Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
DOCUMENT

V -- Temporary Lodging 648 Portland, OR - Attachment

Notice Date
1/18/2012
 
Notice Type
Attachment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;VA NW Health Network - VISN 20;5115 NE 82nd Ave, Suite 203;VANCOUVER WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26012Q0343
 
Response Due
1/24/2012
 
Archive Date
2/23/2012
 
Point of Contact
Suzanne Angelo
 
E-Mail Address
Contracting Officer
(suzanne.angelo2@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items for Temporary Lodging and Billeting Services for the Veterans Integrated Service Network 20 with Veterans Healthcare Administration facilities located in Portland, Oregon. This requirement for temporary, short term lodging is being procured IAW FAR 12.6, entitled "Streamlined Procedures for Evaluation and Solicitation for Commercial Items" as supplemented with additional information in this notice, and FAR 19.501 Set-Asides for Small Business. This is a 100% small business set-aside. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issues. The associated NAICS code is 721110, small business size $7M. Any offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. The Government intends to award to a maximum of three small businesses in the area that conform to the Statement of Work, which is attached. The period of performance is Date of Award through April 30, 2012 with option to extend. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial proposal should contain the offerors best terms from a price and technical standpoint. All questions shall be submitted in writing and received prior to the time and date scheduled for receipt of quotes. Questions can be sent via e-mail to: suzanne.angelo2@va.gov Quotes are Due: Not later than 2:30PM PST, January 24, 2012. A complete proposal will consist of the following documents: Complete Schedule of Services/Pricing. Completed Online Representations and Certifications found at http://orca.bpn.gov in accordance with FAR 52.212.3, Offeror Representations and Certifications-Commercial Items. Signed Offerors Letter providing: Contractor's name, address, name of point of contact, phone numbers, email addresses, FAX number, DUNS number and Tax ID number. Insure the proposal number VA260-12-RQ-0343 appears on all pages and documents in the proposal. Identify acceptable forms for payment, i.e. purchase card, electronic funds transfer, etc. Include the fact sheet describing the 5 technical requirements. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. All line items as listed in this RFQ will be required to be provided in accordance with the Statement of Work and is attached to this solicitation. Primary work location for the RFQ is Portland, Oregon. The following provisions and/or clauses apply to this acquisition. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates 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 (b) through (i) of this provision. FAR 52.212-3 shall be completed as noted above and submitted with the quote. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price, licensure and past performance (Provide a list of at least 3, (relevant is defined in this RFQ as within the last 3 years) references in which similar services of the same scope and magnitude as this acquisition). Addenda to FAR 52.212-2: Initially, offers shall be ranked according to price. An offeror's proposed prices will be determined by multiplying the quantities identified in Schedule of Items by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. Then, using the references supplied by each of the interested contractors and the data independently obtained from other Government and commercial sources, the contracting officer shall seek performance information on the lowest priced proposal. The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this Request for Quote (RFQ), based on the offeror's demonstrated present and past performance. Past performance will be evaluated on a pass/fail basis - the government will award to the lowest bidder who provides a history of successful past performance by providing at least 3, recent and relevant examples of providing the same services as requested in the attached Statement of Work. In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. If the lowest priced evaluated technically acceptable offer is judged to have passed the past performance evaluation, that offer represents the best price for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have failed the past performance review. In that event, the contracting officer shall make award to the next lowest offer with a passing past performance rating. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by full text. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (DEVIATION) by full text. FAR 52.219-4, Notice of Price Evaluation Preference for Hubzone SB Concerns, by full text. FAR 52.203-3, Gratuities. FAR 52.203-6 Alt. 1, Restrictions On Subcontractor Sales To The Government - Alt. 1. FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper. FAR 52.204-7 Central Contractor Registration. FAR 52.209-6, Protecting the Government's Interest. FAR 52.217-8 Option to Extend Services (Nov 1999) and 52.217-9 Option to Extend the Term of the Contract (MAR 2000). FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies. FAR 52.222-3 Convict Labor. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.227-2, Notice And Assistance Regarding Patent And Copyright Infringement. FAR 52.232-33, Payment by Electronic Funds- Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contracts. FAR 52.242-13, Bankruptcy. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://farsite.hill.af.mil/VFFAR1.HTM ; clauses may be accessed electronically in full text by going to the aforementioned Internet addresses. FAR 52.252-6, Authorized Deviation in Clauses, in full text, with the following fill-in: Veterans Affairs Acquisition Regulation 48 CFR Chapter 8. Vendors must be actively registered with the Central Contractor Registration (CCR) and in VETS-100. The CCR website is http://www.ccr.gov; the VETS-100 website is https://vets100.vets.dol.gov/registerhome.aspx. The Contractors are required to submit their TAX ID number with their quote. Quotes must be received at the Department of Veterans Affairs, Vancouver VA Medical Center no later than 2:30PM PST on January 24, 2012. Quotes may be transmitted by e-mail or to FAX number 360.256.0936 to the attention of Suzanne Angelo. suzanne.angelo2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/VA26012Q0343/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-12-Q-0343 VA260-12-Q-0343.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289006&FileName=VA260-12-Q-0343-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289006&FileName=VA260-12-Q-0343-000.doc

 
File Name: VA260-12-Q-0343 SOW [PORTLAND].DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289007&FileName=VA260-12-Q-0343-001.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289007&FileName=VA260-12-Q-0343-001.DOC

 
File Name: VA260-12-Q-0343 SCHEDULE OF SERVICES.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289008&FileName=VA260-12-Q-0343-002.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289008&FileName=VA260-12-Q-0343-002.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: Portland, Oregon
Zip Code: 97239
 
Record
SN02656297-W 20120120/120118234515-dd34aa3daf06f3524cfbddfbe0ab1978 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.