Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
DOCUMENT

70 -- PREP-54_TAC11-02253_HSPD-12 System Enhancement/Expansion - Attachment

Notice Date
6/30/2011
 
Notice Type
Attachment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11811IB0503
 
Response Due
7/8/2011
 
Archive Date
8/7/2011
 
Point of Contact
Kawana Simms 732-578-5571
 
E-Mail Address
Contract Specialist
(kawana.simms@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis The Department of Veterans Affairs (VA), Technology Acquisition Center (TAC), Eatontown, NJ 07724, intends to procure various equipment in support of a technology refreshment of Homeland Security Presidential Directives (HSPD)-12 personal identity verification (PIV) system. This will be a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The VA Technology Acquisition Center will utilize a two step Reverse Auction for this acquisition. The Government will award a contract resulting from this solicitation to the lowest priced, responsive, responsible Offeror that meets the Government's requirements set forth in this solicitation. Factors to Be Evaluated: 1.Technical 2.Price Step One: a. Upon submission of a technical proposal, an evaluation will be performed to determine if a bidder's technical proposal is acceptable. To be deemed Acceptable, the Offeror must propose the exact brand name products, or an equivalent product that meets the salient characteristics identified in the Product Description, see Section B.3 and meet all of the solicitation's minimum requirements. Upon determination of a Bidder's technical proposal to be acceptable, bidders will be eligible to advance to Step Two. b. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the Technical Factor. Step Two: In Step Two the Government will evaluated the total evaluated price of all bidders. The total evaluated price shall be the sum of alll CLIN(s)/SLIN(s) set forth in Section B.2, and will be the final price of the reverse auction. Award will then be made to the lowest priced, responsive and responsible bidder. The Contracting Officer reserves the right to make no award. **CAUTION: UNBALANCED BIDS WILL CAUSE CONTRACTORS TO BE ELIMINATED/FOUND NONRESPONSIVE (SEE FAR 14.404-2(g), 14.405.)** E.7 SUBMISSION INSTRUCTIONS The Government intends to use the Two-Step Sealed Bid Reverse Auction. In Step One, all bidders must submit a technical proposal, a completed and signed copy of the Reverse Auction Agreement (see Section E.8), and complete Representations and Certifications (if not previously submitted through the Online Representations and Certifications Application (ORCA)) database by July 8, 2011, 4:00 PM Eastern Standard Time (EST). Technical proposals will be evaluated, and those deemed technically acceptable will be invited to participate in Step Two of the bidding, which will be a Reverse Auction, which is anticipated to occur on July 14, 2011, 11:00 AM EST. Submissions for Step One shall NOT include any prices or pricing information. In the second step only bids based upon technical proposals determined to be acceptable, either initially, or as a result of discussions, will be considered for award. To be deemed "Acceptable", the Offeror must propose the exact brand name products, or an equivalent product that meets the salient characteristics identified in the Product Description, see Section B.3 and meet all of the solicitation's minimum requirements. If the offeror is proposing an equivalent product, the offeror must provide all of the documentation required in VAAR 852.211-73. Offerors should submit technical proposals that are acceptable without additional explanation or information. Bidders are responsible for including sufficient details to permit a complete and accurate evaluation of each proposal. The Government may make a final determination regarding a technical proposal's acceptability solely on the basis of the proposal as submitted, and the Government may proceed to the second step without requesting further information from any bidders. However, the Government reserves the right to request additional information from bidders concerning their technical proposals that it considers reasonably susceptible of being made acceptable, and may discuss proposals with bidders. The Government will not accept an alternate technical offer, only one technical proposal per offereor is allowed. Award will be made on an "All" or "None" Basis and therefore Bidders must bid all requirements set forth in the solicitation. Those bidders with technical proposals considered Acceptable will be asked to participate in the Step Two Reverse Auction. The Government will notify those bidders whose proposals are considered unacceptable upon completion of the Step One phase. Within 24 hours of the completion of the Reverse Auction, the successful offeror shall submit a price proposal that includes all columns shown in section B.2. In the Step Two, award will be made to the lowest priced, responsive and responsible bidder. Please note Reverse Auction Instructions and Agreement in Section E.8 of the attached solicitation. The solicitation will be issued as a Invitation for Bid VA118-11-IB-0503. The associated NAICS code for this effort is 334111, with a small business size standard of 1,000 employees. The proposed action will be a Firm Fixed Price contract, and the equipment shall be delivered 30 days after award. The anticipated award date is July 15, 2011. All proposal documents and communications shall be made available through the Contract Specialist, Kawana Simms, via email at kawana.simms@va.gov, or via telephone at 732.578.5571.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c1ca54c16a3a765eddcc5675ec12d81b)
 
Document(s)
Attachment
 
File Name: VA118-11-IB-0503 VA118-11-IB-0503_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=214823&FileName=VA118-11-IB-0503-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=214823&FileName=VA118-11-IB-0503-000.docx

 
File Name: VA118-11-IB-0503 (FINAL) VA118-11-IB-0503.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=214824&FileName=VA118-11-IB-0503-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=214824&FileName=VA118-11-IB-0503-001.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02486876-W 20110702/110630235337-c1ca54c16a3a765eddcc5675ec12d81b (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.