Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2015 FBO #5004
DOCUMENT

99 -- 558-15-3-5073-0043 Scrap Removal - Attachment

Notice Date
8/4/2015
 
Notice Type
Attachment
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24615Q1079
 
Response Due
8/10/2015
 
Archive Date
10/9/2015
 
Point of Contact
Arlene D. WRIGHT
 
E-Mail Address
arlene.wright@va.gov
(arlene.wright@va.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICIATION VA246-15-Q-1079 REMOVAL OF SCRAP METAL (I)This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA246-15-Q-1079. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 6-SAO EAST intends to award a firm-fixed price service contract for the removal of scrap metal. (VI)The North American Industrial Classification System (NAICS) code for this procurement is 423510 with a small business size standard of 500 employees. This procurement is not restricted to small business and all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VII)Questions concerning this solicitation shall be addressed to Arlene Wright, Contracting Officer, and emailed to Arlene.Wright@va.gov All questions or inquires must be submitted no later than 9:00 AM Eastern Standard time on Aug 6, 2015. No phone calls will be accepted. (VIII)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and meets the requirements of the Statement of Work (IX) ( SOW). Quotes are due by 10:00 AM Eastern Standard time on August 10, 2015. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Arlene.Wright@va.gov. (X)This combined solicitation/synopsis is for the removal of various scrap metal as follows: CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICEAMOUNT 0001 Scrap Steel 9TN 0002Scrap Aluminum 3TN 0003Scrap Wood4.20TN 0004Scrap Plastic2.40TN 0005Scrap Glass Rubber, Cork Insulation (Non- Asbestos) Concrete, Tin 1TN TOTAL including Shipping : $ Note: Solicitation to find Vendor for Scrap medical material and furniture to pick-up and recycling. Removal of Scrap and miscellaneous metals unsegregated and unprepared. Loose, contaminated and with no more than ten percent of the weight of the weight made up of other materials (wood, glass, rubber, plastic, cork, insulation (non-abestos), concrete, and tin. No enamelized scrap. Performance Work Statement A. Background: The Durham VA Medical Center generates hundreds of pounds of scrap materials and equipment on a weekly basis that need to be removed from the property and disposed of appropriately via authorized metal scrap contractors. Scrap can be in the form of pieces of metal, wood, ceramic, and plastics or unserviceable equipment that can be rendered as scrap that cannot be disposed in a dunnage bin. Due to limited space and unknown deadlines to remove unnecessary scrap materials, it is necessary to maintain a scrap recycling service that will remove scrap items from the facility. The Durham Department of Veterans Affairs Medical Center (DVAMC) is seeking a contractor to provide pickup and removal of scrap metal items from the following locations: Durham VA Medical Center, 508 Fulton Street, Durham, NC 27705, or at the designated off-site warehouse located within 5 miles of the Durham VA Medical Center. The contractor shall provide all management, supervision, labor, materials, supplies, transportation and equipment to complete the work. B. Task 1 - Enterprise Management Controls. Subtask 1.1 - The contractor will be called by Logistics Service authorized personnel notifying the contractor of pick-up service. They will provide a description and location of the pick-up. The contractor will respond within a 14 day period normal, and 7 day period for urgent removal. Subtask 1.2 - The contractor will be provided release document(s) and inspected by site personnel before leaving the premises. Subtask 1.3 - Any items the contractor will be inspected by site personnel before leaving. The contractor will be escorted and directed to the items that need to be removed. C. Task 2. Recycle Proceeds Subtask 2.1. The contractor will provide recycle proceeds of any items that were scrapped and any monies need to be delivered to the Agent Cahier at Durham VA Medical Center (27705). Subtask 2.2. Copies of recycle proceeds document(s) will be provided to Logistics Service within one week of taking recycled items that were disposed at local recycle centers. 2. PERFORMANCE MONITORING Logistics Service COR will document performance as required and maintain it in the contract folder for future use and maintain it as an historical record. The COR will receive and ask for comments and feedback from warehouse personnel supervising the contractor when pick-ups are made. 3. SECURITY REQUIREMENT The contractor is required to report to the DVAMC warehouse or the off -site warehouse location as required and show ID and let the department know of their visit. No logical access is required by the contractor. The only physical access will be granted by permanent VA supervision personnel at each site. 4. GOVERNMENT FURNISHED EQUIPMENT The Contractor must provide his own equipment. Warehouse personnel will utilize any moving equipment to the extent of staging items for pick-up. 5. RISK CONTROL The contractor will have their own supervisor authorized to communicate with facility warehouse personnel. No contact with patients. The contractor will assume all safety precautions prior to removing items from premises and will supply their own personnel protective materials. 6.PERIOD OF PERFORMANCE: Base Year: Twelve (12) months from Date of award Option Year 1: Twelve Months from Date of Exercised Option Option Year 2: Twelve Months from Date of Exercised Option Option Year 3: Twelve Months from Date of Exercised Option Option Year 4: Twelve Months from Date of Exercised Option 7.PRICE/COST SCHEDULE Base Year: Twelve (12) months from Date of award CLINDescriptionQTY ESTUnitUnit CostTotal Cost 1Removal of scrap and miscellaneous metals unsegregated and unprepared. Loose, contaminated and with not more than ten percent of the weight made up of other materials (i.e. wood, glass, rubber, plastic, cork, insulation (non-asbestos), concrete, tin, etc.) No enamelized scrap. Steel Aluminum Wood Plastic 9 3 4.2 2.4 Gross Ton Option Year 1: Twelve Months from Date of Exercised Option CLINDescriptionQTY ESTUnitUnit CostTotal Cost 2Removal of scrap and miscellaneous metals unsegregated and unprepared. Loose, contaminated and with not more than ten percent of the weight made up of other materials (i.e. wood, glass, rubber, plastic, cork, insulation (non-asbestos), concrete, tin, etc.) No enamelized scrap. Steel Aluminum Wood Plastic 9 3 4.2 2.4 Gross Ton Option Year 2: Twelve Months from Date of Exercised Option CLINDescriptionQTY ESTUnitUnit CostTotal Cost 3Removal of scrap and miscellaneous metals unsegregated and unprepared. Loose, contaminated and with not more than ten percent of the weight made up of other materials (i.e. wood, glass, rubber, plastic, cork, insulation (non-asbestos), concrete, tin, etc.) No enamelized scrap. Steel Aluminum Wood Plastic 9 3 4.2 2.4 Gross Ton Option Year 3: Twelve Months from Date of Exercised Option CLINDescriptionQTY ESTUnitUnit CostTotal Cost 4Removal of scrap and miscellaneous metals unsegregated and unprepared. Loose, contaminated and with not more than ten percent of the weight made up of other materials (i.e. wood, glass, rubber, plastic, cork, insulation (non-asbestos), concrete, tin, etc.) No enamelized scrap. Steel Aluminum Wood Plastic 9 3 4.2 2.4 Gross Ton Option Year 4: Twelve Months from Date of Exercised Option CLINDescriptionQTY ESTUnitUnit CostTotal Cost 5Removal of scrap and miscellaneous metals unsegregated and unprepared. Loose, contaminated and with not more than ten percent of the weight made up of other materials (i.e. wood, glass, rubber, plastic, cork, insulation (non-asbestos), concrete, tin, etc.) No enamelized scrap. Steel Aluminum Wood Plastic 9 3 4.2 2.4 Gross Ton 8.CONTRACTOR REQUIREMENTS: 8.1The contractor shall accomplish all scrap pickups within 24 hours of notification by the Contracting Officer's Representative (COR) or his/her designee. A list of phone numbers will be provided by the contractor for the COR to call when a pickup is needed. In the case of severe/inclement weather, it will be the determination of the COR to authorize additional time. 8.2The contractor shall be required to furnish actual weight receipts for each pickup, including types of material. Payment shall be remitted to the Durham VA Medical Center within ten (10) days of pickup. Only certified forms of payment (cashier's check, certified check, postal money order) will be accepted. Payments shall be submitted to: Agent Cashier Durham VA Medical Center 508 Fulton Street Durham, NC, 27705 Contract Number: ________________ Purchase Order Number: ___________ The weight receipts and copies of the payments shall be submitted to: Anna Maria Cox - Contracting Officer's Representative Durham VA Medical Center 508 Fulton Street Durham, NC, 27705 Contract Number: ________________ Purchase Order Number: ___________ 8.3Purchase of this property from the Government may be subject to payment of a North Carolina State Sales and/or Use Tax. The U.S. Government is not responsible for collection of state taxes. Purchaser may obtain information from the nearest office of the North Carolina Taxation Department. 8.4The contractor shall maintain all applicable licenses and/or permits necessary to haul scrap metal from the DVAMC. These licenses and/or permits shall be submitted with the proposal. The contractor must also recycle/dispose of all metal at a licensed recycling/disposal facility. Permits and/or licenses of facilities that will be used by the contractor shall be submitted with the proposal. This information will be used to evaluate technical capabilities. 8.5The contractor shall provide a listing of three (3) similar contracts performed within the past three (3) years. Contact information shall be provided, to include a name, address, telephone number and email address for each contact. 8.6The contractor shall comply with all posted traffic regulations, as well as any verbal directive given by a VA Police Officer. Failure to comply with the safety regulations on VA facility grounds may be cause for termination. 9.HOURS OF OPERATION Pick-ups shall be made during normal business hours from 8:00 a.m. to 4:30 p.m. Monday through Friday, excluding federal holidays. In the event the vendor cannot make delivery during the normal business hours, the vendor shall arrange delivery during off hours at no additional cost to the government. Following are the 10 holidays observed by the Federal Government: New Year's DayIndependence DayVeteran's Day Dr. Martin Luther King Jr. DayLabor DayThanksgiving Day President's DayColumbus Day Christmas Day Memorial Day When a holiday falls on Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday will be observed as the legal holiday. 10.CONTRACTOR RESPONSIBILITY 10.1It is the responsibility of the contractor to become fully informed as to the nature and extent of the work required and it's relation to any other work in the area including the operation of the medical center. 10.2Contractor shall attend a mandatory meeting after award with the Chief of Logistics Service or her designee prior to the beginning of any work. The required meeting shall be coordinated by the Contracting Officer and shall be scheduled and conducted within 20 calendar days after Notice to Proceed. 10.3Contractor shall be responsible for any damages caused by his/her employees and shall repair or replace all damaged systems/equipment immediately at no additional cost to the VA. 10.4If applicable to work being performed, the contractor shall be required to submit a site specific safety plan pursuant to Occupational Safety and Health Administration (OSH). The safety plan must be reviewed and approved by the Durham Department of Veteran Affairs before any work is performed. 11. BASIS FOR AWARD The award resulting from this solicitation will be made based on the best overall proposal that is determined to be the most beneficial to the Government (i.e., best value). The following non-price factors, listed in descending order of importance, will be used to evaluate offers: Technical Approach, Past Performance, and Socioeconomic Considerations, and Price. The non-price factors when combined are significantly more important than the Price Factor. It should be noted that award may be made to other than the lowest priced Offeror, if the Government determines that a price premium is warranted due to merits of one (1) or more of the non-price factors. Price alone will not be the primary determining factor, and the eventual award will not be based on low price alone. The Source Selection Authority (SSA) will determine the relative value of identified strengths and weaknesses in each proposal. The SSA will then perform a comparative analysis of the values of strengths and weaknesses versus price differences to determine the proposal(s) representing the best value to the Government. For this effort, the SSA will be the Contracting Officer (CO). 11. FACTORS TO BE EVALUATED 1.NON-PRICE EVALUATION FACTORS: a)Technical Approach b)Past Performance c)Socioeconomic Consideration 2.PRICE FACTOR The non-price factors, when combined, are significantly more important than the Price Factor. ACQUISITION APPROACH This will be a Fixed Price (FP) Contract for Commercial Off the Shelf (COTS) services or twelve (12) months with four (4) twelve (12) month options. PROPOSAL SUBMISSION 1. INTRODUCTION The Offeror's proposal shall be submitted to the Contracting Officer and or the Contracting Specialist via email or otherwise prescribed by GSA. The Offeror's proposal shall consist of the following four (4) volumes: 1) Volume I: Technical Approach 2) Volume II: Past Performance 3) Volume III: Socioeconomic Considerations 4) Volume IV: Price The use of hyperlinks in proposals is prohibited. 1. PROPOSAL FILES Format: The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Proposal page limitations are applicable to this procurement. The table below indicates the applicable maximum page count for each volume of the Offeror's proposal. All files shall be submitted as either Microsoft (MS) Excel (.xls) file, Acrobat Portable Document Format (.pdf) file, MS Word (.doc), or as compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11". The top, bottom, left, and right margins shall be a minimum of one (1) inch each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size no smaller than eight-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers shall be within the page margins only and are not bound by the 12-point font requirement. Footnotes to text shall not be added. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated in the specific volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font, or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font, or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they appear in the print layout view. File Packaging: All of the proposal files MAY be compressed (zipped) into one (1) file entitled "proposal.zip" using WinZip version 6.2 or later, or the proposal files may be submitted individually. Files shall not exceed 5 megabytes when compressed. The Government is not responsible for issues relating to any software compatibility, corrupted files, files that will not open, missing files or the alike. Content Requirements: All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the proposal, and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. The titles and page limit requirements for each file are shown in the table below: Volume FactorFile NamePage Limitations Volume ITechnicalTech.doc/pdf15 printed pages Volume IIPast PerformancePast Perf.doc/pdf5 page narrative, (references will provide the questionnaire to the Government) Volume IIISocioeconomic Considerations Soc.doc/pdf None Volume IVPricePrice.xls/pdf/docSpreadsheets + 1 page The cover page, table of contents, and/or a glossary of abbreviations or acronyms will not be included in the page count of the Technical Volume. 12. EVALUATION FACTORS 1. VOLUME I - TECHNICAL APPROACH Offerors shall at a minimum address the following: a.Understanding of the Problem: 1) Did the offeror demonstrate a clear understanding of all features involved in solving the problems and meeting the requirements presented in the solicitation? 2) Did the offeror identify uncertainties and propose resolutions relevant to the requirements presented in the solicitation? 3) Did the offeror provide supporting rationale on how the requirements of the solicitation will be met, as opposed to merely restating the requirement or stating that the requirement will be met? b.Level of Effort: 1) Did the offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule? 2) What is the realism of the allocated hours, labor categories, and materials proposed? c.Completeness: 1) Did the offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the contract and/or solicitation? 2) What was the degree of risk associated with the offeror's proposed approach and what is the likelihood of success of the proposed approach? d.Key Personnel: Did the offeror propose key personnel, including Project Manager and other resources relevant for this project and have the knowledge, skills and experience to perform the tasks required under this solicitation? 2. VOLUME II - PAST PERFORMANCE FACTOR a.Past Performance will be evaluated based on the vendor's demonstration of successful, recent (within the last five years), and relevant (i.e., experience in providing services similar in size, scope, and complexity as described in the SOW past performance in the private sector and Federal government. Experience of the vendor with business process mapping and modeling; data governance practices; and data management implementation are critical to successful implementation. b.The past performance submission shall be comprised of a narrative describing past performance to include a brief description of services provided and reference point of contact information, past performance questionnaires completed by references and submitted directly to VA. c.Past performance information may be for the offeror, predecessor companies, teaming partner/subcontractor that will perform major or critical aspects of the requirement, or personnel (managers, staff, and key personnel as identified in the solicitation) who have relevant experience IAW FAR 15.305(a)(2)(iii). Past Performance may also be for past or current contracts IAW FAR 15.305(a)(2)(ii). The following information must be included in the narrative for each reference that will provide a past performance questionnaire: i.Name and address, including zip code, of the Contracting Agency or Commercial Client ii.Contract Number iii.Brief description of contract/subcontract, the work performed, and relevance to this requirement iv.Total contract value v.Period of Performance vi.Contracting Officer's telephone number and email address vii.Program manager, project officer, or Contracting Officer's Technical Representative (COTR)'s telephone number and email address d.If the past performance provided is for key personnel, all of the above bulleted information may not apply. Therefore, past performance references for key personnel must include the following: i.Name and address, including zip code, of referenced employer ii.Brief description of the work performed, including experience, qualifications, and education of key personnel, and relevance to this requirement iii.Period of Performance iv.Immediate Supervisor's telephone number and email address v.Names of Key Personnel, employment status with the Offeror Completed Past Performance Questionnaires: Offerors may submit a maximum of three total Past Performance Questionnaires. The offeror shall distribute the Past Performance Questionnaire found in the solicitation to a point of contact for each of the past performance references found in the above mentioned narrative. Only one completed Past Performance Questionnaire per reference and a maximum number of three completed Past Performance Questionnaires will be accepted by the Government. The vendor shall instruct the point of contact at the referenced entity to return a copy of the completed questionnaire directly to the Contract Specialist at (TBD). NO LATER THAN THE CLOSING DATE OF THE SOLICITATION (inclusive of any closing date extensions granted via amendment). If the Offeror has no relevant past performance, it shall affirmatively state that it possesses no relevant past performance. 3. VOLUME III - SOCIOECONOMIC CONSIDERATIONS The order of preference will be: a. Service-Disabled Veteran-Owned Small Business (SDVOSB) b. Veteran-Owned Small Business (VOSB) c. Non-Veteran Owned Offerors who are subcontracting with SDVOSB(s) or VOSB(s) 1. Substantiating documents such as teaming agreements, Mentor Protégé agreements, and the like must be submitted with the offer. To receive credit as an SDVOSB or VOSB, an Offeror must be registered and verified in the System for Acquisition Management, (SAM.gov) receive new contract. 2. Non-Veteran Owned Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. To the maximum extent feasible, the contractor and any subcontractors shall comply with VA's VOSB, SDVOSB, socioeconomic, and other small business goals, including, but not limited to, 38 U.S.C. §8127. a.The Offeror shall agree, if awarded a contract, to use the SDVOSB or VOSBs proposed as subcontractors or to substitute one or more SDVOSBs or VOSBs for subcontract work of the same or similar value. b.The VA will assign evaluation credit for an Offeror (prime Contractor) that is a SDVOSB or VOSB. Non-Veteran owned firms that subcontract 7% or more of the contract value to a SDVOSB or 10% or more of the contract value to VOSB will also receive evaluation credit. The factor will be evaluated by the SSA/CO. 4. VOLUME IV - PRICE Price will not be evaluated adjectivally or assigned a score. The Government shall evaluate price to determine whether or not it is considered fair and reasonable based on FAR 8.405-2(d). In accordance with FAR 8.404 (d), GSA has already determined the prices of supplies and fixed-price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable. Therefore, the CO will be responsible for determining that the total price is reasonable from all responses received in accordance with the evaluation criteria provided to the contractors. All proposals shall be subject to evaluation by a team of at least three Government personnel. Contents of the written proposals will be evaluated to determine the degree and extent to which the requirements set forth in the Request for Proposal (RFQ) and SOW are satisfied. 13. EVALUATION APPROACH Contents of the written proposals will be evaluated to determine the degree and extent to which the requirements set forth in the Request for Proposal (RFQ) and SOW are satisfied. TECHNICAL EVALUATION APPROACH The Government will evaluate the Contractor's proposals based on their: a.Understanding of the Problem - The proposal will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in solving the problems and meeting the requirements presented in the contract, and the extent to which uncertainties are identified and resolutions proposed. The proposal will be evaluated strictly in accordance with its written content. A proposal which merely restates the requirement or states that the requirement will be met, without providing supporting rationale, is not sufficient. b.Feasibility of Approach - The proposal will be evaluated to determine whether the Offeror's methods and approach to meeting the contract requirements provide the Government with a high level of confidence of successful completion within the required schedule. The evaluation will also consider the realism of the allocated hours, labor categories, and materials being proposed. c.Completeness - The proposal will be evaluated to determine whether the Offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the contract and/or solicitation. The proposal will be evaluated to determine the extent to which each requirement has been addressed. Risk relative to the proposed Technical Approach is evaluated as part of the Technical Evaluation to ascertain the degree of risk associated with the Offeror's proposed approach and the likelihood of success of the proposed approach. d.Level of Effort - The technical review team will be responsible for considering the level of effort and the mix of labor proposed to perform a specific task being ordered. PAST PERFORMANCE EVALUATION APPROACH The Past Performance Approach will be evaluated based on the narrative, Past Performance Questionnaires (PPQs), and other Government sources for quality, timeliness, and relevance (i.e., experience in providing services similar in size, scope, and complexity as described in the SOW. The Government will make determination of relevance. If no past performance information is readily available (FAR 15.306(a) (2) (iv)), the Offeror's past performance will not be evaluated favorably or unfavorably. SOCIOECONOMIC CONDITIONS APPROACH In accordance with VAAR 852.215-70, SDVOSB, and VOSB Evaluation Factors, the Government will assign evaluation credit for an Offeror (prime contractor) which is a SDVOSB or some consideration for a VOSB. Non-Veteran Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. In accordance with VAAR 852.219-72, Evaluation Factor for Participation in the VA Mentor-Protégé Program, the Government will assign credit to large businesses with approved Mentor-Protégé Agreements. PRICE EVALUATION APPROACH The Government shall evaluate price to determine whether or not it is considered fair and reasonable based on FAR 8.405-2(d). In accordance with FAR 8.404 (d), GSA has already determined the prices of supplies and fixed-price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable. Therefore, the Contracting Officer will be responsible for determining that the total price is reasonable from all responses received in accordance with the evaluation criteria provided to the contractors NOTE: Non-price factors are significantly more important than price. DEFINITIONS Strength: Results in significant benefit to the Government; potential for significant positive impact on quality of products or services. Weakness: A flaw in the proposal that increases the risk of unsuccessful contract performance. Significant Weakness: A flaw that appreciably increases the risk of unsuccessful contract performance. Deficiency: Is a material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. 1.TECHNICAL APPROACH RATING DEFINITIONS Technical Approach will be evaluated against the following ratings: RatingDefinition ExcellentThe proposed approach indicates an exceptional and comprehensive understanding of the program goals, resources, schedules, and other aspects essential to the performance of the program. The proposal contains major strengths, exceptional features, or innovations that should substantially benefit the program. There are no weaknesses or deficiencies. The relative risk associated with the proposed Technical Approach is very low.GoodThe proposed approach indicates a thorough understanding of the program goals and the methods, resources, schedules, and other aspects essential to the performance of the program. The proposal has major strengths and/or minor strengths, which indicate that the proposed approach will benefit the program. Weaknesses, if any, are minor and are more than offset by strengths. The relative risk associated with the proposed Technical Approach is low. SatisfactoryThe proposed approach indicates an adequate understanding of the program goals and the methods, resources, schedules, and other aspects essential to the performance of the program. There are some exceptional features to benefit the program. The proposal has some weaknesses that are offset by strengths. The relative risk associated with the proposed Technical Approach is moderate. MarginalThe proposed approach indicates a superficial or vague understanding of the program goals and the methods, resources, schedules, and other aspects essential to the performance of the program. Numerous weaknesses and/or deficiencies exist which are not offset by strengths. The relative risk associated with the proposed Technical Approach is substantial. UnsatisfactoryThe proposed approach indicates a lack of understanding of the program goals and the methods, resources, schedules, and other aspects essential to the performance of the program. Significant weaknesses and/or deficiencies exist. The relative risk associated with the proposed Technical Approach is unacceptable. 2.PAST PERFORMANCE FACTOR RATING DEFINITIONS The Government will evaluate past performance using the following adjectival ratings: RatingDefinition Neutral/ UnknownOfferor has no record of relevant past performance or for whom information on past performance is not available. (See FAR 15.305(a) (2) (iv)). ExcellentBased on the Offeror's performance record, essentially no risk exists that the Offeror will successfully perform the required effort. Past performance effort involved essentially the same size, scope, and complexity this solicitation requires. GoodBased on the Offeror's performance record, low risk exists that the Offeror will successfully perform the required effort. Past performance effort involved much of the size, scope, and complexity this solicitation requires. SatisfactoryBased on the Offeror's performance record, moderate risk exists that the Offeror will successfully perform the required effort. Past performance effort involved some of the size, scope, and complexity this solicitation requires. MarginalBased on the Offeror's performance record, substantial risk exists that the Offeror will successfully perform the required effort. Past performance effort involved very little of the size, scope, and complexity this solicitation requires. UnsatisfactoryBased on the Offeror's performance record, extreme risk exists that the Offeror will successfully perform the required effort. Past/present performance effort did not involve the size, scope, or complexity this solicitation required. 3.SOCIOECONOMIC CONSIDERATIONS FACTOR RATING DEFINITIONS The Government will evaluate Socioeconomic Considerations using the following adjectival ratings: AdjectiveExplanation Full CreditEligible SDVOSB Partial CreditEligible VOSB Some CreditNon-veteran Offerors proposing to use SDVOSB or VOSB as subcontractors with executed teaming agreements, Mentor-Protégé, or the like for 7% or more of the value to an SDVOSB or 10% or more of the value to a VOSB No Evaluation CreditThe Offeror is not an SDVOSB or VOSB nor has it subcontracted or executed teaming agreements, Mentor-Protégé, or the like for 7% or more of the value to an SDVOSB or for 10% or more of the value to a VOSB 4.PRICE FACTOR See above Section E.4 above. Price will not be evaluated adjectivally. SUBMISSIONS: All questions must be submitted to (TBD), Contract Specialist by e-mail only no later than 10:00pm EDST on Monday, June 01, 2015. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information must be submitted no later than 10:00 a.m. EDST, Monday, June 15, 2015. Technical questions and quotes must be sent by email to (TBD). FAR NumberTitleDate 52.212-2EVALUATION-COMMERCIAL ITEMSOCT 2014 52.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMSDEC 2014 52.212-5CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMSDEC 2014 52.216-18ORDERINGOCT 1995 52.216-21REQUIREMENTSOCT 1995 52.217-8OPTION TO EXTEND SERVICESNOV 1999 52.217-9OPTION TO EXTEND THE TERM OF THE CONTRACTMAR 2000 52.219-6NOTICE OF TOTAL SMALL BUSINESS SET-ASIDENOV 2011 52.247-21CONTRACTOR LIABILITY FOR PERSONAL INJURY AND/OR PROPERTY DAMAGEAPR 1984 The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) ) Offeror shall provide a quote addressing all CLINS: 0001 52.212-2 Evaluation-Commercial Items (JAN 1999) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.217-5Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) VAAR Provisions: 852.203-70Commercial Advertising (JAN 2008) 852.211-73 Brand Name or Equal (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representative of Contracting Officers (JAN 2008) 852.273-74Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2015) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment (End of Clause) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 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 5 years. (End of Clause) -52.222-3Convict Labor -52.222-19 Child Labor - Cooperation with Authorities and Remedies -52.222-21 Prohibition of Segregated Facilities -52.222-26 Equal Opportunity -52.222-35 Equal Opportunity for Veterans -52.222-36 Affirmative Action for Workers with Disabilities -52.222-41 Service Contract Labor Standards -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving -52.227-17 Rights in Data-Special works -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement 52.252-2 Clauses incorporated by Reference (FEB 1998)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24615Q1079/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-15-Q-1079 VA246-15-Q-1079_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2210169&FileName=VA246-15-Q-1079-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2210169&FileName=VA246-15-Q-1079-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03824143-W 20150806/150805001105-265af9a368909457769698ef6eab2194 (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.