Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

R -- Laboratory Courier Service

Notice Date
9/21/2023 7:37:35 AM
 
Notice Type
Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24623Q1155
 
Response Due
10/4/2023 12:00:00 PM
 
Archive Date
11/03/2023
 
Point of Contact
Serina H Black, Contract Specialist Intern
 
E-Mail Address
Serina.Black1@va.gov
(Serina.Black1@va.gov)
 
Awardee
null
 
Description
36C24623Q1155 P0001 CONTINUATION PAGE ?.## INSTRUCTIONS TO OFFERORS AND EVALUATION CRITERIA SITE VISIT Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost and/or the contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. QUOTE SUBMISSION Quoters shall submit their quote via email to Serina Black at Serina.Black1@va.gov by 15:00PM, EST, Wednesday, October 4th, 2023. Quotes shall be assembled by the following Sections; each section shall be easily identified. Section A - Quote Form (Standard Form 1449) Signed and dated, include the North American Industry Classification System (NAICS) code and small business size standard in Block 10. Data Universal Numbering System (DUNS) Number shall be entered in the block with the Quoters name and address. Section B Pricing Pricing shall be submitted as requested in the Schedule of Services. Total price will be evaluated by the Government. Proposed price should reflect a clear understanding of the requirements and is consistent with the various elements of the quote. Section C Quoters Representations and Certifications A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically). A quoter shall complete only paragraph (b) of this provision if the quoter has completed the annual representations and certifications electronically at www.sam.gov/portal/public/SAM/. All Quoters shall be registered and current in the System for Award Management (SAM) database at time of award. Section D Technical/Management Approach Quoters shall submit a quote that addresses all aspects of the Performance Work Statement (PWS). The offeror shall provide evidence that the offeror possesses a minimum of three (3) years of experience that is the same or very similar to the scope of work in the PWS. The offeror shall provide a detailed operational plan to include its staffing approach. The operational plan shall address and identify how the offeror will meet the requirements of each section of the PWS. Section E Past Performance Identify all federal, state, and local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing or have been completed within the last three years. List the following information for each contract: Company Name and Address Description of Services Performed Name, Telephone Number and Email Address of Responsible individuals who have first-hand knowledge of performance relative to similar type of services Dates of Contract Performance Contract Type (e.g. fixed-price, cost reimbursable) and total contract value Failure to submit a complete offer may result in an unacceptable determination. 3.0 AWARD BASIS The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate technical capabilities, past performance, and price. Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement as outlined and detailed in this solicitation. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. Factor 1: Technical/Management Approach The evaluation process will consider whether the quote demonstrates a clear understanding of the technical features involved in meeting the requirements of the solicitation. Factor 2: Past Performance Past performance information will be utilized to determine the quality of the contractor s past performance as it relates to the probability of success of the required effort. The Government will evaluate customer satisfaction, responsiveness to customer needs, and past demonstration of meeting delivery schedules and the delivery of quality services. Emphasis will be on recent, relevant past performance in the previous 3 years. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the Performance Work Statement (PWS). Past performance information is one indicator of a quoter s ability to perform the contract successfully. Current and relevant information, source of information, context of data, and general trends in Contractor s performance shall be considered as it pertains to the performance of work described in this solicitation. Quoters may provide information on problems encountered on identified contracts and the quoter s corrective action. The Government shall consider this information as well as information obtained from any other sources when evaluating the quoter s past performance. Since the Government may not necessarily interview all of the sources provided by the quoters, it is incumbent upon the quoter to explain the relevance of the data provided. Quoters are reminded that the Government may elect to consider data obtained from other sources. Quoters with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance, but may be considered less favorably than a quoter with favorable performance history. Factor 3: Price Prices shall be submitted in accordance with the Price Schedule contained in the Solicitation. Total price will be evaluated by the Government. In evaluating the quoter s proposed price for this project, the Government concern includes determining price reasonableness. Reasonableness determinations will be made by determining if competition exists, by comparing proposed cost/price with established commercial prices, other contract vehicles, and/or by comparing proposed cost/price with the Independent Government Cost Estimate (IGCE).  The IGCE is not releasable to the public. 4.0 TECHNICAL QUESTIONS Quoters should submit all technical questions regarding this solicitation to the Contract Specialist in writing, via email, to Serina Black at Serina.Black1@va.gov on or before Monday, September 25, 2023, at 14:00PM Eastern Time. Address Subject Line: Courier Services for Pathology and Laboratory Medicine Service | Salisbury VAMC Telephonic (verbal) questions Will Not be addressed. All responses to questions, which may affect quotes, will be incorporated into a written amendment to the Request for Quote ?.## SITE VISIT A site-visit will be held on Wednesday, September 20, 2023, at 10:30AM Eastern Time. During the site visit, all questions shall be held for later submission to the Contract Specialist at serina.black1@va.gov. Attendees will sign in at the start of the site visit. Attendees shall arrive up to 15 minutes early to avoid missing their opportunity to attend. The site visit will begin promptly, at the listed time. The site visit will begin from the entrance of Building 20 (Laboratory), W.G. (Bill) Hefner VA Medical Center, 1601 Brenner Ave, Salisbury, North Carolina 28144.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/568120410a75483bbc48df8c1ddb2179/view)
 
Record
SN06840585-F 20230923/230921230529 (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.