Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
DOCUMENT

T -- AV equipment and labor for NVGAG St Louis - Attachment

Notice Date
3/12/2012
 
Notice Type
Attachment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;4101 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25512Q0556
 
Response Due
3/22/2012
 
Archive Date
4/21/2012
 
Point of Contact
Tina G Gopon
 
E-Mail Address
8-6411<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a pre solicitation synopsis for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and written solicitation will not be issued. Solicitation VA-255-12-RQ- 0556 is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code for this acquisition is 532490 and the size standard is $7.0 Million. The VA Heartland Network 15 supporting the St. Louis, Missouri, Medical Center is seeking Audio/Visual equipment and services for the National Veteran Golden Age Games (NVGAG) in St. Louis MO at the America s Center Convention Complex from May 30-June 6, 2012. The prospective offers must be an approved vendor of the American s Center for consideration for this contract. The offers must provide proof, as part of their bid submission, a letter from the American Center Operations Office stating they are approved vendor for the period of performance of this contract. Offers which do not provide this proof will be deemed technically unacceptable. In addition, all offers must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The award will be made to the Lowest Priced Technically Acceptable (LPTA) Offeror deemed acceptable. The quotation shall consist of 1 Contract Line Item Numbers (CLIN) 0001. (See Attached) 1.SERVICES TO BE PROVIDED. The contractor shall provide Audio and Visual equipment and services per the statement of work attached. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (June 2008). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Feb 2009. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Nov 2006) apply to this acquisition. FAR 52.219-27 IL 049-07-08 June 19, 2007 Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999), 52.232-36 Payment by Third Party (May 1999). This solicitation is being issued as a Request for Quotation (RFQ) -Submission of offers is in two parts (electronic and hard-copy): (1) Electronic- Contractors shall submit an electronic version of the technical/past performance (technical) and price/cost (PRICE) via email of their proposals to tina.gopon@va.gov. The email must have the solicitation number indicated in the Subject line. Files must be readable using Microsoft Office 2007: Word, Excel, PowerPoint, or Access. Files in Adobe* PDF Files when scanning documents, scanner resolution should be set at least 200 dots per inch (dpi). Ensure that attachments are not too large to be emailed. When splitting up the attachments, be sure to identify on the email subject line i.e. RP-0068/ABC Company/1 of 4. Electronic copies are due no later than March 21, 2012 at 5:00 PM Central Standard Time. Note that zip files are not acceptable. (2) Hard-Copy- Contractors shall also submit their information in two (2) separate envelopes. One (1) envelope shall be marked (TECHNICAL) and the other envelope shall be marked (PRICE). The technical envelope will consist of one (1) original of the technical and past performance proposals. The price envelope will consist of one (1) original of the signed solicitation (SF1449) with the price/cost information. NO PRICING information should be contained in the TECHNICAL envelope. Hard-copies are due no later than March 22, 2011 at 1:00 PM Central Standard Time. METHOD OF AWARD CASCADE PROCEDURE a. Any award(s) resulting from this solicitation will be made using the following cascade order of precedence: (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 ( FAR 52.219-1, Small Business Program Representations for small business size definition) who submits a responsive offer, provided that there is adequate competition among such firms. (2) If there is inadequate competition for award to a SDVOSB concern, award may be made competitively to an eligible Veteran Owned Small Business (VOSB) concern. (3) If there is inadequate competition for award to a VOSB concern, award may be made competitively to an 8a or HubZone small business concern. (4) If there is inadequate competition for award to an 8a or HubZone small business concern, award may be made competitively to a small business concern IAW FAR 19.5. b. Adequate competition shall be deemed to exist if (1) At least two competitive offers are received from qualified, technically acceptable and responsible business concerns at the tier under consideration; and (2) Award will be made at fair market prices as determined in accordance with FAR 19.202-6. c. 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 8(a) or HubZone small business offer(s) received; finally, if there is inadequate competition at the 8(a) or HubZone small business tier, the SDVOSB offer will be included with all responsive SB offers received. d. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government. e. Award will be made to an offeror on the basis of the lowest priced proposal meeting the technical acceptability standard. (In accordance with (IAW) FAR 15.101-2) The Government intends to award without discussion with respective offerors. Therefore, the Offeror s initial proposal should contain the best terms from a price and technical standpoint. The Government, however, reserves the rights to conduct discussion if deemed in its best interest. Furthermore, if discussions are to be conducted the Government will establish a competitive range. The competitive range shall be comprised of the most highly rated proposals, unless the range is further reduced for purposes of efficiency pursuant to FAR 15.306 (c) (2). The evaluation process shall proceed as follows: The point of contact for this procurement is Tina Gopon, Contracting Specialist, Department of Veteran Affairs Heartland Network 15, Contracting Office 4101 S 4th Street Trafficway Leavenworth, KS 66048-5055 email tina.gopon@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25512Q0556/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-12-Q-0556 VA255-12-Q-0556_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306319&FileName=VA255-12-Q-0556-007.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306319&FileName=VA255-12-Q-0556-007.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02694505-W 20120314/120312234930-60abc43f47cb72948e1fe30d0b384e31 (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.