Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

H -- Radiation Safety Officer Services for Washington DC VAMC

Notice Date
3/25/2020 5:39:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520Q0317
 
Response Due
4/6/2020 12:00:00 AM
 
Archive Date
06/05/2020
 
Point of Contact
James A Whisner Contracting Officer (304) 326-7984
 
E-Mail Address
james.whisner@va.gov
(james.whisner@va.gov)
 
Awardee
null
 
Description
1. Introduction: A. 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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. B. This solicitation is not restricted to any particular business size requirement (i.e., it is full and open competition). The applicable NAICS code is 541990 and the Small Business Size Standard is $16.5 million. C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-04. The full text of the provisions and clauses can be obtained from the following websites: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/. 2. Responding to this solicitation. Offeror must submit its offer via Email to James.Whisner@va.gov. Offeror must provide the following information with its offer: A. Legal entity name, address, DUNS of your company; B. Information that demonstrates: (1) Your company s experience performing Radiation Safety Officer services for VA Medical Centers or other similar healthcare facilities. (2) Your Radiation Safety Officer is board certified in Health Physics and Diagnostic Medical Physics. (3) Your Radiation Safety Officer has laser safety certification. (4) Compliance with Limitations on Subcontracting: Describe any relationship to the offeror of any personnel who will be providing services under the contract that are not directly employed by the offeror. Provide a copy of offeror s written teaming arrangement or subcontracting plan that explains each party s specific responsibilities/activities regarding the performance of the contract, as well as the duration and terms of the arrangement. C. Completed Price Schedule for CLINs 0001 through 5001 (see the Price Schedule Attachment for CLIN descriptions). Enter the unit prices and amounts (Amount = Quantity X Unit Price) for each CLIN and the Grand Total; D. Completed Immigration & Indemnity Certification (see Solicitation Attachments); 3. Date & time offers are due: April 6, 2020. 4. Evaluation-Commercial Items. The Government intends to perform a comparative evaluation of offers in accordance with FAR 13.106-2(b)(3) to determine which offer provides the best benefit to the Government. The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum but is not required to select a response that exceeds the minimum if it provides no value or benefit to the Government. The Government will evaluate quotes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 5. Description of Work: A. Contractor shall provide a dedicated, primary Radiation Safety Officer (RSO) for the Washington DC VAMC to perform RSO duties onsite at the Washington DC VAMC, 3 days per week, at 8 hours per day (8 AM 4:30 PM). The period of performance for this contract will be a maximum of 5 years, through the combination of a base period and several option periods that may only be exercised at VHA s discretion. (See the Work Statement attachment for more details.) B. Contract Line Item Numbers, quantities, unit of measure: (see the Price Schedule attachment). 6. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, including the following addenda: A. 52.204-7, System for Award Management (OCT 2018); B. 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); C. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019); D. 52.209-7, Information Regarding Responsibility Matters (OCT 2018); E. 52.216-1, Type of Contract (APR 1984). Fill-in information: firm-fixed price; F. 52.233-2, Service of Protest (SEPT 2006); G. 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019); H. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); and I. 852.233-71, Alternate Protest Procedure (OCT 2018). 7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. 8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, including the following addenda: A. 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); B. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); C. 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); D. 52.204-13, System for Award Management Maintenance (OCT 2018); E. 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); F. 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Paragraph (a) fill-in information: 30 days of contract expiration; 60 days. Paragraph (c) fill-in information: 5 years; G. 52.228-5, Insurance-Work on a Government Installation (JAN 1997); H. CL-120, Supplemental Insurance Requirements; I. 52.232-18, Availability of Funds (APR 1984); J. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); K. 52.237-3, Continuity of Services (JAN 1991); L. 852.203-70, Commercial Advertising (MAY 2008); M. 852.215-71, Evaluation Factor Commitments (DEC 2009); N. 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018); O. 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018); P. 852.223-71, Safety and Health (Sep 2019); Q. 852.232-72, Electronic Submission of Payment Requests (NOV 2018); R. 852.237-75, Key Personnel (SEP 2019); and S. 852.270-1 Representatives of Contracting Officers (JAN 2008). 9. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition, including the additional FAR clauses cited in the clause: A. 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018); C. 52.204-14, Service Contract Reporting Requirements (OCT 2016); D. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); E. 52.209-9, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2018); F. 52.219-8, Utilization of Small Business Concerns (OCT 2018); G. 52.219-9, Small Business Subcontracting Plan (Aug 2018); H. 52.219-14, Limitations on Subcontracting (DEVIATION 2019-01); I. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); J. 52.222-3, Convict Labor (JUNE 2003); K. 52.222-21, Prohibition of Segregated Facilities (APR 2015); L. 52.222-26, Equal Opportunity (SEPT 2016); M. 52.222-35, Equal Opportunity for Veterans (OCT 2015); N. 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); O. 52.222-37, Employment Reports on Veterans (FEB 2016); P. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); Q. 52.222-50, Combating Trafficking in Persons (JAN 2019); R. 52.222-54, Employment Eligibility Verification (OCT 2015); S. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); T. 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); and U. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/54b2f76467a44b2d941d9c6bf0937f95/view)
 
Place of Performance
Address: Washington DC VA Medical Center;50 Irving Street;Washington, DC 20422
Zip Code: 20422
 
Record
SN05599759-F 20200327/200325230140 (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  © 1994-2020, Loren Data Corp.