. To be determined technically acceptable, all factors must be acceptable to obtain a pass rating for the technical proposal and past performance. Award will be made to the lowest price, technically acceptable and responsible offeror. Ref: ADDENDUM to 52.212-1 INSTRUCTIONS TO OFFERORS?COMMERCIAL ITEMS. There are two separate proposal submissions required to be submitted for technical review to be submitted electronically directly to the FedBid system. They are: EVALUATION FACTOR 1 - TECHNICAL CAPABILITY; EVALUATION FACTOR 2 - PAST PERFORMANCE (The third evaluation factor Price shall be submitted via the FedBid system) The period of performance shall be for 3 months after effective date of award. Anticipated effective date of award is on or before 30 Sept 2013. All questions regarding this solicitation shall be sent in writing directly to the Contracting Officer by E-mail to diane.chinea@va.gov. All submitted questions shall reference the solicitation number in block 5 of the 1449 and the title referenced in the Performance Work Statement. The last day to submit questions shall be 5 working days after the solicitation release date. Answers to these questions will be provided shortly thereafter in one amendment (repost) to FedBid. Place of Performance. The Contractor will support this effort at the Department of Veterans Affairs Medical Center located in Martinsburg, WV. Address: Department of Veterans Affairs, VHA Office of Emergency Management,510 Butler Ave, Bldg. 203B, Martinsburg WV, 25405.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAHAC741/VAHAC741/VA268-13-Q-0047/listing.html)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03188475-W 20130916/130914233249-f67fdaa2f688da4ea0b800d8b45066c2 (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.