SOLICITATION NOTICE
Q -- LOCUM - Radiological Physicists - 626 POP: 10/1/2022-9/30/2023 +4 options years contract end date 9/30/ 2027
- Notice Date
- 6/17/2021 8:19:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24922R0002
- Response Due
- 7/1/2021 1:00:00 AM
- Archive Date
- 07/31/2021
- Point of Contact
- Cinnamon Washington, Cinnamon Washington, cinnamon.washington@va.gov, Phone: 615-225-6972
- E-Mail Address
-
Cinnamon.Washington@va.gov
(Cinnamon.Washington@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 3 of 9 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24922R0002 Posted Date: 6/17/2021 Response Date: 7/1/2021 Product or Service Code: Q522 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 621512 Contracting Office Address Network Contracting Office 9 (NCO 9), located at 1639 Medical Center Parkway, Suite 400, Murfreesboro, TN 37129 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, and is being conducted under FAR Part 13; Simplified Acquisition Procedures. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items, and Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for proposal (RFP). Submit a written proposal on RFP 36C24922R0002. The Government requires that all Contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/. Please ensure that the representations and certifications are completed to allow Contracting Officers to determine your business size and any additional socio-economic categories, if applicable. In order to register, all firms must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by accessing the Dun & Bradstreet website at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm or by phone at (800) 234-3867. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-05, March 10, 2021. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://acquisition.gov/comp/far/index.html (FAR) and https://www.va.gov/oal/library/vaar/ (VAAR). (iv) This solicitation is issued as a SDVOB set aside. The North American Industry Classification System (NAICS) code is 621512 and the size standard is $16.5M. (v) This combined synopsis/solicitation is for the following commercial service: The Tennessee Valley Veteran Healthcare, located at 1310 24th Ave South Nashville, TN 37212 has a need for a non-personal services contract that provides Radiological Physicists inspection services for the radiology department. (vi) PERIOD OF PERFORMANCE The period of performance for this effort is estimated to begin on 1 Oct 2021 30 Sept 2022 for one base year plus four one-year option periods. (vii) PERFORMANCE WORK STATEMENT (See ATTACHMENT 1 - PWS) PLACE OF PERFORMANCE: Tennessee Valley Veteran Healthcare 1310 24th Ave South Nashville, TN 37212 Page 9 of 9 (viii) PRICE/COST SCHEDULE (See Attachment 2 Price Schedule) TOTAL CONTRACT COST BASE PLUS ALL OPTIONS: $___________ Authority This acquisition is being processed under the authority of FAR Part 12 and FAR 13.5 Simplified Procedures for Certain Commercial Items and, therefore, will utilize simplified procedures for soliciting competition, evaluation, award documentation, and notification. Basis for Award One award will be made to the offeror whose proposal represents the best value to the Government considering price and non-price factors as listed in clause 52.212-2 Evaluation-Commercial Items. Contract will be firm-fixed (unit) price by Contract Line Item (CLIN). The Government may award a contract on the basis of initial proposals received, without discussions. Therefore, each initial proposal should contain the offeror's best terms from a price and technical standpoint. Instructions to offerors on price and technical proposal submissions are found under clause 52.212-1, Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items. (ix) FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018), applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS PLEASE PROVIDE THE FOLLOWING Response to Cinnamon Washington, Contracting Specialist, cinnamon.washington@va.gov. Complete and return Contractor s Contract Administration Data below. Complete and return Price/Cost Schedule in Section viii. Acknowledge any and all amendments to the solicitation. Complete and return provision 52-212-3 with proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online through www.sam.gov Proposal Content: Your proposal shall be separated into three (3) distinct sections corresponding to the three evaluation factors: Technical, Past Performance and Price, as noted below. Submission Instructions: PROPOSAL DUE DATE: Proposals are due no later than 3:00 p.m., Central Time, July 1, 2021. Proposals may be emailed to cinnamon.washington@va.gov. It is the responsibility of the offeror to follow-up and ensure the proposal was received electronically. Several emails may be sent to ensure that attachment size limitations are not exceeded. Proposal shall not be FAXED. Proposal Format: All attachments/documents shall be on 8 ½ x 11 paper. All electronic files shall be in pdf and/or MS Excel .xls format, as applicable (unprotected). Price Schedule: Offerors are reminded that pricing schedules are necessary for the base year and EACH option period. Price proposals should be separate and distinct from the technical proposal. All questions regarding this solicitation must be submitted by email to cinnamon.washington@va.gov no later than 12 noon, Central Time, June 21, 2021. The offeror shall bear all costs associated with the preparation and submission of the proposal. The Department of Veterans Affairs will in no case be responsible or liable for the cost incurred by the offeror, regardless of the outcome of the selection process. The Government reserves the right to make award without discussions. The Government also reserves the right to make no award. (End of Addendum to 52.212-1) (x) FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition. SEE ADDENDUM BELOW: Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Company background including number of years of experience company possesses providing physicist services for inspections and how they propose to meet the requirements as stated in the Performance Work Statement. Listing of all current licenses/certifications of offeror organization to include Resumes. Copies of all current licenses/certifications of proposed service Physicist (i.e. CME/CEU ) Evidence must be provided that the Physicists certification are with in good standing. Past Performance Offerors are reminded to provide the Past Performance Information sheets (Attachment 6) to three (3) Business References who have first-hand knowledge of performance relative to the same type of services, dates of contract performance, and total contract amount. Your business references should send this form to Cinnamon Washington at cinnamon.washington@va.gov, no later than June 24, 2021. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested above. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.> Price: The Government will evaluate the price by adding the total of all line item prices, including all options The Total Evaluated Price will be that sum. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. (End of Provision) (xi) CONTRACT ADMINISTRATION DATA Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: Company Name: Administrative Contact: Clinical Contact: Title: Address: City/State/Zip: Overnight Mailing Address (if different from above): _________ _________ Phone & Fax No.: Phone: Fax: ______________ E-Mail: _______________________________ 2nd email contact: ________________________________ Tax ID No.: ___________________________________ DUNS No.: ________________________________________ b. GOVERNMENT: Cinnamon Washington, Contracting Specialist Department of Veterans Affairs Network Contract Activity - VISN 9 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 Overnight Mailing Address: Same as above Phone: (615) 225-6940 E-Mail: cinnamon.washington@va.gov (xii) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Octo 2018) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the SAM website at https://www.sam.gov/portal/public/SAM/ . If an offeror has not completed the annual representations and certifications electronically at the SAM website https://www.sam.gov/portal/public/SAM/ the offeror shall complete only paragraphs (c) through (o) of this provision. (xiii) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; as well as the following addenda: FAR 52.203-3 Gratuities, FAR 52.203-16 Preventing Personal Conflicts of Interest, FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; FAR 52.217-8 Option to Extend Services (Fill-in = 30 days prior to contract expiration); FAR 52.217-9 Option to Extend the Term of the Contract (Fill-ins = 30 days prior to contract expiration; 60 days prior to contract expiration; 5 years); FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.227-14 Rights in Data General; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors; FAR 52.237-3 Continuity of Services; FAR 52.242-13 Bankruptcy; VAAR 852.212-70 Provisions and Clauses applicable to VA acquisition of commercial items; 852.203 70, Commercial Advertising. VAAR 852.232 72, Electronic Submission of Payment Requests, VAAR 852.233 70, Protest Content/Alternative Dispute Resolution, VAAR 852.233 71, Alternate Protest Procedure. VAAR 852.270 1, Representatives of Contracting Officers. 852.273 70, Late Offers, VAAR 852.237 74, Nondiscrimination in Service Delivery. VAAR 852.203-70 Commercial Advertising; VAAR 852.237-7 Indemnification and Medical Liability Insurance (Fill-In = State Minimum); VAAR 852.237-70 Contractor Responsibilities (Fill-in = TN); VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.271-70 Nondiscrimination in Services Provided to Beneficiaries; VAAR 852.273-76 Electronic Invoice Submission; 52.252-2 Clauses Incorporated by Reference (fill-in = https://www.acquisition.gov/browsefar). (xiv) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items, applies to this acquisition. Within FAR 52.212-5, the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible. Veterans, FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer- System for Award Management. (xv) The clause FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The following addenda apply: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation; FAR 52.204-7, System for Award Management; FAR 52.209-7 Information Regarding Responsibility Matters; FAR 52.216-1 Contract Type (fill-in = Firm Fixed Price); FAR 52.219-1 Small Business Program Representations; FAR 52.233-2 Service of Protest; VAAR 852.209-70 Organizational Conflicts of Interest; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure; VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference. (xvi) The date, time, and place for submission of proposals are as follows: July 1, 2021 at 3:00p.m. Central Time. ORAL OFFERS WILL NOT BE ACCEPTED. Submit offers via email: cinnamon.washington@va.gov Solicitation Questions: Interested offerors must submit any questions concerning the solicitation by June 21, 2021 at 12 noon Central Time. Questions not received by the due date may not be considered. See attached document: Attachment 1 - PWS - 36C24922R0002. See attached document: Attachment 2 Price Schedule- 36C24922R0002. See attached document: Attachment 3- Contractor Certification of Immigration. See attached document: Attachment 4- Contractor Rules of Behavior See attached document: Attachment 5 Org Conflict of Interest See attached document: Attachment 6- Past Performance Survey.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dadefd4f4c8f4d4dbf5881217706e0b9/view)
- Place of Performance
- Address: Tennessee Valley Healthcare (VAMC) 1310 24th Ave South, Nashville, TN 37212, USA
- Zip Code: 37212
- Country: USA
- Zip Code: 37212
- Record
- SN06034923-F 20210619/210618201531 (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 |