Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2010 FBO #3259
MODIFICATION

R -- Industrial Hygiene Services

Notice Date
10/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Solicitation Number
VA24510RP0307
 
Response Due
11/12/2010
 
Archive Date
1/11/2011
 
Point of Contact
Ron Rheinhardt
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SECTION E - SOLICITATION PROVISIONS - E.5 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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: Technical Capability Past Performance Price Technical and past performance, when combined, is significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ADDENDUM TO 52.212-2 EVALUATION - COMMERCIAL ITEMS INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS This requirement will service the DC VAMC. The DC VAMC intends to award a one contract, and the Offeror is expected to provide; if mailed or hand carried, three (3) copies in separate volumes of their Technical Proposal, Past Performance, and Cost Proposal information. Incomplete proposals will not be considered. GENERAL INSTRUCTIONS FOR PROPOSAL SUBMISSION A proposal submitted in response to this solicitation must consist of three (3) separate volumes: 1) If mailed or hand carried, three (3) copies - Technical Proposal with sections for Management Capabilities & Approach, Quality of Offeror's Facility, Education/Training, Technical Approach, and Subcontracting plan (if Offeror is other than small business). 2) If mailed or hand carried, three (3) copies - Past Performance Information. 3) If mailed or hand carried, three (3) copies - Cost Proposal. Proposals must be legible, double spaced, in a type size not smaller than 12 point proportional, on paper not larger than eight and a half by eleven inches. The Technical Proposal, Past Performance, and Cost Proposal information shall be in separately marked envelopes with a cover letter and be clearly marked with the solicitation number. Proposals submitted after the offer due date will not be accepted. All completed and signed copies of proposals shall be mailed or hand carried to the address specified in Block 9 of Standard Form 1449, Page 1. 1. TECHNICAL PROPOSAL Management Capabilities & Approach Corporate experience of Offeror's officers and employees, manner in which vendor would intend to accomplish contractual obligations for start-up and phase-in schedule, management plans and procedures for logistical and administrative support of all functions; i.e., Contractor training or personnel. (i) Proposed method/system of patient orientation and written instruction to cover the operation of oxygen equipment. (ii) Quality control procedures to be used to ensure all contractual requirements are met. (iii) Offeror to provide descriptive literature on the oxygen equipment he/she intends to provide beneficiaries. The failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may require rejection of the offer. (iv) Copy of customer satisfaction data for the last three years including methodology and action plan if areas to improve were identified. Quality of Offeror's Facility Demonstrate compliance with specifications related to personnel, locations, and capability to meet time requirements. (i) Evidence of qualified personnel to service this contract (including copies of licenses) (ii) Offeror's technical expertise and knowledge of equipment. (iii) Years of experience providing services. (iv) Availability of labor force or plan for recruiting. (v) Describe base of operations (home office) and satellites (if any) to service all AREAS. If the Offeror does not currently have an office or required satellites in the catchments, a comprehensive plan for the acquisition of resources (e.g. space, equipment, personnel, etc.) needs to be outlined including an implementation date no later than 15 days prior to the start of the contract. Education/Training Offeror shall provide all patient education materials on home oxygen equipment that will be provided to patient population. For all personnel performing services under the contract, submit a resume, educational background, knowledge/skills, experience, training certificates, license(s) from each state, three (3) personnel references, continuing education taken and relative importance to the services they will be providing. Describe proposed training program for educating the patient and home care provider for the home oxygen equipment. 2. PAST PERFORMANCE INFORMATION Past Performance Identify all Federal, State, and local government contracts and private contracts of similar scope, size, and complexity that are ongoing, or have been completed within the last three (3) years, or in the alternative to "contracts", indicate nature of past performance in the regular conduct of business. Provide a list of three (3) references pertaining to those contracts including name, address, contact person, and telephone number. Include information that depicts contract compliance, financial stability and efficiency, and customer satisfaction. 3. COST PROPOSAL Price & Related Price Items The Government reserves the right to make award on the basis of initial offers received, without discussions. Therefore, the initial offer should contain the Offeror's best terms from a cost/price and technical standpoint. The Government will award a single contract contingent upon best value and the Offeror's ability to meet all requirements. Evaluation of the Technical Proposal "Outstanding" O Very significantly exceeds most or all solicitation requirements. Response exceeds a "Better" rating. The offeror has clear demonstrated an understanding of all aspects of the requirement to the extent that timely and highest quality performance is anticipated. "Better" B Fully meets all solicitation requirements and significantly exceeds many of the solicitation requirements. Response exceeds an "Acceptable" rating. The areas in which the Offeror exceeds the requirements are anticipated to result in a high level of efficiency or productivity or quality. "Acceptable" AMeets all solicitation requirements. Complete, comprehensive and exemplifies an understanding of the scope and depth of the task requirements as well as the Offeror's understanding of the government's requirements. "Marginal" M Less than acceptable. "There are some deficiencies in the technical proposal. However, given the opportunity for discussions, the technical proposal has a reasonable chance of becoming at least "Acceptable." (Areas of a technical proposal which remain to be "Marginal" after "Best and Final" offers shall not be subject to further discussion or revision.) If award is made on initial offers, there will not be an opportunity for discussions, nor a chance to become at least "Acceptable." "Unacceptable" UTechnical proposal has many deficiencies and/or gross omissions: Failure to understand much of the scope of work necessary to per-Form the required tasks; failure to provide a reasonable, logical approach to fulfilling much of the Government's requirements; failure to meet to meet many personnel requirements of the solicitation. (When applying this adjective to the technical proposal as a whole, the technical proposal must be so unacceptable in one or more areas that it would have to be significantly revised to attempt to make it other than unacceptable.) Evaluation of Past Performance Scoring Adjective: The following adjectives should be used as general guidance in assessing the Offeror's past performance. This evaluation is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the Offeror's past performance will be used to evaluate the relative capability of the Offeror and other competitors to successfully meet the requirements of the RFP: Contracting Officers will use the following adjectival definitions as guidelines in evaluating past performance: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance or lack of customer satisfaction (or cost growth if applicable) based upon Offeror's past performance. BETTER: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance of lack of customer satisfaction (or cost growth if applicable) based upon the Offeror's past performance. SATISFACTORY: Some potential risk anticipated with delivery of quality product, on time, and of degradation or lack of customer satisfaction (or cost growth if applicable) based upon the Offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the Offeror's past performance. (A rating of marginal does not by itself make the proposal ineligible for award.) METHOD OF AWARD: Award will be made to the Offeror(s) whose overall offer is the most advantageous to the Government, both technical, past performance and price being considered. The Offeror with the lowest cost alone will not necessarily be awarded the contract. CONTRACT AWARD: The award will be on a firm fixed price contract. After receipt of proposals, a determination shall be made of which proposals are in the competitive range for the purpose of conducting written and/or oral discussions, if necessary. Offerors should note that award may be made on initial proposals. POST-AWARD CONFERENCE: A post-award conference will be held at a time and place designated by the Contracting Officer, to be attended by the contractor, Chief of FMS, Contracting Officer and other officials as designated by the Contracting Officer. At a minimum, the conference agenda will include: performance requirements, training requirements and schedules, government furnished property/services/procedures/forms/reports, and quality assurance. PERIOD FOR ACCEPTANCE OF OFFERS The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (End of Addendum to 52.212-2)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACNAC/VACNAC/VA24510RP0307/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
Zip Code: 20422
 
Record
SN02316194-W 20101027/101025233820-3be4a3301f50cfb60eb8dd38d6a209d1 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.