Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2016 FBO #5242
DOCUMENT

Q -- 3D Imaging Reconstruction and Case Planning Services - Attachment

Notice Date
3/29/2016
 
Notice Type
Attachment
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 8;13800 Veterans Way;Orlando FL 32827
 
ZIP Code
32827
 
Solicitation Number
VA24816Q0720
 
Response Due
4/12/2016
 
Archive Date
7/20/2016
 
Point of Contact
Elizabeth Romero
 
E-Mail Address
eth.romero@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION North Florida/South Georgia Veteran System 3D Image Reconstruction and Case Planning Services General Information Document Type: Combined Synopsis/Solicitation Solicitation Number:VA248-16-Q-0720 Response Date/Time:04/12/2016-12:00 P.M. EST Classification Code:Q522 Set Aside:100% Small Business NAICS Code:621512 Contracting Office Address Department of Veterans Affairs Network Contracting Office (NCO) 8 Medical Sharing Team, Rm. 114 13800 Veterans Way Orlando, FL 32827 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.603, Streamlined Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under Simplified Acquisition Procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items and FAR Part 12, Acquisition of Commercial Items. The solicitation number is VA248-16-Q-0720 is issued as a Request for Quotations (RFQ). The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The associated North American Industrial Classification System (NAICS) code for this procurement is 621512 with a small business size standard of $15.0M. This RFQ and resultant contract is being conducted as a 100% Small Business (SB) set-aside and all responsible sources may submit a quotation under NAICS 621512 which shall be considered by the government. The North Florida/South Georgia Veterans Health System (hereinafter referred to as NF/SGVHS) requires contractual services to provide 3D Image Reconstruction and Case Planning services for vascular surgery for eligible veterans beneficiaries at Malcom Randal VA Medical located in Gainesville, FL specified in the attached Performance Work Statement (PWS). The NF/SGVHS intends to award a firm-fixed price, commercial item contract in response to this RFQ. The RFQ will start on the date this solicitation is posted and will close on 4-12-2016 12:00 P.M. Eastern Time. Purpose of Contract: See attached Performance Work Statement (PWS). Price Schedule: A list of contract line item numbers, quantities and unit of cases, including options are contained in the attached Price Schedule. The quoter is instructed to complete the unit cost and total annual cost based on the required quantity. Delivery Location: Department of Veterans Affairs, Malcom Randal VA Medical Center, located at 1601 SW Archer Road, Gainesville, FL 32608. 1.The provision at FAR 52.212-1, "Instructions to Offerors-Commercial Items" (OCT 2015) applies to this acquisition and the following addenda is provided. ADDENDUM TO 52.212-1: a. Paragraphs 52.212-1 (d), (e), (h), and (i) are deleted. b. Paragraph 52.212-1 (b) Submission of Quotes. (a) General: (i) Whenever, the words "offer," "proposal," "offerors," or similar terms are used in this solicitation, they shall be read to mean "quotation," "quoter," or similar corresponding term to reflect that this solicitation is a request for quotation and not a request for proposal or an invitation for bids. (ii) Once the Contracting Officer has decided to whom an offer will be issued, an offer requiring the quoter's signature will be issued. A contract will be in existence once both the quoter and the Contracting Officer have signed the contract. (b) Quotation packages shall consist of the following items: (i) Quotation package shall reference solicitation number VA248-16-Q-0720 and be signed by an authorized company representative. Include company address, cage code and DUNS number. (ii) Contract Line Item Numbers (CLINS). Provide pricing for each CLIN (Unit Cost/Total Annual Cost) (iii) Completed copy of FAR 52.219-28 - Post-Award Small Business Program Representation (July 2013) (iv) Completed copy of FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items (Mar 2015), Alt I (Oct 2014) or statement indicating that you have completed on-line at https://www.sam.gov. (v) Completed copy of FAR 52.209-7, Information Regarding Responsibility Matters (Jul 2013) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision) (vi) Completed FAR 52.203-2 Certificate of Independent Price Determination (Apr 1985) (a) The offeror certifies that -- (1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to - (i) Those prices; (ii) The intention to submit an offer; or (iii) The methods or factors used to calculate the prices offered. (2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition (b) Each signature on the offer is considered to be a certification by the signatory that the signatory -- (1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision; or (2)(i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision ____________________[insert full name of person(s) in the offeror's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror's organization]; (ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) of this provision have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision. (c) If the offeror deletes or modifies subparagraph (a)(2) of this provision, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure. (End of Provision) 2.52.212-2 Evaluation-Commercial Items (OCT 2014) (a)Evaluation Factors are located in FAR 52.212-2 and will be used to evaluate offers based on the written information submitted. (b)The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation factors are listed in descending order of importance: shall be used to evaluate offers: (1) Technical Capability (2) Past Performance (2) Price Technical and past performance, when combined, are significantly more important than price. (c)Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d)A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM to FAR 52.212-2 Evaluation-Commercial Items Paragraph (a) is hereby supplemented with the following: EVALUATION FACTORS (a)Quotations will be evaluated to determine compliance with all requirements of the RFQ, including any attachments. Award will be made to the quoter whose quote is most advantageous to the Government based upon an integrated assessment of the evaluation factors and sub-factors described below. The evaluation factors will be applied to all quotations in the same manner. Each quote will be evaluated strictly in accordance with its content and the Government will not assume that performance will include areas not specified in the quoter's quote. The Quoter shall demonstrate an understanding of the requirements of the PWS, and submit a quote that will meet those objectives. The quote will be evaluated based on the proposed approach to perform the work. Any quote that is not in compliance with the requirements of the RFQ will be considered unacceptable and ineligible for award. (b)The award will be made based on the best overall (i.e., best value) quote that is determined to be the most advantageous to the Government. The Technical factors and Past Performance when combined are significantly more important than price. However, price could become the determining factor, if the quotations are determined to be essentially equal. The trade-off between technical, past performance and price could result in awarding to other than the lowest quoter. (c)The following evaluation factors and sub-factors will be used to evaluate each quotes: FACTOR 1: TECHNICAL CAPABILITY Sub-factor 1. Describe your experience providing 3D image reconstruction and case planning services, no more than four pages. Provide the methods and processes that you will use to fulfill the requirement as outlined in the Performance Work Statement to include but not limited to a detailed description of your processes for initial verification of licensure, certification, education and completion of the health requirements for contractor's employee performing on this contract. Include copies of all licenses held in a State, Territory, or Commonwealth of the United States or the District of Columbia. Sub-factor 2. Describe your processes for ensuring licensure, certification, experience, continuing education and health requirements are kept current. Describe your plan and company policy to retain employees and/or subcontractor(s) with minimum turnover. Sub-factor 3. Describe the technical capability and understanding for meeting the contract requirement and to perform the services in a timely manner, without interruptions or problems. FACTOR 2: PAST PERFOMANCE Past Performance information is one (1) indicator of a quoter's ability to perform the contract successfully. The currency and relevance information, source of information, context of data, and general trends in quoter's performance will be considered as it pertains to the performance of work described in the RFQ. In the case of a quoter without a record of relevant past performance or for whom information on past performance is not available, the quoter may not be evaluated favorable or unfavorable on past performance. Quoters may provide any other sources, when evaluating the quoter's past performance. Quoters are required to submit the following: Sub-factor 1. The government will evaluate the quality and extent of the quoter's performance deemed relevant to the requirements of this RFQ. Provide a minimum of three (3) references of prior contracts that are similar in size and scope to this requirement, include any Federal, State, local government and commercial contracts within the last three (3) years of the RFQ issue date. Furnish the following information for each contract: 1) Company Name/Division Name 2) Product/Service 3) Contracting Agency/Customer 4) Contract Number 5) Contract Dollar Value 6) Period of Performance 7) Name, address, and telephone for the Assessor Sub-factor 2. The Government requests that the quoter send out the past performance questionnaire to each Assessor. Assessors shall submit the completed past performance questionnaire directly to the Contract Specialist (CS). Completed past performance questionnaires must be received by the RFQ closing date. The Government requests that a minimum of three (3) past performance questionnaires be received. NOTE: Past performance evaluations will be conducted using the past performance questionnaire (Attachment 2 of the RFQ), information obtained from the Contractor Performance Assessment Reporting System (CPARS) or Past Performance Information Retrieval System (PPIRS) and any other sources deemed appropriate. While the Government may elect to consider data obtained from other sources, as well as data on hand, the burden of providing current and complete past performance information rests with the quoter. The past performance information obtained will be used for both the responsibility determination and this evaluation factor. FACTOR 3: PRICE Price/Cost Schedule - Quoter shall submit pricing for all Contract Line Item Numbers (CLINS) to include option periods. Provide total pricing for the base and each option period, and total for entire quote. Price will be evaluated, but will not be rated. The cost stated in the schedule of service is to be all inclusive to provide the services as stated herein (and breakdown of cost or explanation of how/why do you came out with that price). (End of Addendum to 52.212-2) The following Federal Acquisition Regulations (FAR) and Veterans Administration Acquisition Regulations (VAAR) clauses are applicable: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) clauses cited (52.203-17, 52.204-4, 52.227-14, 52.232-40, 52.242-13); FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011); FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.224-1, Privacy Act Notification (Apr 1984); Supplemental Insurance Requirement (IAW FAR 28.307-2 and FAR 52.228-5); FAR 52.224-2, Privacy Act (Apr 1984); FAR 52.232-18, Availability of Funds; FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.232-18, Availability of Funds (Apr 1984); 52.237-3 Continuity of Services (Jan 1991); VAAR 852.203-70, Commercial Advertising (Jan 2008); VAAR 852.203-71, Display of Department of Veterans Affairs Hotline Poster (Dec1992); VAAR 852.232-72, Electronic Submission of Payment Request (Nov 2012); VAAR 852.237-7, Indemnification and Medical Liability Insurance (Jan 2008) ;VAAR 852.237-70, Contractor Responsibilities (Apr 1984); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2016). The following Provisions are applicable: FAR 52.212-1, Instruction to Offerors-Commercial Items (Oct 2015); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.209-5, Certification Regarding Responsibility Matters (Oct 2015); FAR 52.209-7, Information Regarding Responsibility Matters (Jul 2013); FAR 52.216-1, Type of Contract (Apr 1984); FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015); FAR 52.233-2, Service of Protest (Sep 2006); VAAR 852.209-70, Organizational Conflicts of Interest (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 852.271-70, Nondiscrimination in Services Provided to Beneficiaries (Jan 2008); VAAR 852.273-74, Award Without Exchanges (Jan 2003); FAR 52.212-2, Evaluation-Commercial Items (Oct 2014); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2016). The provisions and clauses may be accessed electronically at http://acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR). 3.Questions concerning RFQ. Direct questions regarding this combined synopsis/solicitation to the Contract Specialist, Elizabeth Romero at email elizabeth.romero@va.gov. All questions must be received no later than March 31, 2016 at 12:00 P.M. EST. The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the RFQ and to extend would not be in the best interest of the Government. No telephonic response will be accepted. 4.Submission of Quote: Quote and all supporting documents shall be submitted via email to the Contract Specialist, Elizabeth Romero at email elizabeth.romero@va.gov. Quote must be submitted no later than April 12, 2016 at 12:00 P.M. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24816Q0720/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-16-Q-0720 VA248-16-Q-0720_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643129&FileName=VA248-16-Q-0720-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643129&FileName=VA248-16-Q-0720-000.docx

 
File Name: VA248-16-Q-0720 Performance Work Statement.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643130&FileName=VA248-16-Q-0720-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643130&FileName=VA248-16-Q-0720-001.docx

 
File Name: VA248-16-Q-0720 Price-Cost Schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643131&FileName=VA248-16-Q-0720-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643131&FileName=VA248-16-Q-0720-002.docx

 
File Name: VA248-16-Q-0720 Attachment 1 (WD 05-2113 (Rev.-18)).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643132&FileName=VA248-16-Q-0720-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643132&FileName=VA248-16-Q-0720-003.docx

 
File Name: VA248-16-Q-0720 Attachment 2 (Past Performance Questionnaire).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643133&FileName=VA248-16-Q-0720-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643133&FileName=VA248-16-Q-0720-004.docx

 
File Name: VA248-16-Q-0720 Attachment 3 (QASP).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643134&FileName=VA248-16-Q-0720-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643134&FileName=VA248-16-Q-0720-005.docx

 
File Name: VA248-16-Q-0720 Attachment 4 (Contractor Certification).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643135&FileName=VA248-16-Q-0720-006.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643135&FileName=VA248-16-Q-0720-006.docx

 
File Name: VA248-16-Q-0720 Attachment 5 (Organizational Conflicts of Interest).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643136&FileName=VA248-16-Q-0720-007.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643136&FileName=VA248-16-Q-0720-007.docx

 
File Name: VA248-16-Q-0720 Attachment 6 (Contractor Certification Immigration and Nationality Act).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643137&FileName=VA248-16-Q-0720-008.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643137&FileName=VA248-16-Q-0720-008.docx

 
File Name: VA248-16-Q-0720 Attachment 7 (Contractor Rules of Behavior).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643138&FileName=VA248-16-Q-0720-009.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2643138&FileName=VA248-16-Q-0720-009.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04065298-W 20160331/160329234157-7464d837fd0770e0276594a0dd99be40 (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.