Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
DOCUMENT

R -- Courier Services for STVHCS Pharmacy - Attachment

Notice Date
8/11/2017
 
Notice Type
Attachment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 17;5441 Babcock Rd., Ste. 302;San Antonio TX 78240
 
ZIP Code
78240
 
Solicitation Number
VA25717Q1016
 
Response Due
8/29/2017
 
Archive Date
9/13/2017
 
Point of Contact
Vance Farrell
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number VA257-17-Q-1016 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This solicitation is set-aside for a Service-Disabled Veteran-Owned Small Business concern with the associated NAICS code of 492110, which has a small business size standard of 1,500. (v) See attached Statement of Work and attached schedule for the contract line item number(s), services, quantities, and options requested in this solicitation. (vi) This requirement is for Courier Services for the South Texas Veterans Health Care System. See attached Statement of Work for the locations and the attached schedule for the requirements for the services that are to be performed. (vii) The anticipated base Period of Performance for the services is approximately 01 September 2017 thru 30 August 2018. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. See item xiii below for additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Offers will be evaluated as acceptable or unacceptable for technical capability and be evaluated for past performance as acceptable or unacceptable, and then those proposals found technically acceptable will be evaluated by price as lowest priced, technically acceptable (LPTA). (x) Offerors whom have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do not need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition. (a). This solicitation includes FAR clause 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. Offerors must be verified in the Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP) to be eligible for contract award. An Offeror s offer constitutes they will be following the clause agreement (FAR 52.219-27 (d)(1)), that states at least 50 percent of the cost of personnel for contract performance will be spent on employees of the concern or employees of other service-disabled veteran-owned small business concerns. (xiii) This acquisition includes additional submission requirements. See attached Statement of Work for the terms and conditions of the requirement. Other additional submission requirements are: Offerors must include a written capability statement [Technical] with their proposal. The capabilities description must describe the Contractor s ability to perform the services that are described in the Statement of Work. Evaluation sub-factors include: Description of personnel, qualifications for compliance with applicable laws and regulations, equipment, and procedures that will be used to perform the services. Description of the ability to meet the schedule The written capability statement will be evaluated and assessed as either acceptable or unacceptable. Failure to submit a capability statement may determine the offer to be assessed as technically unacceptable. Offerors are to provide pricing with their offer. Offerors may provide pricing for the line item(s) on the schedule in their own format, or on the attached schedule and provide it with their proposal. Price will be evaluated as Lowest-Priced Technically Acceptable (LPTA). This solicitation includes Past Performance for evaluation [Technical]. The VA will review past performance information submitted and found for the offeror. Offerors may include past performance references and information on past performance problems that occurred and what corrective actions the Offeror took to overcome them with their offers. The government will review past performance information that was provided with offers and information in government past performance systems for evaluation. Offers found with unsubstantiated unsatisfactory past performance records may be determined to be technically unacceptable. Past Performance will be evaluated and assessed as either acceptable or unacceptable. Offerors that are considered corporations must submit a completed copy of provision 52.209-5, Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under any Federal Law, with their proposal. It is requested that all question asked during the solicitation be in writing prior to 18 August, 4:00 PM CST. Questions must be submitted in writing to the solicitation POC and must include a reference to the solicitation number. Due to multiple service locations, a formal site visit has not been scheduled for this solicitation. It is the responsibility of the offeror to understand the facility locations as described in the Statement of Work prior to offering an offer. In no event, shall failure to inspect the service sites, constitute grounds for a claim after contract award. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 29 August 2017, by 4:00 PM CST. Offers must be mailed or submitted by email (see size limit note below) to Vance Farrell at vance.farrell@va.gov. (xvi) Questions regarding information in the solicitation must be sent to the Point of Contact (POC), Vance Farrell, by email at vance.farrell@va.gov. Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 5MB. Multiple emails can be sent to the POC for a proposal. If a proposal is sent in multiple parts, it is recommended that a confirmation request be included in the final email, for the POC to acknowledge that all (parts) of the proposal have been received. Small businesses, especially veteran-owned and service-disabled veteran-owned small businesses are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. A website for locating the nearest PTAC is http://www.aptac-us.org
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25717Q1016/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-17-Q-1016 VA257-17-Q-1016_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728410&FileName=VA257-17-Q-1016-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728410&FileName=VA257-17-Q-1016-000.docx

 
File Name: VA257-17-Q-1016 S02 - VA257-17-Q-1016 - SF1449.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728411&FileName=VA257-17-Q-1016-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728411&FileName=VA257-17-Q-1016-001.pdf

 
File Name: VA257-17-Q-1016 A1 - Statement of Work - Pharmacy Courier Services.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728412&FileName=VA257-17-Q-1016-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728412&FileName=VA257-17-Q-1016-002.pdf

 
File Name: VA257-17-Q-1016 A2 - DoL Wage Determination 15-5253, Revision 2, 07-25-2017.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728413&FileName=VA257-17-Q-1016-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728413&FileName=VA257-17-Q-1016-003.pdf

 
File Name: VA257-17-Q-1016 A3 - DoL Wage Determination 15-5293, Revision 6, 07-25-2017.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728414&FileName=VA257-17-Q-1016-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3728414&FileName=VA257-17-Q-1016-004.pdf

 
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: Department of Veterans Affairs;South Texas Veterans Health Care System;Multiple Locations - See Attached SOW;7400 Merton Minter Blvd.;San Antonio, TX
Zip Code: 78229
 
Record
SN04624678-W 20170813/170811231743-b0877ca87b48634527d2c4b13c532b76 (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  © 1994-2020, Loren Data Corp.