MODIFICATION
H -- Load (Roof) Anchor Inspection & Certification (Memphis VAMC) **Combined Synopsis/Solicitation**
- Notice Date
- 8/12/2022 6:53:02 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24923Q0002
- Response Due
- 8/26/2022 8:00:00 AM
- Archive Date
- 10/25/2022
- Point of Contact
- Lara J Hampton, Contract Specialist, Phone: 615-225-6576
- E-Mail Address
-
Lara.Hampton@va.gov
(Lara.Hampton@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 12 of 12 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 12 This is a combined synopsis/solicitation for a quote for commercial services 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 will not be issued. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. This solicitation is a request for quotations (RFQ). This solicitation document incorporates clauses and provisions that are in effect through Federal Acquisition Circular 2022-05. This offer is a set aside for Small Business entities, NAICS 541380 with a size standard of $16.5M. The FSC/PSC is H999. The acquisition will be made pursuant to the authority in FAR Part 13, Simplified Acquisition Procedures. 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 FAR and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). PLACE OF PERFORMANCE/DELIVERY: Department of Veterans Affairs Memphis Medical Center (VAMC) 1030 Jefferson Ave. Memphis, TN 38104 UNITED STATES The Memphis VA Medical Center is seeking to procure services for Load (Roof) Anchor Inspection & Certification for Fall Protection. All work completed shall comply with ANSI and OSHA standards and all contract field personnel engaged in work on this project shall be trained in accordance with the current OSHA regulations. All interested companies shall provide quotations for the following: Statement of Work VA Memphis Annual on-site testing of 192 +/- 5 Roof Anchors Project Description This statement of work is for conducting the Annual on-site testing and certification of 192 +/- 5 installed roof anchors at VA Memphis Medical Center. All work completed shall comply with ANSI and OSHA standards. All contract field personnel engaged in work on this project shall be trained in accordance with current OSHA regulations. Superintendent training shall be a 30-hour OSHA cardholder or equivalent with workers holding 10-hour or equivalent and Bi-annual update training in compliance with OSHA. The elements of the testing, certification, and annual inspection of the facilities roof anchors to certify that the roof anchors will properly support the weight they are designed to hold. Starting year for the contract will be 2023 ending year will be 2028. CONTRACTOR shall complete all work on building 1A (bed tower) Project Tasks Tasks 1 On-site Inspection, Testing, & Certification CONTRACTOR shall complete the following: Testing to be completed on all 192+/- 5 of installed anchors Anchor structure and anchor type must allow for pull testing using a come-along and or hydra-jaws Tie-off anchors intended for suspension shall be tested to 2,500 lbs. Price includes all travel-related expenses to facility; contractor to provide any equipment to access roof anchors Upon completion of installation, a representative shall perform the final inspection and certification of the system. Test report shall be provided within two weeks upon completion of testing Testing shall be completed in a single four-day mobilization. Task 2- Fall Protection System Annual Re-certification CONTRACTOR shall complete the following: Systems are inspected by a factory trained Qualified Person on an annual basis. Four (4) year re-certification to be scheduled 12, 24, 36, and 48 months after initial certification Each re-certification provides an additional 12-month warranty for the system Task 3- Meeting Schedule, coordinate, attend and participate in one, 1 hour coordination meeting. This meeting will include all available agencies/stakeholders if necessary (VA Memphis Safety Dept., Memphis/VA Memphis Police and VA Memphis Engineering etc.) that may be affected by this project. Provide draft written meeting minutes for VA MEMPHIS review and finalize after receiving comments. In addition, schedule, coordinate, attend and participate in one, 1 hour close out meeting. This meeting will discuss testing and certification findings. Task 4 Draft/Final Report Provide detailed test report Work Hours and Period of Performance - VAMC Memphis normal working hours are Monday through Friday 0700-1600 (with one half hour for lunch), excluding federal holidays. All service shall be performed during normal working hours unless the Contracting Officer s Representative (COR) provides written consent to the Vendor. The facility observes the following federal holidays: New Year s Day Martin Luther King, Jr. Day Presidents Day Memorial Day Juneteenth Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Juneteenth Day VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. The C&A requirements do not apply, and that a Security Accreditation Package is not required. It is agreed that: The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the contract. The Authorization requirements do not apply, and that a Security Accreditation Package is not required. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract, presented to the contractor, shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Employees shall not be on site without appropriate badge. Employees are responsible for reporting to VA Police with acceptable photo ID to obtain a badge. VA approved badge shall be worn with the identification facing forward and visible above the waist. The employees may also be subject to inspection of their personal effects when entering or leaving the facility. No photography or video recording of VA premises is allowed without prior authorization. VA issued keys are to remain on VA property. Keys that are checked out from the Engineering Office shall be returned each day. Privacy VA Mandatory Training VA Privacy Training for employees with access to VA computer systems or VA sensitive information. VA Talent Management System (TMS) training course VA10176 provides the mandatory Privacy Training requirements for any contractor with access to VA computer systems or VA sensitive information. VA Privacy Training for employees without access to VA computer systems or VA sensitive information. VA Talent Management System (TMS) training course VA20939 provides the mandatory Privacy Training requirements for any contractor without access to VA computer systems or VA sensitive information. Each employee self-enrolls for a profile on the VA TMS by visiting https://www.tms.va.gov/SecureAuth35/. Once there, employees should follow the steps below to create a profile, launch the mandatory training, and complete the content prior to starting work at VA. Provide the COR with each employee s printed certificate of completion from the TMS. This certificate displays the employee s TMS User ID. Training must be completed annually throughout the performance of this contract. VA Information Custodial Language Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct onsite inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. The contractor/subcontractor s firewall and Web services security controls, if applicable, shall meet or exceed VA s minimum requirements. VA Configuration Guidelines are available upon request. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA s prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above-mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR. Citations to pertinent laws, codes and regulations such as 44 U.S.C. Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (JUN 2016) 52.204-13 System For Award Management Maintenance (OCT 2016) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation.(Oct 2020) 52.212-4, Contract Terms And Conditions Commercial Items (OCT 2018) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-14 Limitations on Subcontracting (DEVIATION 2019-01) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) 52.237-3 Continuity of Services (JAN 1991) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.203-71 Display Of Department Of Veteran Affairs Hotline Poster (DEC 1992) VAAR 852.209-70, Organizational Conflicts of Interest (JAN 2008) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) VAAR 852.228-71 Indemnification and Insurance (MAR 2018) VAAR 852.232-72, Electronic Submission of Payment Requests. VAAR 852.233-71, Alternate Protest Procedure VAAR 852.237-75 Key Personnel (OCT 2019) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.270-1, Representatives of Contracting Officers. VAAR 852.273-70, Late Offers The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-7, System for Award Management (OCT 2018) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 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). 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Representation (Mar 2020) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition Of Segregated Facilities (APR 2015). 52.222-26 Equal Opportunity (SEPT 2016) 52.222.35 Equal Opportunity For Veterans (OCT 2015) 52.222-36 Equal Opportunity For Workers With Disabilities (JUL 2014) 52.222-37 Employment Reports On Veterans (FEB 2016) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement Of Equivalent Rates For Federal Hires (MAY 2014) 52.222-36 Equal Opportunity On Veterans (FEB 2016 52.222-50 Combating Trafficking In Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American Supplies (MAY 2014) (41 U.S.C. CHAPTER 83) 52.225-13 Restrictions On Certain Foreign Purchases (JUNE 2008) 52.232-18 Availability of Funds (APR 1984) 52.232-33 Payment By Electronic Funds Transfer System For Award Management (JUL 2013) (31 U.S.C. 3332) 52.233-2 Service of Protest (SEPT 2006) 52.252-2 Clauses Incorporated By Reference (FEB 1998) http://www.acquisition.gov/far/index.htm l (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.232.-19 Availability Of Funds For The Next Fiscal Year Funds are not presently available for performance under this contract beyond September 30, 2022. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. VAAR 852.232-72 Electronic Submission Of Payment Requests (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001; (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Tennessee. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) applies to this acquisition and addenda to the provision re included. See Attachment A 52.212-1 ADDENDA for information concerning: Submitting questions and submitting quotes. FAR 52.212-2, Evaluation Commercial Items (OCT 2014) 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: Trade off, Evaluation Factors listed in ADDENDUM to FAR 52.212-1 Instructions To Quoters Commercial Items. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) 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. 52.212-1 Instructions To Offerors Commercial Items Applies To This Solicitation ADDENDUM to FAR 52.212-1 Instructions To Quoters Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: The quoter shall submit their quote on company letterhead and include the Price/Cost Schedule provided with the Performance Work Statement. Quoter shall include unit price, total, unit quantity and item description as specified above, as quoted discounts, proposed delivery time, name, address, and telephone number of the quoter, firm s UEI# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Quoters Representations and Certifications- Commercial Items, and ORCA document. All prospective quoters must include appropriate references which must include all applicable company information. Submitted licensing and insurance must be in the name of the prime contractor and only the prime contractor. The quoter should provide past performance evidence. The past performance evaluation result is an assessment of the quoter s probability of meeting the solicitation requirements. This assessment is based on the quoter s record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past Performance information from the prime contractor is the only Past Performance information that will be considered. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of a quoter without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the quoter shall be determined to have unknown past performance. In the context of acceptability/unacceptability unknown shall be considered acceptable. Questions: All questions shall be submitted to Lara Hampton by email at Lara.Hampton@va.gov. Questions must be submitted no later than 10:00 AM CT August 24, 2022. Quotes must be received no later than (NLT) August 26, 2022, by 10:00 AM Central Time. Email your quote to Lara.Hampton@va.gov. The subject line must specify Load Anchor Inspection & Certification There will be no automated email notification of receipt of quotes. Quotes shall be submitted in one email, shall not to exceed 4 attachments, a total of 20 pages, and use 10-point font. Offerors are hereby notified that if their quotes are not received by the date and time specified in this announcement, it will not be considered. All quotes received without all requested documentation will not be considered. It is the responsibility of the offeror to view the https://sam.gov/content/opportunities website for any changes or amendments to this RFQ prior to closing date and time. Award may be made without discussions. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fbo.gov frequently. Award shall be made to a single offeror. 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 using a subjective comparative analysis in accordance with FAR 13.1. The following factors shall be used to evaluate offers: Factor 1: Technical Factor 2: Price Factor 3: Past Performance The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). 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). Offerors are advised that submitting an unrealistically low price may be grounds for eliminating a quote from competition on the basis that the offeror does not understand the requirement. Before making award, the Contracting Officer will determine whether the proposed price is fair and reasonable in accordance with FAR 13.106-3. (End of Provision) 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of ...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a5c8347114e44e66a2532ff6cc35284e/view)
- Place of Performance
- Address: Department of Veterans Affairs Memphis Veterans Affairs Medical Center 1030 Jefferson Avenue, Memphis, TN 38104, USA
- Zip Code: 38104
- Country: USA
- Zip Code: 38104
- Record
- SN06424630-F 20220814/220812230117 (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 |