Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
MODIFICATION

H -- Low Risk - FY23 New Fire Sprinkler Inspection Requirement

Notice Date
11/3/2022 5:24:32 PM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26022Q0885
 
Response Due
11/15/2022 3:00:00 PM
 
Archive Date
11/18/2022
 
Point of Contact
Craig L Brown, Contract Specialist
 
E-Mail Address
Craig.Brown7@va.gov
(Craig.Brown7@va.gov)
 
Awardee
null
 
Description
E.4 BASIS OF SELECTION Contract Type: The contract will be firm fixed price. It will be competed and awarded under Federal Acquisition Regulation Part 8, Required Sources of Supplies and Services. The Government intends to select one contractor for the subject solicitation. Responsive and Responsible: This is a Low-Price solicitation where a single Offeror will be selected who is deemed responsive and responsible in accordance with the Federal Acquisition Regulation (FAR) 9.104-1, whose offer conforms to the RFQ requirements and who has a satisfactory or unknown/neutral risk on past performance. SAM Registration: Offeror must be registered in the System for Award Management (SAM). No contract will be entered into with an unregistered contractor. Internet access allows you to register by completing an electronic on-line registration application at https://www.sam.gov/portal/public/SAM/ On-line Representations and Certifications (ORCA) may also be filled out at this website. VetBiz Verification: This solicitation is set-aside for Service-Disabled Veteran-Owned Small-Business. Offerors must be verified as SDVOSB by the Center for Verification and Evaluation (CVE) to be considered. Quote Preparation Instructions: Questions: Questions to this RFQ shall be submitted via electronic mail to the Contract Specialist, Craig Brown, Craig.brown7@va.gov. Questions shall be accepted until 3pm (PST) on 07 Nov 2022. The Government is not obligated to respond to any questions received after that date and time. All questions received within the designated timeframe that the Government considers relevant, will be answered. Responses to questions will be provided as amendment to the RFQ that will be made available to all potential Offerors. Telephonic inquires will not receive a response. Format. ** ALL OFFERORS ARE REQUIRED TO SUBMIT PARTS 1 THROUGH 4 BELOW TO BE CONSIDERED RESPONSIVE ON THIS SOLICITATION. Part I: Executed Request for Quote Part II: Price Proposal Part III: Responsibility Part I - Executed Request for Quote: requires the offeror to complete blocks 17a (block 17a must include a Dun and Bradstreet number), 17b, 30a, 30b, and 30c, on the SF 1449 as applicable. Complete acknowledgement of amendments issued. Part II - Price: Insert proposed unit and extended prices in Contract Line-Item Numbers (CLIN) 0001. All prices shall be represented in two decimal positions only. Example: $0.27, not $0.27458. Part III Responsibility: Requires the offeror to provide information verifying that it has the capability of meeting the requirements of the solicitation. Please provide copies of the following: The offeror shall provide a synopsis demonstrating an understanding of the requirements detailed in the statement of work. Offeror shall submit three (3) relevant references (relevant is defined in this RFQ as within the last 3 years) for which your company has provided similar services of the same scope and magnitude as this acquisition. Offeror shall provide documentation of Resident Mechanics and Alternate Resident Mechanics having technical qualifications of at least five (5) years (post apprenticeship) of successful experience, trained supervisory experience, and are appropriately certified. Offeror shall provide documentation as described above for the proposed Emergency provider if other than the Offeror. Offeror must identify if Emergency Provider is other than the Offeror. Past performance will be evaluated using CPARS, as well as the past performance references. If an Offeror does not have past performance available in CPARS, the past performance references will be used exclusively. Government databases and previous Project Owners/CORs may be contacted as references. The Government may research offeror performance on any federal, state, local, and commercial contracts of the offeror that is known to the Government, but not included on a submitted reference. Additionally, the personal experience and evaluator knowledge of offeror performance may be utilized. Basis for Award: An award will be made to a single offeror. Any award to be made will be based on the lowest price offer that meets responsibility requirements with a satisfactory or neutral/unknown risk on past performance. No offer will be accepted that does not contain the total amount of work specified in this solicitation. Price Criteria: Price. Price will be evaluated using Price Analysis Techniques and the following criteria: Total Price: The total evaluated price will be the sum of all Contract Line Item Numbers (CLINs). Balance of Offer: The offer is balanced if the price is properly distributed throughout the life of the contract by base and option years. Reasonableness. A price is reasonable if, in its nature or amount, it does not exceed what would be incurred by an ordinarily prudent person in the conduct of normal competitive business. Responsibility Criteria: The ratings focus on the acceptability of the offeror s offer and will be assessed at the factor level. Responsibility shall be evaluated using the following rating method: Acceptable: Meets all specified minimum performance or capability requirements necessary for satisfactory contract performance. Not Acceptable: Fails to meet all or some specified performance or capability requirements. Clearly state why the offeror does not meet any specified performance or capability requirement. Past Performance Ratings: Past Performance: The Government will review available past performance data in the Government s CPARS. However, the Government reserves the right to obtain past performance information from any available source and may contact sources other than those identified by the offeror when evaluating past performance. The Government will rate the offeror in relation to risk. A contract award will not be made to any offeror who receives an Unsatisfactory-Red past performance rating. The Past Performance Factor will be assigned one of the ratings defined below: Satisfactory - Little doubt exists that the offeror will successfully perform the required effort based on its performance record. Unsatisfactory Significant doubt exists that the offeror will successfully perform the required effort based on its performance record. Unknown/Neutral The offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f766d2582ddf4d0cbab2e09693ae8bf7/view)
 
Record
SN06508900-F 20221105/221103230056 (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.