DOCUMENT
R -- Secure Document Destruction Services - Attachment
- Notice Date
- 10/13/2017
- Notice Type
- Attachment
- NAICS
- 561990
— All Other Support 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
- 36C25718Q0006
- Response Due
- 10/18/2017
- Archive Date
- 11/3/2017
- Point of Contact
- Vance Farrell
- Small Business Set-Aside
- N/A
- Description
- The text of the combined synopsis/solicitation has been revised to the following: 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; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25718Q0006 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 561990, which has a small business size standard of $11,000,000.00. (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 Secure Document Destruction 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 1 November 2017 thru 31 October 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 lowest-priced, technically acceptable (LPTA). Offerors technical capability (technical capability and past performance) will be assessed as either acceptable, or unacceptable. The lowest priced offer will be evaluated for technical capability first. If the lowest priced offer is found to be technically acceptable, the offer will be considered the apparent successful offer. If the lowest priced offer is found to be technically unacceptable, the next lowest priced offer will be evaluated for technical capability next, and so on, until the first technically acceptable offer has been assessed. Not all offers received during the solicitation may be assessed for technical capability. The past performance of offerors will also be evaluated in the solicitation. Past performance for the offeror will be assessed as either acceptable or unacceptable. (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. (xiii) This solicitation 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 secure containers, mobile destruction equipment, and procedures that will be used to perform secure document destruction services Description of the Contractor s personnel qualifications, and current or proposed compliance with applicable laws and regulations Description of the Contractor s insurance, or the description of acquiring insurance before start of the performance of services Description of the ability to meet the schedule The written capability statement will be evaluated and assessed as either acceptable or 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 offer. 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 must provide a contract effective date with their offer if a short-term delay is needed to acquire the necessary secure containers for the requirement. It is anticipated that a notice to proceed will be issued to the apparent successful offeror. 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. This solicitation includes VAAR Clause 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (Deviation). Offerors must complete the acknowledgement of Limitations on Subcontracting form, Revised 11 October, provided in the solicitation amendment, and provide a copy with their offer. It is requested that all questions asked during the solicitation be submitted in writing to the POC prior to 12 October, 4:00 PM CST. 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 making 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 18 October 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 an offer. If an offer 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 offer 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/36C25718Q0006/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718Q0006 A00001 36C25718Q0006 A00001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848905&FileName=36C25718Q0006-A00001000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848905&FileName=36C25718Q0006-A00001000.docx
- File Name: 36C25718Q0006 A00001 S06 - 36C25718Q0006 A00001.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848906&FileName=36C25718Q0006-A00001001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848906&FileName=36C25718Q0006-A00001001.pdf
- File Name: 36C25718Q0006 A00001 Limitation on Subcontracting - Acknowledgement Form, Revised 10-11-2017.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848908&FileName=36C25718Q0006-A00001002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848908&FileName=36C25718Q0006-A00001002.pdf
- File Name: 36C25718Q0006 A00001 13 CFR - 2017-sec 125-6.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848909&FileName=36C25718Q0006-A00001003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848909&FileName=36C25718Q0006-A00001003.pdf
- File Name: 36C25718Q0006 A00001 Questions and Responses.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848910&FileName=36C25718Q0006-A00001004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848910&FileName=36C25718Q0006-A00001004.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718Q0006 A00001 36C25718Q0006 A00001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848905&FileName=36C25718Q0006-A00001000.docx)
- 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: 78229-4404
- Zip Code: 78229-4404
- Record
- SN04713322-W 20171015/171013230917-dd8ce066580ccf514c692adcb332b7ea (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 |