DOCUMENT
65 -- VISN 23-Radiation Dosage Tracking - Attachment
- Notice Date
- 9/4/2015
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
- ZIP Code
- 22408
- Solicitation Number
- VA11915R0362
- Response Due
- 9/4/2015
- Archive Date
- 10/4/2015
- Point of Contact
- Charisse James
- E-Mail Address
-
2-9734<br
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for commercial items, 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. Solicitation number VA119-15-R-0362 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Proposal (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-83-1 dated July 2, 2015. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 and the associated size standard is 500 employees. This procurement action is unrestricted. The Department of Veterans Affairs (VA) intends to award a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract in accordance with FAR Part 16.5 with a five year (60 month) ordering period. The purpose of this IDIQ is to order Radiation Dosage Tracking equipment to monitor and track patient radiation doses, including cumulative dose, from all specified sources of ionizing radiation. Delivery is FOB destination. Delivery Orders will be placed against this IDIQ in writing and will provide delivery locations, delivery dates and exact quantities. Contract Line Item Numbers (CLINs) are provided in Attachment 3 Price/Cost Schedule. Attachment 4 Statement of Work provides a description of the requirements of all items. All provisions and clauses below can be found in full text at http://farsite.hill.af.mil/vffara.htm. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition, addenda is below. Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 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 following factors shall be used to evaluate offers: Technical Capability Past Performance Price ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS All proposals shall be submitted electronically to Blake McIlvane (Contract Specialist) Blake.mcilvane@va.gov. Each volume shall be submitted on a separate PDF or Excel document. One copy of each volume will be required. In addition to a signed 1449, amendments, and representations and certifications, the proposals shall consist of the following four (3) volumes: 1) Volume I: Technical Capability 2) Volume II: Past Performance 3) Volume III: Price The use of hyperlinks in proposals is prohibited. 1. PROPOSAL FILES 1) Format: The submission shall be clearly indexed and logically assembled. 2) 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. o Proposal page limitations are applicable to this procurement. o The table below indicates the applicable maximum page count for each volume of the proposal. o All files shall be submitted as Acrobat Portable Document Format (.pdf) file/Excel File (.xls), or as compatible as indicated in the table. o 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. o 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. o Tables and illustrations may use a reduced font size no smaller than eight (8)-point and may be landscape. Line spacing shall be set at no less than single space. o Each paragraph shall be separated by at least one blank line. o Page numbers, company logos, and headers and footers may be within the page margins only and are not bound by the 12-point font requirement. o Footnotes to text shall not be added. o If the proposal includes annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the page limitations unless otherwise indicated in the specific volume instructions below. o 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. oThe page count will be determined by counting the pages in the order they appear in the print layout view. 3) Content Requirements: All information shall be confined to the appropriate file. The proposal shall include submissions to essential matters, sufficient to define the proposal, and provide an adequate basis for evaluation. Proposals shall include 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 File NamePage Limitations Volume ITechnical CapabilityTech Approach.pdf 10 pages max Volume IIPast PerformancePast Perf.pdfNo limit (3-5 PPQs) Volume IIIPricePrice/Cost Schedule.xls/pdfnone 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. Volume I-Technical Capability Offerors shall provide product literature, to include technical features and warranty information. Product literature shall clearly state how all requirements of the SOW have been satisfied for each modality. If a solution cannot be provided for a specific modality, offerors shall state that. Volume II-Past Performance Provide a minimum of three and no more than five PPQs (Attachment 2), for Government/Commercial contracts (prime contracts, calls, and/or major subcontracts) in performance during the past three years from the date of issuance of the final solicitation, which are relevant to the efforts required by this solicitation. Areas of relevance include projects of similar size and scope that cover areas of the PWS. If the Offeror has no relevant past performance, it shall affirmatively state that it possesses no relevant past performance rather than failing to provide PPQs. Offerors shall submit a narrative containing a minimum of three and no more than five Government/Commercial contracts (prime contracts, calls, and/or major subcontracts) in performance during the past three years from the date of issuance of the final solicitation, which are relevant to the efforts required by this solicitation. Areas of relevance include projects of similar size and scope that cover areas of the PWS. The information provided shall coincide with the PPQs. This Volume shall be organized into the following sections for each project being used as past performance: a.Section 1 - Contract Descriptions. This section shall include the following information: 1)Offeror place of performance, Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) Number. If the work was performed as a Subcontractor, also provide the name of the prime Vendor and Point of Contact (POC) within the prime vendor organization (name, current address, e-mail address and telephone and fax numbers); 2)Government Contracting Activity and current address, Procuring CO's name, e-mail address, and telephone and fax numbers; 3)Government's Contracting Officer's Representative (COR) current e-mail address, and telephone and fax numbers; 4)Government contract administration activity and the Administrative CO's name, current e-mail address, and telephone and fax numbers; 5)Contract Number and, in the case of Indefinite Delivery type contracts, GSA contracts and BPAs also include Delivery Order Numbers; 6)Contract Type (specific type such as FFP, Cost Reimbursement, T&M, etc.) In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity and Indefinite Quantity) and secondary contract type (FFP, Cost Reimbursement, T&M,); 7)Awarded price/cost; 8)Final or projected final price/cost; 9)Original delivery schedule, including dates of start and completion of work; and 10)Final or projected final, delivery schedule, including dates of start and completion of work. b. Section 2 - Performance. Offerors shall provide a specific narrative explanation of each contract listed in Section 1 describing the objectives achieved and detailing how the effort is relevant to the requirements of this solicitation. For any contract(s)/ call(s) that did not/do not meet original schedule or technical performance requirement, provide a brief explanation of the reason(s) for the shortcoming(s) and any corrective action(s) taken to avoid recurrence. The Offerors shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. The Offerors shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. c. Section 3 - New Corporate Entities. New corporate entities may submit data on prior contracts involving its officers and employees. In addition to the other requirements in this section, the Offeror shall discuss in detail the role performed by such persons in the prior contracts cited. Information should be included in the files described in the sections above. d. Section 4- The past performance of Offerors in complying with subcontracting plan goals if any over the last three years from the date of issuance of the final solicitation. This can be related to any effort that included a subcontracting effort. Note: If the experience(s) described by the Offeror (as part of its proposal) required subcontracting or other external resource usage, these relationships must be clearly explained. Volume III-Price Quoters shall complete and return a copy of Attachment 3 Price/Cost Schedule for evaluation purposes. Price shall include all costs associated with execution of the requirements in accordance with the SOW. ADDENDUM to FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS The Department of Veterans Affairs (VA) Strategic Acquisition Center is issuing this Request for Proposal (RFP) to award a five year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The Government will make an award to the responsible Offeror whose proposal conforms to the solicitation and is most advantageous to the Government (i.e., that which represents the best value to the Government), price and other factors considered. The following factors will be used to evaluate proposals: Technical Capability, Past Performance, and Price. Volume I-Technical Capability Technical Capability will be evaluated to determine if product literature provided clearly states how all requirements of the SOW have been satisfied for each modality and all minimum requirements listed in the SOW have been met. The technical capability will be given an adjectival rating. Volume II-Past Performance The Past Performance will be evaluated based on Past Performance Questionnaires (PPQs) (See Attachment 5 of the RFP), the written narrative provided and other Government sources including Past Performance Retrieval System (PPIRS) and given an adjectival rating. All sources of past performance will be reviewed to determine if its recent and relevant. Recent work is considered any contract awarded within the past three years from the date of issuance of the final solicitation, which are relevant to the efforts required by this solicitation. Areas of relevance include projects of similar size and scope that cover areas of the PWS Volume III-Price Attachment 3, Price/Cost Schedule will be reviewed and all CLIN prices will be added for a total price for evaluation purposes. Total price will be evaluated in accordance with FAR 13.106-3. Offers that can integrate with more than Computerized Tomography (CT) and fluoroscopy modalities will be given preference. All interested Offerors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/. Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, applies. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies. The Defense Priorities and Allocations Systems (DPAS) and assigned rating do not apply to this acquisition. The following Provisions and Clauses apply: FAR 52.202-1 Definitions (NOV 2013); FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); VAAR 852.203-70 Commercial Advertising (JAN 2008); VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster(DEC 1992); 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); VAAR 852.246-71 Inspection (JAN 2008); VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); VAAR 852.233-71 Alternate protest procedure (JAN 1998); VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008); VAAR 852.273-70 Late Offers (JAN 2003); VAAR 852.273-74 Award Without Exchanges (JAN 2003) Quotes are due by 12:00 noon EDT on September 9, 2015. POC regarding this combined synopsis/solicitation is Blake McIlvane, Contract Specialist, telephone - 202-679-2883, email Blake.mcilvane@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7c57400f66d93500d7e5ccfef08a70c0)
- Document(s)
- Attachment
- File Name: VA119-15-R-0362 VA119-15-R-0362.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301630&FileName=VA119-15-R-0362-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301630&FileName=VA119-15-R-0362-000.docx
- File Name: VA119-15-R-0362 Attachment 1-VISN23_RadiationEmittingInventory.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301631&FileName=VA119-15-R-0362-001.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301631&FileName=VA119-15-R-0362-001.xlsx
- File Name: VA119-15-R-0362 Attachment 2-VISN23_ModalityProcedureVolumes.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301632&FileName=VA119-15-R-0362-002.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301632&FileName=VA119-15-R-0362-002.xlsx
- File Name: VA119-15-R-0362 Attachment 3-PriceCost Schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301633&FileName=VA119-15-R-0362-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301633&FileName=VA119-15-R-0362-003.docx
- File Name: VA119-15-R-0362 Attachment 4-Statement of Work-Radiation Dosage Tracking.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301634&FileName=VA119-15-R-0362-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301634&FileName=VA119-15-R-0362-004.docx
- File Name: VA119-15-R-0362 Attachment 5-Past Performance Questionnaire.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301635&FileName=VA119-15-R-0362-005.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301635&FileName=VA119-15-R-0362-005.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA119-15-R-0362 VA119-15-R-0362.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301630&FileName=VA119-15-R-0362-000.docx)
- Record
- SN03872987-W 20150906/150904235213-7c57400f66d93500d7e5ccfef08a70c0 (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 |