Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
DOCUMENT

58 -- 612-18-1-6100-0001 - GPS SUBSCRIPTION SERVICES - Attachment

Notice Date
4/17/2018
 
Notice Type
Attachment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Palo Alto Health Care System (90/NCA);3801 Miranda Ave;Palo Alto CA 94304-1207
 
ZIP Code
94304-1207
 
Solicitation Number
36C26118Q0371
 
Response Due
4/24/2018
 
Archive Date
5/4/2018
 
Point of Contact
Carol Lam
 
E-Mail Address
3-5000
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation. The solicitation number, 36C26118Q0371 is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96, dated November 6, 2017 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. Interested persons may identify their interest and capability to respond to the requirement or submit a price quotation. The North American Industry Classification System (NAICS) Code for this acquisition is 334220, size standard 1250. The VA Northern CA Healthcare System is seeking contractor to provide monitoring services for Contractor owned GPS devices installed in GSA vehicles. See Attachment 1, Statement of Work for detail descriptions and requirements. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. The evaluation of offers received in response to the solicitation will use Tiered Evaluations as follows: TIERED EVALUATIONS LIMITED TO SDVOSB and VOSB This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, as a tiered evaluation for VOSB concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (4) large business concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier or the solicitation will be cancelled and the requirement resolicited until an award or a sufficient number of awards can be made. In order for a company to be considered a SDVOSB or VOSB the company must be listed in https://www.vip.vetbiz.gov/. Unverified SDVOSBs or VOSBs are considered non-responsive and price quotations will not be evaluated. The award will be set aside for veteran-owned small businesses if the contracting officer received two or more offers/quotes from verified SDVOSBs or VOSBs at fair and reasonable prices that offer best value to the Government. Offerors shall be registered in the System for Award Management (SAM) prior to award. Registration information is located at www.sam.gov. Award will be made to the responsive/responsible offeror who provides the technically acceptable product at the lowest price. Please provide FOB destination price to VA Northern California Healthcare System. If the above items are under GSA, FSS, NAC, BPA or any government contract, please provide the contract number, terms and conditions; SIN the products fall under (if any), delivery schedule and contract expiration date. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Please provide technical specification if offering an equal product. Authorized dealers: Only firms who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. As referenced under FAR 52.252-1 Solicitation Provisions Incorporated by Reference, and FAR 52.252-2 Clauses Incorporated by Reference, the following pertains: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) FAR 52.216-1, Type of Contract (Apr 1984) Firm Fixed Price FAR 52.233-2, Service of Protest (Sep 2006) Contracting Office address. Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following VAAR solicitation provisions apply to this acquisition: 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) The following FAR contract clauses apply to this acquisition: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) o FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) o FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note) o FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) o FAR 52.219-8, Utilization of Small Business Concerns (Nov 2016) o FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) o FAR 52.222-3, Convict labor (June 2003) (E.O. 11755) o FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) o FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) o FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) o FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) o FAR 52.222-37, Employment Reports on Veterans (Feb 2016) o FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) o FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) o FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) o FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) o FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) o FAR 52.222-41, Service Contract Labor Standards (May 2014) o FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) o FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) o FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.228-71, Indemnification and Insurance (Jan 2008) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70, Contractor Responsibilities (Apr 1984) All price quotations received prior to April 24, 2018 will be considered by the Government. Only emailed price quotations received directly from interested persons are acceptable. Email quotes to carol.lam@va.gov. Contracting Office Address: Department of Veterans Affairs; VISN 21 3801 Miranda Avenue Palo Alto, CA 94304 Primary Point of Contact: Carol Lam Carol.lam@va.gov Phone: 650-493-5000 X65825 Fax: 650-493-2546
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/36C26118Q0371/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q0371 36C26118Q0371 CSS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4234763&FileName=36C26118Q0371-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4234763&FileName=36C26118Q0371-000.docx

 
File Name: 36C26118Q0371 Attachment 1 SOW.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4234764&FileName=36C26118Q0371-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4234764&FileName=36C26118Q0371-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04891645-W 20180419/180417230652-01bc1917197505e18ebf66e4b9c3d2b1 (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.