Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
DOCUMENT

R -- Office of Resolution Management EEO - Attachment

Notice Date
9/12/2011
 
Notice Type
Attachment
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Department of Veterans Affairs;VA Central Office;Cntr. for Acquisition Innovation (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10111RQ0124
 
Response Due
9/16/2011
 
Archive Date
10/16/2011
 
Point of Contact
Joan Dixon
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This requirement is set-aside for service disabled veteran owned small businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 561410 with a small business size standard of $ 7.0 million. The contractor shall provide the following: - Develop letter templates for case managers, (reference 5.0, 5.1, 5.2, 5.3 Statement Of Work) and develop training content for each core discipline: EEO counselors. (reference 6.0 SOW) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Contractors' submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. The provision at 52.212-2, Evaluation-Commercial Items, applies to this combined synopsis/solicitation. Basis for Award: Award shall be made to the vendor offering the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. Technical Acceptability: To be considered for award, the vendor must be determined to be acceptable in accordance with the following evaluation factors: (1) The contractor must have Federal experience rendering procedural decisions and completing extensive EEO counseling (2) The vendor must have experience writing/developing templates to be used by Federal EEO counselors, investigators and case managers. (3)The vendor's personnel must be highly proficient EEO practitioners with a legal background and demonstrated writing skills, (4) acceptable past performance providing similar services of the scope, complexity and magnitude of the services required in the statement of work. Price Evaluation: Only vendors that have been determined to be technically acceptable will have their price quotes reviewed. The following clauses are cited: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2011), applies to this acquisition. Additional FAR clauses applicable to this requirement are: 52.209-5 Certification Regarding Responsibility Matters (April 2010); 52.217-8 Option to Extend Services (NOV 1999), 52.222-22 - Previous Contracts and Compliance Reports (FEB 1999), 52.222-25 -- Affirmative Action Compliance (APR 1984), 852.219-10 VA notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009). VARR 852.203-70-Commercial advertising (JAN 2008), VARR 852.203-71-Diplay of Department of Veterans Affairs hotline poster (DEC 1992), VARR 852.237-70- Contractor responsibility (APR 1984), VARR 852.273-75-Security Requirements for Unclassified Information Technology Resources (Oct 2008) Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov The provisions FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The Statement of work is shown in Attachment one, the Deliverable Schedule is shown in attachment 2 and the Pricing schedule is shown in Attachment 3. The anticipated date for contract award is on or before September 30, 2011. Successful Contractor shall submit Pricing as a separate document, using the Attachment 2. Questions in response to this solicitation shall be submitted NLT 5:00 PM EST Wednesday, September 14, 2011. All responsible sources may submit a quotation that, if timely received shall be considered by the agency. Contact person: Ms. Joan Dixon at 202-756-1339; e-mail: joan.dixon@va.gov. Please cite reference number VA-101-11-RQ-0124 in the quotation. Quotes must be received by NLT 5:00 PM EST, September 16, 2011. Quotes shall be submitted electronically to Ms. Joan Dixon at joan.dixon@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10111RQ0124/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RQ-0124 VA-101-11-RQ-0124.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=254743&FileName=VA-101-11-RQ-0124-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=254743&FileName=VA-101-11-RQ-0124-000.docx

 
File Name: VA-101-11-RQ-0124 ATTACHMENT 1 STATEMENT OF WORK.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=254744&FileName=VA-101-11-RQ-0124-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=254744&FileName=VA-101-11-RQ-0124-001.DOCX

 
File Name: VA-101-11-RQ-0124 ATTACHMENT 2 DELIVERABLES.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=254745&FileName=VA-101-11-RQ-0124-002.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=254745&FileName=VA-101-11-RQ-0124-002.DOCX

 
File Name: VA-101-11-RQ-0124 ATTACHMENT 3 OFFICE OF RESOLUTION MANAGEMENT EEO PRICE SCHEDULE.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=254746&FileName=VA-101-11-RQ-0124-003.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=254746&FileName=VA-101-11-RQ-0124-003.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02571871-W 20110914/110912235447-bf7195e12beea6a7d4466306c8a92dd8 (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.