Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
MODIFICATION

65 -- 65 -- Service Conected Disabled Veteran Owned Small Business Set-aside for Reusable Patient Underpads

Notice Date
5/27/2005
 
Notice Type
Modification
 
Contracting Office
Attn: Department of Veterans Affairs National Acquisition Center, (049A1), P.O. Box 76, Building No. 37, Hines, Illinois 60141
 
ZIP Code
60141
 
Solicitation Number
797-NC-05-0032
 
Response Due
6/3/2005
 
Point of Contact
Point of Contact - Tim Scanlan, Contract Specialist, Ph: (708) 786-5241, Fx:(708) 786-5256, Contracting Officer - Loretta Hendrix, Contract Specialist, Ph:(708) 786-4933, Fx:(708) 786-5256
 
E-Mail Address
Loretta Hendrix
(loretta.hendrix@med.va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
DESCRIPTION OF AMENDMENT (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) EFFECTIVE DATE 05/27/2005 9AM US CENTRAL TIME, ISSUED BY: Department of Veterans Affairs, National Acquisition Center, 1st Avenue - 1 block N of Cermak (22nd ST) Hines, IL 60141 The purpose of this amendment is to extend the response date for this solicitation, clarify past performance, delete specification number 16, eliminating the requirement of in-service training, and clarify the number of days the Government has to evaluate offers. Attachment A is added to this amendment. AMENDMENT 0001: Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted: or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. THE FOLLOWING AMENDMENT APPLIES TO THIS SOLICITATION: 1. The response date for this solicitation is extended from May 27, 2005 4:30 US Central Time to June 3, 2005 4:30 US Central Time. 2. Add the following statement to 52.212-2 Evaluation-Commercial Items (JAN 1999)(a) as follows: (a) The Government will award a maximum of one contract resulting from this solicitation to the responsible offeror whose offer conforms to all technical specifications and is evaluated as the lowest price. ADDED STATEMENT: The Government is evaluating this procurement using the lowest price technically acceptable source selection process as outlined in FAR Part 15.101-2. 3. Delete the following paragraph shown in 52.212-2 Evaluation-Commercial Items (JAN 1999): (i) Technical Acceptability of the item offered upon review of product literature, and physical inspection of the items to determine that the specifications shown in this solicitation are acceptable (Shown below the schedule of supplies); (ii) Price; (iii) Past Performance (b) Price Evaluation. Only one award will be made. Offers will be evaluated for award purposes by adding the total price (i.e. price multiplied by the estimated quantity) for the base year contract period to the total price for all option years. (c) Past Performance shall be considered to evaluate prior business performance. 4. Add the following paragraph in lieu of the preceding deletion: (i) Technical Acceptability of the item offered upon review of product literature, and physical inspection of the items to determine that the specifications shown in this solicitation are acceptable (Shown below the schedule of supplies) (ii) Price evaluation. Only one award will be made. Offers will be evaluated for award purposes by adding the total price (i.e. price multiplied by the estimated quantity) for the base year contract period to the total price for all option years. (iii) Past Performance. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. The Government may use information from its own files, database sources available for government use, and public internet sources, references provided by the offerors on the provided Attachment, - See Attachment A - or any other source the Government deems appropriate. The Government will determine whether the offeror has consistently demonstrated adherence to a referenced contract_s terms and condition and shown a commitment to customer service (e.g., quality of products provided, business related performance of referenced contract, accuracy and timely responses to reports, and customer_s contract related questions or concerns, and any other business, or performance relate matters that the Government deems appropriate). Past performance can also include past performance and industry reputation of an offerors business affiliates that are directly involved in the performance of this potential contract. If an offeror does not have past performance history relevant to this procurement, the offeror will not be evaluated favorably or unfavorably on this evaluation. 5. ATACHMENT A: PAST PERFORMANCE See attachment on the following page. 6. Delete the following specification: Number 16 relating to in-service training when requested. 7. Amend FAR 52.212-1(c) to provide that the period for acceptance of offers is 120 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Attachment A _ Past Performance Instructions: PROVIDE A MNIMUM OF 10 REFERENCES Past Performance information should be submitted for all VA Medical Centers that have purchased products from offerors company. If your company has not sold products to VA Medical Centers, include information for other customers that have purchased products from offerors company. First, provide information for any VAs, then, information for sales to other federal government facilities (Department of Defense, Public Health, Bureau of Prisons, etc.), then, commercial customers. 1. Customer Name: Point of Contact: Phone Number: Type of Product/Product # 2. Customer Name: Point of Contact: Phone Number: Type of Product/Product # 3. Customer Name: Point of Contact: Phone Number: Type of Product/Product # 4. Customer Name: Point of Contact: Phone Number: Type of Product/Product # 5. Customer Name: Point of Contact: Phone Number: Type of Product/Product # Name and Title of Contracting Officer (Type or print) Ronald E. Jenkins, Contracting Officer NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
RFP 797-NC-05-0032
(http://www.eps.gov/spg/VA/VANAC/VANAC/797-NC-05-0032/listing.html)
 
Place of Performance
Address: Veterans Affairs, National Acquisition Center, P.O. Box 76 Hines, Illinois
Zip Code: 60141
Country: United States
 
Record
SN00817989-F 20050529/050528095646 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.