Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOLICITATION NOTICE

D -- T4NG On-Ramp **Please refer to amendment description for official response time**

Notice Date
12/10/2019 5:24:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B19R0046
 
Response Due
12/10/2019 8:59:59 PM
 
Archive Date
03/09/2020
 
Point of Contact
T4NG.OnRamp@va.gov
 
E-Mail Address
kathryn.pantages@va.gov
(kathryn.pantages@va.gov)
 
Awardee
null
 
Description
A0000125. PROJECT NO.CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NO.CODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NO.3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NO.9B. DATEDPAGEOF PAGES10A. MODIFICATION OF CONTRACT/ORDER NO.10B. DATEDBPA NO.1. CONTRACT ID CODEFACILITY CODECODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers XE. IMPORTANT:is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR AC- KNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYis not extended.12. ACCOUNTING AND APPROPRIATION DATA(REV. 10-83)is required to sign this document and return ___________ copies to the issuing office.is not,A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.15C. DATE SIGNEDB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGESSET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:D. OTHERBYContractor16C. DATE SIGNED14. DESCRIPTION OF AMENDMENT/MODIFICATION16B. UNITED STATES OF AMERICAExcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER16A. NAME AND TITLE OF CONTRACTING OFFICER15B. CONTRACTOR/OFFERORSTANDARD FORM 30NSN 7540-01-152-8070PREVIOUS EDITION NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.243(Type or print)(Type or print)(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)(No., street, county, State and ZIP Code)(If other than Item 6)(Specify type of modification and authority)(such as changes in paying office, appropriation date, etc.)(If required)(If applicable)(SEE ITEM 11)(SEE ITEM 13)(X)(X)13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT(Signature of person authorized to sign)(Signature of Contracting Officer) 1 3A00001Department of Veterans AffairsTechnology Acquisition Center23 Christopher WayEatontown NJ 07724Department of Veterans AffairsTechnology Acquisition Center23 Christopher WayEatontown NJ 07724To all Offerors/Bidders36C10B19R0046X 11/12/2019XxSee Continuation PageRobert KirzowContracting Officer CONTINUATION PAGEThe purpose of this amendment is as follows: 1) Revise portions of the Proposal Format requirements as provided within Section L.10 of the Solicitation; and, 2) Allow for resubmittal of only the Sample Task 1 as necessary to ensure the instructions are met as described below. The Technical Evaluation Approach, as stated within Section M.C.1.a of the Solicitation, remains unchanged; Offerors are only being provided this limited opportunity to resubmit Sample Task 1 to ensure compliance with Section L.10.2.a, Format, as amended herein. Future opportunities to correct or revise a Sample Task response will not be provided.Offerors are reminded and cautioned that all Solicitation requirements, as amended herein, to include proposal formatting, must be strictly adhered to. Except as specifically noted within the Solicitation, ALL text for files with page limitations shall be no smaller than 12-point and in Times New Roman font regardless of whether the text is included in a graphic, illustration, table, provided and/or formatted as a section heading, or for any other reason. Section L.10.2.a, Format, is hereby deleted and replaced with the following:Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. Each volume and file shall contain the Offeror s name, DUNS number, and CAGE code. All pages of each volume shall be appropriately numbered and identified by the complete company name, CAGE code, date, and solicitation number in the header and/or footer. Proposal page limitations are applicable to this procurement. The Table below indicates the applicable maximum page count for each volume of the Offeror s proposal. All files will be submitted as either a Microsoft Excel file or an Acrobat (PDF) file as indicated in the table. Any PDF file which is subject to page limitations shall not be electronically signed, or restricted in any way that would prevent the Government from using the edit functionality within Adobe Acrobat. 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 inch each. Font size shall be no smaller than 12-point. Times New Roman fonts are required. Characters shall be set at no less than normal spacing (i.e. spacing shall not be condensed by any points) and 100% scale; characters in violation of the aforementioned spacing and scale requirements will be considered a font violation and will not be evaluated. Tables and illustrations font size shall be no smaller than 12-point. Text that exceeds the font type and/or size requirements will not be evaluated. Moreover, if a graph, illustration, or table contain text in violation of the font requirement, to include character spacing and scale requirements, then the entire graph, illustration, or table will not be evaluated. Please note that even if a single letter within a word exceeds the font requirements, then that entire word (or graphic, illustration or table that the letter is within) will be deemed to be in violation and will not be evaluated. Tables and illustrations 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 (minimum 6 point line). Page numbers, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. 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, line spacing restrictions, or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin or line spacing restrictions will not count against the page limitations. Pages containing font violations, which result in word(s) and/or graph(s), illustration(s), or table(s) not being evaluated, will count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. Offerors that previously submitted timely proposals for Volume I - Sample Task 1, Volume V - Price, and Volume VI - Solicitation, Offer and Award Documents and Certifications/Representations may resubmit their Sample Task 1 proposal, only, in accordance with the Solicitation s format requirements, as amended herein. Resubmitted Sample Task 1 proposals shall be submitted to the VOA site (https://www.voa.va.gov/) no later than December 10, 2019 at 3:00:00 PM Eastern Standard Time (EST). The VOA Proposal Type drop down field should be changed to 36C10B19R0046 T4NG On Ramp ST 1 Resubmitted for the submittal of the updated Sample Task 1 proposal. In the event that an Offeror does not submit an updated Sample Task 1 proposal by December 10, 2019 at 3:00:00 PM, then the originally submitted Sample Task 1 proposal will be evaluated in accordance with the format requirements, as amended herein. Since the sole purpose of this amendment is to ensure compliance with the format requirements, no extensions will be entertained, nor is it anticipated that any questions will be answered pertaining to this amendment prior to the required response date and time. Except as stated herein, all terms and conditions of the Solicitation remain unchanged and in full force and effect.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5aa4f9b8d7e145f6818fb29a0777a1fb/view)
 
Record
SN05512795-F 20191212/191210230250 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.