Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2019 FBO #6517
DOCUMENT

R -- Copy of IN 276 READERS ASSISTANT SERVICES ORM (VA-19-00070521) - Attachment

Notice Date
9/27/2019
 
Notice Type
Attachment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;5202 Presidents Court, Suite 103;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
36C10X20Q0001
 
Response Due
10/9/2019
 
Archive Date
12/8/2019
 
Point of Contact
Raelynn White
 
Small Business Set-Aside
N/A
 
Description
. COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C10X20F0002 Posted Date: September 27, 2019 Original Response Date: October 9, 2019 Current Response Date: October 9, 2019 Product or Service Code: R499 Set Aside: Service Disabled Veteran Owned Small Business (SDVOSB) NAICS Code: 541930 Contracting Office Address Strategic Acquisition Center Frederick Department of Veterans Affairs 5202 Presidents Court, Suite 103 Frederick, MD 21702 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 written solicitation document will not be issued. This solicitation is a request for quotations, solicitation number is 36C10X20F0002 and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-05 effective 08-13-2019 and the Department of Veterans Affairs Acquisition Regulation (VAAR). This procurement is a total Service Disabled Veteran-Owned Small Business (SDVOSB) set aside and the associated North American Industry System (NAICS) code is 541930 with business size standard of $7.5 Million. All SDVOSB concerns must be VetBiz Verified at the time of proposal submission and certified in SAM The Strategic Acquisition Center Frederick, Department of Veterans Affairs, 5202 Presidents Court, Suite 103, Frederick, MD 21702 is seeking to purchase Reader Assistant support services to serve as a reader for one (1) visually impaired employee and perform associated clerical duties. The Reader assistant will perform a variety of administrative functions related activities, including, but not limited to deciphering handwritten/printed materials, e-mails, graphs, charts, excel spreadsheets, TIF and JPG files, and memos for the visually impaired employee who currently utilizes JAWS software that has limited capabilities. Additional duties shall also include scheduling appointments, maintaining electronic files, providing information to callers, operating office equipment, making copies, answering calls, coding files, and preparing reports. The support contractor personnel shall be able to explain and describe for the visually impaired employee various visual aids, such as complex graphs, charts, pictures, and illustrations. Assistance for the visually impaired employee shall also include sighted mobility assistance to locate unfamiliar people and places/locations when on training or conference travel. The support contractor personnel shall also be required to provide the visually impaired employee with instruction and assistance in navigating and editing electronic documents and applications. The contractor support personnel shall use discretion in dealing with sensitive information in accordance with Non-Disclosure Agreements, particularly when preparing reports, summaries, replies, and reviewing regulations in response to Government contracts. All interested companies shall provide a quote for the following: Services Please see attached Statement of Work and Price Schedule. The delivery/task order period of performance is base period with four (4) one (1) year options. Base Period: November 1, 2019, through September 30, 2020 Option Year 1: October 1, 2020, through September 30, 2021 Option Year 2: October 1, 2021 through September 30, 2022 Option Year 3: October 1, 2022 through September 30, 2023 Option Year 4: October 1, 2023 through September 30, 2024 Place of Performance Address: Department of Veterans Affairs Office of Resolution Management 1575 I Street, NW., 10th Floor Washington, DC Postal Code: 20005 Country: UNITED STATES Award shall be made to the quoter whose quote is Lowest Price Technically Acceptable (LPTA). The government will evaluate information based on the following evaluation criteria: (1) technical capability factor "meeting or exceeding the requirement, and (2) price.     INSTRUCTIONS TO OFFERORS INTRODUCTION This is a combined synopsis /solicitation for commercial items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. QUOTE SUBMISSION All quote intentions, questions, and quotes shall be emailed to the contract specialist Raelynn White: raelynn.white@va.gov. All questions from contractors regarding this combined synopsis /solicitation shall be submitted via email on or before date/time specified in this combined synopsis/ solicitation.   Only written questions will be accepted. It is requested that all questions be combined into one Microsoft Word document per contractor. Quotes shall be emailed to the contract specialist Raelynn White: raelynn.white@va.gov on or before date/time specified in this combined synopsis/ solicitation. Offers received after the due date/time may not be considered. All email submissions pertinent to this solicitation shall contain in the subject line the intended RFQ number along with the title of the solicitation. Contractor responses shall be submitted in accordance with the following instructions: 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) a) 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. The following factors shall be used to evaluate offers: Content Requirements: To assure timely and equitable evaluation of quotes, quoters shall follow the instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Quoters responses shall consist of two separate volumes: Volume I Price Quote Volume II Technical Quote All information shall be confined to the appropriate volume. The quoter shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Quoters are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Volume I Price: Volume I shall consist of the following: Complete and submit all pricing and requested information on the designated Price Schedule within the RFQ. Quoters must furnish pricing for all line items in order to be eligible for award. Signed Amendments (SF30), if applicable; and Volume II Technical: Volume II shall consist of the following: The name of the company and the name, phone number, and email address of the quote s Point-of-Contact. The quoter s plan for providing Reader Assistant Support services to serve as a reader for one (1) visually impaired employee and perform associated clerical duties for the required period of performance as described in the detailed SOW. Evaluation Approach: The Government intends, but is not required, to establish a single Firm-Fixed Price Task Order, as a result of this RFQ. Quotes will be evaluated using Lowest Price Technically Acceptable (LPTA) procedures, in accordance with Federal Acquisition Regulation (FAR) 8.405. All quotes shall be subject to evaluation.   The Government intends to award based upon the initial evaluation of quotes. All quoters are advised that, in the interest of efficiency, the Government reserves the right to conduct the evaluation in the most effective manner.   Specifically, the Government may first evaluate the total proposed price of all quotes.   Thereafter, the Government will evaluate the technical quote of the lowest priced quoter only.   If the lowest priced quoter s technical proposal is determined to be rated as Acceptable, the Government may make award to that quoter without further evaluation of the remaining quoters technical quotes.   If the lowest priced quoter s technical quote  is determined to be rated as Unacceptable, then the Government may evaluate the next lowest priced technical quote, and so forth and so on, until the Government reaches the lowest priced technical quote that is determined to be  rated as Acceptable.   However, the Government reserves the right to evaluate all quoters technical quotes should it desire, or otherwise determine it to be in the Government s best interest. The quote will be evaluated strictly in accordance with its written content.   Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient.   Quoters who fail to meet the minimum requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. Price: The Contracting Officer will evaluate each final line item price as well as the total quote price for reasonableness. Technical Acceptability: The quoter shall submit a technical quote, which clearly demonstrates their proposed method for satisfying the requirements of the SOW. The quoter must show the Government that they understand the requirement and can accomplish the work. Technical quotes will be evaluated as acceptable or unacceptable. The following evaluation criteria shall apply: (a) Acceptable: Meets minimum standard requirements of the solicitation. (b) Unacceptable: Does not meet minimum standard requirements of the solicitation. Note: this request shall not be considered direction to proceed with the subject effort, nor promise of future direction to proceed. Vendors are solely responsible for quote submission costs. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following FAR provisions/clauses and supplemental agency VAAR provisions/clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2018) 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2019) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) 52.217-8 Option to Extend Services (NOV 1999) (30 days before the contract expires) (Nov 2011) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) ((a) 60 days, 5 days; (c) 66 months. (Nov 1999) 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (Dec 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2018) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2019) The following solicitation provisions apply to this acquisition: FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 52.209-5 Certification Regarding Responsibility Matters (Oct 2015) VAAR 852.209 Organizational Conflicts of Interest (Jan 2008) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Oct 2018) VAAR 852.270-1 Late Offers (Jan 2003) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Raelynn M. White, Contract Specialist, raelynn.white@va.gov. Point of Contact Raelynn M. White Contract Specialist Email: Raelynn.white@va.gov Phone: 202-632-5422 Attachments: Statement of Work Price Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/36C10X20Q0001/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10X20Q0001 36C10X20Q0001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5171676&FileName=36C10X20Q0001-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5171676&FileName=36C10X20Q0001-000.docx

 
File Name: 36C10X20Q0001 Readers Assistant SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5171677&FileName=36C10X20Q0001-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5171677&FileName=36C10X20Q0001-001.docx

 
File Name: 36C10X20Q0001 PRICE SCHEDULE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5171678&FileName=36C10X20Q0001-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5171678&FileName=36C10X20Q0001-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05462542-W 20190929/190927230935-ccf189fcbe7737f777fe2ff44e265974 (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.