Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
DOCUMENT

V -- Armored Car Service - Attachment

Notice Date
9/23/2011
 
Notice Type
Attachment
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
US Department of Veterans Affairs;Veterans Health Administration;PCA East;1722 I St., NW;Washington D.C., 20420
 
ZIP Code
20420
 
Solicitation Number
VA74111RQ0233
 
Response Due
9/29/2011
 
Archive Date
11/28/2011
 
Point of Contact
Justin Fraser
 
E-Mail Address
1-1659<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-37. The PCA East Office is soliciting quotes for a contractor to provide armored car transportation services for the VA Medical Center in Leavensworth, KS. The following Contract Line Item is relevant to this procurement: CLINs 0001, 1001, 2001: The Contractor shall perform armored car transportation services in accordance with the attached Statement of Work (SOW). Period of Performance: 01 October 2011 through 30 September 2014 (and all corresponding option year dates). This solicitation will result in a firm fixed-price contract. This procurement will be made using the cascading method. The cascading method is specified as follows: 1. Any award resulting from this solicitation will be made using the following cascade order of precedence: 1.1. In accordance with FAR Subpart 19.14 and PL 109-461, award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business (SDVOSB) concern, provided that there is adequate competition among such firms. 1.2. If there is inadequate competition for award to a SDVOSB concern, award will be made competitively to an eligible Veteran Owned Small Business (VOSB) concern. 1.3. If there is inadequate competition for award to a VOSB concern, award will be made competitively to an 8a or HubZone small business concern. 1.4. If there is inadequate competition for award to an 8a or HubZone concern, award will be made competitively to a small business concern IAW FAR 19.5. 1.5. If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all responsive offers submitted by responsible business concerns. 2. Adequate competition shall be deemed to exist if- 2.1 At least two competitive offers are received from qualified, responsible business concerns at the tier under consideration; and 2.2. Award will be made at fair market prices as determined in accordance with FAR 19.202-6. No price evaluation adjustments will be made. 3. When there is inadequate competition at any tier, an otherwise competitive offer from a responsible business concern at that tier will be considered with the eligible offers for the next lower tier. For example, only one competitive offer is received from a SDVOSB business. That offer will be included with the offer(s) received from all VOSB businesses. If there is still inadequate competition, the offer from the SDVOSB business will then be included with SB offer(s) received; finally, if there is inadequate competition at the SB tier, the SDVOSB offer will be included with all responsive offers. The Request for Proposal (RFQ) number is VA-741-11-RQ-0145. The applicable NAICS code is 561613 and the small business size standard is $12.5 million. TELEPHONIC REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. When issued, the solicitation will be available only by downloading from the Federal Business Opportunities website at https://www.fbo.gov/. The estimated issue date is 22 September 20011, and the anticipated closing date is 29 September 2011 at 5:00:00 PM Eastern Standard Time. The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition. Offers will be evaluated using the best value selection method. The following evaluation factors are given a descending order of preference with technically acceptable being most important and price least important: technically acceptable, past performance and price. The contract will be awarded to the offeror that provides the best value to the Government. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/. The following clauses apply: FAR 52.214-21 Descriptive Literature (APR 02); FAR 52.217-5 Evaluation of Options (JUL 1990); FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://farsite.hill.af.mil/vffara.htm. Prospective offerors are urged to submit any questions, including requests for the applicable SOW to Justin Fraser at Justin.Fraser@va.gov. Offers from all qualified, capable and responsible sources will be considered. Vendors offering a response to this notice should ensure registration in the Central Contractor Registration database at http://www.bpn.gov/ prior to submission of offers for consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAHAC741/VAHAC741/VA74111RQ0233/listing.html)
 
Document(s)
Attachment
 
File Name: VA-741-11-RQ-0233 VA-741-11-RQ-0233_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=261736&FileName=VA-741-11-RQ-0233-002.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=261736&FileName=VA-741-11-RQ-0233-002.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Central Plains CPAC;3819 Franklin Ave.;Building 19;Leavensworth, KS
Zip Code: 66048
 
Record
SN02590510-W 20110925/110924000000-fa1c7f4b87376cbe96e69227162e5495 (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.