Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2013 FBO #4382
MODIFICATION

J -- Peripheral Quantitative Computed Tomography (pQCT) Support

Notice Date
11/21/2013
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-14-T-0029
 
Response Due
12/3/2013
 
Archive Date
1/20/2014
 
Point of Contact
Donna R. Blackstone, 301-619-2276
 
E-Mail Address
US Army Medical Research Acquisition Activity
(donna.blackstone@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is Amendment 0001 to combined synopsis/solicitation W81XWH-14-T-0029. The purpose of this amendment is to notify potential offerors to ensure that all provisions associated with this requirement are completed within the On-line Representations and Certifications Application (ORCA) that can be accessed through the System for Award Management (SAM). All other requirements remain the same. 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. This is Request for Quotation (RFQ), W81XWH-14-T-0029. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-70. This action is 100% Small Business Set-Aside against NAICS code 811219 with a Size Standard of $19.0M. Description of Requirements: Contractor provision of Peripheral Quantitative Computed Tomography (pQCT) Support Services to be performed in accordance with the attached performance work statement (PWS). CLIN structure is as follows: 0001 - Provision of on-site services in accordance with the PWS - 4 each 0002 - Other Direct Costs - associated with contractor personnel travel, rental equipment shipping, and repair costs of GFE as outlined in the PWS (The Government has estimated ODC's to be $4,500 - all quotes shall base the CLIN on this amount.) - 1 Job 0003 - pQCT XCT 3000 Scanner Rental - 4 each 0004 - Contract Manpower Reporting - 1 Job Period of Performance: 16 December 2013 through 30 January 2015 Provisions: 52.212-1, Instructions to Offers - Commercial Items, 52.212-2, Evaluation-Commercial Items, and 52.212-3 Offeror Representations and Certifications-Commercial Items, applies to this acquisition. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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. This is a best value procurement. The Government may select to award to other than the lowest price offer, utilizing a trade off source selection process based on the evaluation of the non-cost factors. The following factors shall be used to evaluate offers which are listed in descending order of importance: 1. Past Performance 2. Technical Capability 3. Price Past performance and technical capability, when combined, are significantly more important than price. As the technical merits are equal in standing, price will become more important. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified 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 accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless written notice of withdrawal is received before award. (End of provision) Evaluation Factors: 1. Past Performance: Past performance consists of two aspects for evaluation, past performance relevancy and performance confidence. The first aspect is to evaluate the offeror's past performance to determine how relevant the effort accomplished is to the effort being acquired. Common aspects of relevance include similarity of service/support; complexity; dollar value; contract type; and degree of subcontract/teaming. The past performance evaluation considers each offeror's demonstrated recent and relevant record of performance which results in an assessment of the offeror's probability of meeting the PWS requirements. The second aspect of the past performance evaluation is to establish a confidence assessment rating. This rating is the result of determining how well the contractor performed the relevant past performance as it pertains to the PWS. 1.1. Offeror's shall provide a minimum of two (2), not to exceed four (4), past performance references for efforts performed within the past 3 years that are of similar scope, size, and complexity to the requirements outlined within the PWS. Offeror shall provide: a brief description of the contract work performed; reference point of contact to include name, telephone number, and e-mail address; contract number; dollar value of the contract; and dates of contract performance. It is not sufficient to state that the reference is similar in size, scope and complexity, a rationale must be provided to demonstrate that it is comparable. Projects completed or are in progress that are described in the narrative will be evaluated for scope and degree of support to DOD, other federal agencies, or other comparable organizations. 1.2. Offeror's shall describe any problems encountered in the performance of similar services and describe how the problems was/were resolved. 1.3. Past performance information may be obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program managers, Contracting Officers, Fee Determining Officials, and the Defense Contract Management Agency (DCMA). 1.4. In the case where an offeror is without a record or where no relevant past performance exists within the offeror's organization or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance. The Offeror's lack of past performance will be evaluated as an unknown/neutral rating having no favorable or unfavorable impact on the evaluation. 1.5. Past Performance Relevancy Ratings: Very Relevant - Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant - Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant - Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant - Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. 1.6. Past Performance Confidence Assessment Ratings: Substantial Confidence - Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence - Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Limited Confidence - Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence - Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will successfully perform the required effort. Unknown Confidence (Neutral) - No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonable assigned. 2. Technical Capability: The offeror shall define their technical expertise which indicates a thorough understanding of the PWS. The offeror shall provide documentation of knowledge and expertise of personnel required to perform the necessary tasks of the PWS. 2.1 Technical Capability Ratings: Outstanding - Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good - Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable - Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Marginal - Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable - Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable. 3. Price: A price analysis of the offer will be used to evaluate the total price to support the selection and that the price proposed is fair and reasonable. Submission of Response: Offeror's shall submit responses to the RFQ in two parts - Technical and Price. Page Limitation for Technical response is as follows: 1) Past Performance - 2 to 4 references - no more than 2 pages 2) Technical Capability - no more than 2 pages Page Limitation for Price: 1) Pricing Schedule based on CLIN structure stated above - no more than 1 page 2) Provide supporting documentation of amounts quoted for CLINs 0001 (On-Site Service) and 0003 (pQCT XCT 3000 rental). For on-site service - supporting documentation may be copies of quotes submitted to other organizations or published price lists. For equipment rental - provide a quote from the company supplying the unit - no more than 10 pages 3) Confirmation of completion of provision 52.212-3, Offeror Representations and Certifications-Commercial Items; DUNS #, CAGE Code, and TIN/EIN - no more than 1 page The following clauses and provisions are applicable to this acquisition: 52.204-3 Taxpayer Identification OCT 1998 52.204-13 Central Contractor Registration Maintenance DEC 2012 52.212-4 Contract Terms and Conditions Commercial Items JUN 2013 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items JAN 2013 52.217-8 Option to Extend Services NOV 1999 52.219-1 Small Business Program Representations APR 2012 52.219-6 Notice of Total Small Business Set-Aside JUN 2003 52.225-18 Place of Manufacture SEP 2006 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-Certification AUG 2009 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications DEC 2012 52.228-5 Insurance-Work On a Government Installation JAN 1997 52.228-7 Insurance-Liability To Third Persons MAR 1996 52.232-20 Limitation of Cost APR 1984 52.233-3 Alt 1 Protest After Award AUG 1996 - Alternate I JUN 1985 52.233-4 Applicable Law for Breach of Contract Clam OCT 2004 52.242-1 Notice of Intent to Disallow Costs APR 1984 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay of Work APR 1984 52.245-1 Government Property APR 2012 52.247-29 FOB Origin FEB 2006 52.249-14 Excusable Delays APR 1984 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Contract Clauses Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions APR 1984 52.252-6 Authorized Deviations in Clauses APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.204-7004 Alternate A, System for Award Management MAY 2013 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Request and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions JUN 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.245-7002 Reporting Loss of Government Property APR 2012 252.245-7003 Contractor Property Management System Administration APR 2012 Additional Information: Responses to this combined synopsis/solicitation are due Tuesday, 3 December 2013 at 1:00 p.m. EST, submitted to the US Army Medical Research Acquisition Activity (USAMRAA), ATTN: MCMR-AAA-SA/Mrs. Donna Blackstone, 820 Chandler Street, Fort Detrick, MD 21702-5014. E-mail: donna.blackstone@us.army.mil, or fax number 301-619-3002. Any resulting contract will be issued as a Firm Fixed Price Award. In accordance with DFARS 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the System Award Management (SAM) database https://www.sam.gov. Information/questions regarding the solicitation shall be directed to Mrs. Donna Blackstone, via e-mail at: donna.blackstone@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-14-T-0029/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN03239304-W 20131123/131121234534-5302082b66dc4f39243258547269c4ba (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.