Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2016 FBO #5453
DOCUMENT

U -- NCA Director Intern 5-day Team Building training, Subject to availability of FY17 funds - Attachment

Notice Date
10/26/2016
 
Notice Type
Attachment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617Q0027
 
Response Due
11/2/2016
 
Archive Date
12/2/2016
 
Point of Contact
Auvorie Benson
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation For 5-day Team Building Module THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCAIL SERVICES AND 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; QUOTES ARE BEING REQUESTED AND A SEPARATE SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. SOLICITATION VA786-17-Q-0027 IS BEING ISSUED AS A REQUEST FOR QUOTE (RFQ). THIS NOTICE AND THE INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH THE FEDERAL ACQUISITION REGULATIONS (FAR). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTE. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-80 and are available in full text through Internet access at http://www.acquisition.gov/far. 1. This is a 100% Service Disabled Veteran Owned Small Business (SDVOSB), Open Market procurement. The Department of Veterans Affairs (VA), National Cemetery Administration (NCA) intends to award a Firm Fixed Price (FFP) contract. The North American Industry Classification System (NAICS) code is 611430 Professional and Management Development Training and the size standard is $11.0 M. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response. Prospective awardees MUST be registered with the System for Award Management (SAM )at http://www.sam.gov, PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. 2. The requirement is for a 5-day Team Building module that will be performed during the week of December 5-9, 2016 at the NCA National Training Center in St. Louis. Period of performance is from date of award until September 30, 2017. 3. This combined synopsis & solicitation notice is a request for competitive quotes. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered by the Contracting Office. A single award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Item (CLIN(s)) PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Product Number: 206-2017 Cemetery Director Intern Team Building Trng 1.00 jb __________________ __________________ GRAND TOTAL __________________ SEE ATTACHED STATEMENT OF WORK AND ALL OTHER CORRESPONDING ATTACHMENTS 4. The following Provisions and Clauses apply to this procurement: a). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The proposal package shall contain the following: Technical Qualifications in a written narrative in.doc or.docx format or PDF as specified for the Government s evaluation. Three (3) past performance references within the last 3 years that are similar in size and scope to this solicitation in.doc or.docx format or PDF. Use the Past Performance Questionnaire. Prepare one for each reference. Additional references will not be acknowledged. Only the (3) most current past performances will be reviewed. Completed Schedule of Prices in.doc or.docx format or PDF. Required representations and certifications in.doc or.docx format or PDF. Acknowledgement of any amendments Failure to submit all required documentation may result in your submission being determined technically unacceptable and removed from further consideration. PROPOSAL FORMAT 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 11-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 (8)-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 may be within the page margins only and are not bound by the 11-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. The following page limitations are applicable to this procurement: Volume Factor Page Limitations Volume I Technical 20 pages single-sided Volume II Past Performance 6 pages single-sided (Excludes Business Management Questionnaires) Volume III Price No Limit A cover page and/or table of contents, which are not required, will be included in the page count of the Technical Volume if included in the Volume. A glossary of abbreviations or acronyms will not be included in the page count of the Technical Volume. Proposal packages that do not contain all of the above materials may be rejected. Proposal packages that fail to include sufficient Technical, Past Performance and/or Price information for a competitive evaluation may result in the proposal being rejected and not considered. Proposals that are not received completely by the time and date specified in Block 8 of the SF 1449 will be rejected and shall not be considered. b). The provision at 52.212-2, Evaluation -- Commercial Items. 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. Non-Price Factors (1) Past Performance; (2) Technical/Quality; and (3) Price. Overall, factors 1 & 2 when combined are significantly more important than price. c). The provision at Addendum to FAR 52.212-2 Evaluation-Commercial Items (OCT 2014). Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when proposals are submitted and at the time of award. (See Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Service-disabled Veteran-owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated. Evaluation Process: The Government will use a Best Value Tradeoff approach to select the awardee. Proposals will be evaluated based on the following factors, listed as shown below: Past Performance: Past performance will be evaluated for quality, schedule (timeliness), business relations, problem resolution, management of key personnel, safety, price/invoice control, regulatory compliance and overall performance. In addition, the Government will evaluate the relevance of your past performance (i.e. experience in providing services similar in size, scope, and complexity as described in the Statement of Work (SOW)). If no past performance information is readily available the Offeror s past performance will be evaluated neither favorably nor unfavorably. Provide at least three (3) references to include same or similar work. Use Past Performance Questionnaires. You must include accurate and current POC name, telephone numbers and email address with each reference.  The Government will not research contact phone numbers or emails. If a reference cannot be reached with the information provided, the offeror will not get credit for that referral. However, the absence of past performance information will be evaluated neither favorably nor unfavorably. References that are not comparable in size, scope and value to the solicited requirement may be given less consideration. Provide feedback from past participant surveys, if available Technical/Quality: Offerors must provide information for the following sub-factors, which are weighted equally: Experience of company and/or subcontractors in performing this type of work: extensive leadership/professional development experience (prior experience working in the Federal sector is required) Based on summary of professional qualifications, (résumés of key technical personnel, certifications, etc.) Experience producing and delivering training of a similar nature and scope: have you done/performed services described in the Statement of Work? Please explain in detail, (include the Description, Size, Scope, Dollar Value of similar projects). Offerors shall provide the following: Learning objectives and a detailed lesson plan/course outline as part of the submitted proposal. Any proposed subcontractors listed and their socioeconomic status (e.g., Disabled/Veteran owned, Woman owned, Small, Large Business, etc) list the type and percentage of work the Prime Contractor will perform and that the subcontractor will perform. Provide any additional information that will assist in understanding your plan/approach and superiority in providing services. Price: Price analysis will be conducted to determine a fair and reasonable price. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. For evaluation purposes the offered price will be determined by calculating the total price of Contract Line Item Numbers (CLINs) in order to determine a total amount. The lowest priced proposal may not necessarily receive the award. This is not an Invitation for Bid. Past performance and technical, when combined, are significantly more important than price. The Government will research information and databases to aid in establishing contractor s responsibility and ability to perform. The databases include, but are not limited to Experian, PPIRS, SAM.gov, VetBiz and SBA. The Government retains the right to award without discussions. Therefore, offerors are encouraged to provide their best proposals with the materials requested for evaluation. Failure to submit all required documentation as required may result in your submission being found to be technically unacceptable. c).The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition. d). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. e). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Quotes are due on November 2, 2016 11:59 PM EST. IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION OF THEIR QUOTE IN THE VENDOR PORTAL. PROCEDURES FOR UPDATING AN ALREADY SUBMITTED QUOTE ARE PROVIDED IN THE VENDOR PORTAL GUIDE. Please go the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on Request a user account to register. In the event an Offeror is unable to submit their quote through the Vendor Portal domain, prior to the deadline for submission of quotes, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Quote transmission/successful uploads must be completed by the deadline for submission of Quotes. Offerors unable to submit their quote through VA eCMS Vendor Portal, may submit their quotes via email, PROVIDED THE VA eCMS Vendor Portal registration requirements have been fulfilled AND Offerors have contacted the VAAS helpdesk for assistance in their quote submission. A copy of the email correspondence with the VAAS helpdesk shall be forwarded to the Contract Specialist, Auvorie Benson at Auvorie.benson@va.gov as proof of email correspondence. If a request for assistance with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit a quote prior to the closing date, via the Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a quote via the Portal. The offeror shall receive approval from the contracting officer prior to submitting a quote via email. This document shall be submitted with the Offeror s quote. In the event an Offeror has not requested submission assistance from the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit their quote via Vendor Portal, the Offeror will be considered non responsive and the quote, if late, will not be accepted. Clauses: SBA ACT 8(D)(13)(B); DIGNITY STANDARDS ; FAR 52.212-4, Contract Terms and Conditions (MAY 2015) applies to this acquisition. Addendum to The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2015) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-99, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION) (FEB 2015); 52.216-21, Requirements (Oct 1995); 52.217-8, Option To Extend Services (NOV 1999); 52.228-5, Insurance-Work On A Government Installation (JAN 1997); 52.232-18, Availability Of Funds (APR 1984); 52.232-19, Availability of Funds For The Next Fiscal Year (APR 1984)Federal Acquisition Regulations (FAR) PROVISIONS AND CLAUSES: CLAUSES INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference; 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2015); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984); Stop Work Order (AUG 1987); 52.243-1, Changes-Fixed Price Alternate (APR 1987; 52.246-16 Responsibility For Supplies (APR 1984); 52.246-1 Contractor Inspection Requirements (APR 1984); 52.246-4, Inspection of Services-Fixed Price (AUG 1996); Limitations on Subcontracting-Monitoring and Compliance (JUN 2011) http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm Solicitation Provisions: 52.212-1, Instructions to Offerors- Commercial Items (OCT 2015); 52.203-98, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation ) (FEB 2015); 52.212-2, Evaluation-Commercial Items (OCT 2014); 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2015); PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.204-7, System for Award Management (JUL 2013); 52.204-16, Commercial and Government Entity Code Reporting (JUL 2015); 52.204-17, Ownership Or Control Of Offeror (NOV 2014). VAAR: The VAAR Clauses applicable to this acquisition are 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992); 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009); Electronic Submission Of Payment Request (NOV 2012); 852.233-7,1 Alternate protest procedure (JAN 1998); 852.237-70, Contractor Responsibilities (APR 1984); 852.246-71, Inspection (JAN 2008); 852.270-1, Representatives of Contracting Officers (JAN 2008). Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. ALL QUESTIONS SHALL BE DIRECTED TO THE CONTRACT SPECIALIST AND CONTRACTING OFFICER ONLY! Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to Auvorie Benson at Auvorie.benson@va.gov. All questions must be received by no later than October 31, 2016 at 3:00 PM E.S.T. to give reasonable time to respond to questions prior to close of the solicitation. No questions will be accepted after October 31, 2016 at 3:00pm E.S.T.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0027/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-Q-0027 VA786-17-Q-0027.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3077025&FileName=VA786-17-Q-0027-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3077025&FileName=VA786-17-Q-0027-000.docx

 
File Name: VA786-17-Q-0027 Attachment A - Statement of Work.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3077026&FileName=VA786-17-Q-0027-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3077026&FileName=VA786-17-Q-0027-001.doc

 
File Name: VA786-17-Q-0027 Attachment B - PAST PERFORMANCE QUESTIONNAIRE (May 2014).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3077027&FileName=VA786-17-Q-0027-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3077027&FileName=VA786-17-Q-0027-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NCA National Training Center;4850 Lemay Ferry Road;Suite 110;St. Louis, MO 63129
Zip Code: 63129
 
Record
SN04312949-W 20161028/161026233932-4890973ef0b08e011dd0d7cf81503f7a (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.