Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 05, 2023 SAM #7982
MODIFICATION

J -- Med Gas FY24 (VA-24-00006877)

Notice Date
10/3/2023 10:15:50 AM
 
Notice Type
Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24623Q1409
 
Response Due
10/27/2023 2:30:00 PM
 
Archive Date
12/26/2023
 
Point of Contact
Daniel W Spaulding, Contract Specialist
 
E-Mail Address
Daniel.Spaulding@va.gov
(Daniel.Spaulding@va.gov)
 
Awardee
null
 
Description
?.## SPECIFIC INSTRUCTIONS TO OFFERORS AND BASIS OF AWARD 1. The Contractor shall submit one (1) copy of their quote in electronic format (PDF or MS Word) via email to daniel.spaulding@va.gov by Friday, October 27, 2023, 05:30PM EST. A complete quote shall include the following four (4) sections listed below: Section I QUOTE: Form (Standard Form 1449) original signature and completed Contract Administration Data; DUNS Number and Solicitation complete with acknowledgement of Solicitation Amendments. Offeror shall include the completed VAAR 852.219-75 Provision, VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION) Section II PRICING: shall be submitted as requested in the Schedule of Supplies/Services comprised within the solicitation document listed in Section B of the SF1449 solicitation. No price/cost information should be included in the technical QUOTES document. Offerors are not required to submit detailed cost and pricing information with their initial quote beyond the overall price. Pricing shall be proposed for the quantities listed in the Schedule of Supplies/Service. Alterations to the Schedule of Supplies/Services wording, quantities or other will render the QUOTES non-responsive and ineligible for award. Pricing should be FOB destination to the Salisbury VA Medical Center if shipping costs are applicable. Section III - TECHNICAL CAPABILITY: Offerors shall submit a detailed work plan that outlines the offeror s resources, equipment and staffing to be utilized in meeting the requirements in the Performance Work Statement (PWS). The following subfactors will be evaluated in the technical evaluation: Experience with the required scope of work on other projects of the same or very similar scope. This subfactor may be used in the comparative evaluation to identify a company with the comparatively best experience, if possible, and the Government intends to make a best value decision that may result in a quote other than the lowest priced quote being selected. Ability to self-perform the required work without the use of subcontractors and the extent to which the work plan indicates work will be self-performed. This subfactor may be used in the comparative evaluation to identify a company with the capability to self-perform, if possible, and the Government intends to make a best value decision that may result in a quote other than the lowest priced quote being selected. The offeror s demonstration in the work plan that it has the resources, equipment and staffing necessary to meet all requirements outlined in the Performance Work Statement. This subfactor may be used in the comparative evaluation to identify a company with the most adequate resources, equipment, and staffing to perform the requirements of the solicitation and Performance Work Statement, if possible, and the Government intends to make a best value decision that may result in a quote other than the lowest priced quote being selected. The offeror s technical capabilities identified in the work plan, to include Alarm Testing/Repair, HydroCarbon Testing, Capacity Testing, Pressure Testing, Outlet Leakage/Repair and other capabilities necessary to perform the Performance Work Statement. This subfactor may be used in the comparative evaluation to identify a company with the most adequate capabilities to perform the requirements of the solicitation and Performance Work Statement, if possible, and the Government intends to make a best value decision that may result in a quote other than the lowest priced quote being selected. Section IV- PAST PERFORMANCE: Identify a minimum of three (3) federal, state, and local government contracts or any private/commercial contracts of similar scope, size, complexity that are ongoing or have been completed within the last three years after the insurance date of the solicitation. Reference information must be submitted in the following format: List the following information for each contact: Company Name and address Description of services performed. Name, telephone number and e-mail address of responsive individuals who have-hirst hand knowledge of performance relative to the same type of services. Description of services performed. Dates of contract performance Contract type (e.g., fixed price, cost reimbursement) and total contract value BASIS FOR AWARD: The Government will select the one quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the technical factor, past performance, and price. A firm fixed-price contract will be awarded if the evaluation process identifies a quote suitable for award. Following the close of the solicitation, the Government will perform a comparative evaluation of the submitted quotes 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 and meeting the terms of the Performance Work Statement. The Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues prior to selecting a quote for award. The Government may request additional information through exchanges to support the evaluation process and decision making. The comparative evaluation will address all factors, including the Technical Factor, Past Performance and Price. Factor 1: Technical Capability The evaluation process will consider whether the quote demonstrates a clear understating of the technical features involved in meeting the requirements of the solicitation. Offeror shall describe how all aspects of the PWS will be met. Advantages and disadvantages of the offers will be reviewed to identify a best value solution and quote in accordance with the comparative evaluation process. The following subfactors will be evaluated in the technical evaluation: Experience with the required scope of work on other projects of the same or very similar scope. This subfactor may be used in the comparative evaluation to identify a company with the comparatively best experience, if possible, and the Government intends to make a best value decision that may result in a quote other than the lowest priced quote being selected. Ability to self-perform the required work without the use of subcontractors and the extent to which the work plan indicates work will be self-performed. This subfactor may be used in the comparative evaluation to identify a company with the capability to self-perform, if possible, and the Government intends to make a best value decision that may result in a quote other than the lowest priced quote being selected. The offeror s demonstration in the work plan that it has the resources, equipment and staffing necessary to meet all requirements outlined in the Performance Work Statement. This subfactor may be used in the comparative evaluation to identify a company with the most adequate resources, equipment, and staffing to perform the requirements of the solicitation and Performance Work Statement, if possible, and the Government intends to make a best value decision that may result in a quote other than the lowest priced quote being selected. The offeror s technical capabilities identified in the work plan, to include Alarm Testing/Repair, HydroCarbon Testing, Capacity Testing, Pressure Testing, Outlet Leakage/Repair and other capabilities necessary to perform the Performance Work Statement. This subfactor may be used in the comparative evaluation to identify a company with the most adequate capabilities to perform the requirements of the solicitation and Performance Work Statement, if possible, and the Government intends to make a best value decision that may result in a quote other than the lowest priced quote being selected. Factor 2: Past Performance Past performance information will be utilized to determine the quality of the offeror 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 schedules and the delivery of 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 Statement of Work (SOW). 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 statement of work described in this solicitation. Quoters may provide information on problems encountered on identified contracts and 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, including the Contract Performance Assessment Reporting System (CPARS). Since the Government may not necessarily interview all 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 fairness and reasonableness of the price. Reasonableness determinations will be made determining if competition exists, by comparing proposed cost/price with established commercial prices, other contract vehicles, and/or by comparing prosed cost/price with the Independent Government Cost Estimate (ICGE). The ICGE is not releasable to the public. 2. System for Award Management: Federal Acquisition regulations require that federal contractors register in the System for Award Management (SAM) data base at http://www.sam.gov and enter all mandatory information into the system. Offerors shall have an active registration in the System for Award Management at the time of quote submission and shall maintain an active registration throughout the evaluation phase and contract award. TECHNICAL QUESTIONS: Offerors shall submit all technical questions regarding this solicitation to the Contracting Officer in writing on or before 05:30PM Eastern Time on October 16, 2023. Questions may be sent via e-mail to daniel.spaulding@va.gov. 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 QUOTES. All QUOTES shall be submitted by the date listed in Block 8 of SF 1449 via email to daniel.spaulding@va.gov. SITE VISIT: Multiple site-visits will be held as outlined below. During the site visits, all questions shall be held for later submission to the Contracting Officer at daniel.spaulding@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. Salisbury VA Medical Center - Tuesday, October 10, 2023, at 01:00PM Eastern Time. The site visit will begin from the front entrance of the main building at W.G. (Bill) Hefner VA Medical Center, 1601 Brenner Ave, Salisbury, North Carolina 28144. South Charlotte VA Health Care Center Wednesday, October 11, 2023, at 01:00PM Eastern Time. The site visit will begin from the front entrance of the main building at 3506 W Tyvola Rd, Charlotte, NC 28208. Charlotte CBOC Wednesday, October 11, 2023, at 03:00PM Eastern Time. The site visit will begin from the front entrance of the main building at 8601 University East Dr, Charlotte NC 28213. Kernersville VA Health Care Center Thursday, October 12, 2023, at 01:00PM Eastern Time. The site visit will begin from the front entrance of the main building at 1695 Kernersville Medical Pkwy, Kernersville, NC 27284.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/08c03ac3c0234679ae2f5a85f6e87763/view)
 
Record
SN06851986-F 20231005/231003230047 (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.