Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
DOCUMENT

Q -- MAMMOGRAPHY-ROPC - Attachment

Notice Date
3/24/2011
 
Notice Type
Attachment
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
VA52811RP0107
 
Response Due
4/21/2011
 
Archive Date
5/1/2011
 
Point of Contact
Les.Lecceardone@va.gov
 
E-Mail Address
Contract Specialist
(les.lecceardone@va.gov)
 
Small Business Set-Aside
N/A
 
Description
ADDENDUM TO FAR 52.212-1 ********************************************************************************************** The items identified in VAAR 852.273-73 detail the evaluation criteria required to meet the minimum needs of the Government for this contract work. Therefore, offerors should assure that their ability to meet or exceed these requirements is adequately described in their offers. Failure to meet any one of these requirements may result in rejection of the offer. Each offeror must submit separately, TWO copies of the cost proposal and FOUR copies of the technical proposal. I. COST PROPOSAL: The offeror shall submit a cost proposal using the SF 1449 (two copies, both with original signature) and its accompanying pages which comprise the entire solicitation document. THERE SHALL BE NO MENTION OF COSTS IN THE TECHNICAL PROPOSAL. II. TECHNICAL PROPOSAL: The offeror, separately (but included in the same sealed envelope), shall submit FOUR copies of a detailed technical proposal in a format which clearly addresses the evaluation factors. Each response shall address each factor in the sequence listed and clearly identify which factor is being addressed. This is not intended to restrict answering in as much detail as the offeror deems necessary to adequately present and address each factor in the technical proposal. The offeror must identify any subcontractors proposed to be utilized for the provision of services required under this solicitation. All technical elements applicable to the utilization of subcontractors must be addressed in the technical proposal and detail provided. Past performance evaluation will be conducted using information obtained from the National Institutes of Health (NIH) Contractor performance System (CPS) or Past Performance System (CPS) or Past Performance Information Retrieval System (PPIRS) OR any other sources deemed appropriate. CAUTION:NO MENTION OF PROPOSED COSTS SHALL BE INCLUDED IN THE SUBMISSION RESPONDING TO THIS TECHNICAL EVALUATION FACTOR. ********************************************************************************************** The following are suggestions for Offeror ™s to consider when preparing technical proposals to address the evaluation criteria of the solicitation. These suggestions are not required to be addressed and will not be evaluated as subfactors of the evaluation criteria. These suggestions are in no particular order of priority. Factor 1 “ Price This factor indicates what each offeror ™s proposal will cost the Government, if selected. The offeror proposing the lowest total cost will be awarded the maximum points available for cost evaluation purposes. All other offerors will receive a percentage of the points available for evaluation based on the relationship of their cost to the lowest cost. Offeror ™s are not required to submit detailed cost and pricing information with their initial offer. Factor 2 “ Technical (a)Offeror shall submit evidence The physician(s) are board certified with the American Board of Radiology, mammography accreditation by the ACR, and certification by the FDA. Specialty Radiologists meet or exceed the required annual volume. Contractor must list specialty radiologists and their annual volumes for 2010. Submit evidence the technologist(s) are certified by the American Registry of Radiologic Technologists for Mammography. Submit evidence Physicists must also meet FDA guidelines. Pathology services must be provided by a board certified pathologist(s). Factor 3 - Past Performance Recent and current related experience; Past Performance (history/references): 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 ścontracts ť, indicate nature of past performance in the regular conduct of business. Provide a list of three 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA52811RP0107/listing.html)
 
Document(s)
Attachment
 
File Name: VA-528-11-RP-0107 0001 VA-528-11-RP-0107 0001.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=185456&FileName=VA-528-11-RP-0107-0001000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=185456&FileName=VA-528-11-RP-0107-0001000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02409000-W 20110326/110324235019-e138f8e3eb3cbe971a652abcd9f9d535 (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.