Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2015 FBO #5119
DOCUMENT

Q -- On-Site Inpatient Dialysis Services - Attachment

Notice Date
11/27/2015
 
Notice Type
Attachment
 
NAICS
621492 — Kidney Dialysis Centers
 
Contracting Office
Department of Veterans Affairs;SAO West NCO 18;Carlos Jaquez;11495 Turner Road;El Paso TX 79930-4221
 
ZIP Code
79930-4221
 
Solicitation Number
VA25816R0003
 
Response Due
12/18/2015
 
Archive Date
3/26/2016
 
Point of Contact
Valeria Gutierrez, Contracting Officer
 
Small Business Set-Aside
N/A
 
Description
(i) 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. (ii) SAO West NCO 18 is issuing this combined synopsis/solicitation, VA258-16-R-0003, as a request for proposal (RFP) using FAR Part 12 - Acquisition of Commercial Item, FAR Part 13 - Simplified Acquisition Procedures and VAAR 852.273 - Simplified Acquisition Procedures for Health-Care Resources. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 (effective 11/01/2015). (iv) This solicitation will be issued Unrestricted-Insufficient Small Business. The North American Industrial Classification System (NAICS) code for this procurement is 621492, with a small business standard of $38.5 Million. SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (End of Clause) (v) Price Schedule The awarded contract will be a firm-fixed (unit) price, indefinite delivery indefinite quantity (IDIQ) contract. The VA attempts to be as accurate as possible when providing estimated quantities; however, actual quantities may vary from quantities listed in the Price Schedule. The estimated number of procedures shown in this Price Schedule reflects the total number of procedures the Government expects to be contracted during the period of performance. The Government will only pay for the actual number of procedures performed. The contract will have a guaranteed minimum of one (1) monthly management fee in support of equipment maintenance; this single guarantee is for the entire contract (base and all options) with a maximum of $500,000.00 for the life of the contract. Contractor shall complete the Price Schedule with an all-inclusive unit price per treatment (including all technical support, labor, equipment, supplies, and maintenance and repair of contractor furnished equipment required to perform services as defined herein) for the base and all option periods. A list of individuals authorized to request orders under the contract, identified either by title or name, shall be furnished to the Contractor by the Contracting Officer. The AVAHCS medical/surgical intensive care unit staff are the only individuals authorized to request services under this contract. Orders for treatment services may be placed via phone or fax. Orders will be placed on as needed basis. Whenever an order is requested the Contracting Officer will execute a bilateral task order. See Attachment A - Price Schedule (vi) Performance Work Statement 1. GENERAL: Contractor shall provide inpatient acute hemodialysis and peritoneal dialysis services for acutely ill inpatients at the Amarillo VA Health Care System (AVAHCS), 6010 W Amarillo Blvd, Amarillo, TX 79106-1990, at the request of AVAHCS Surgical Staff. Contractor shall provide technical support, personnel, equipment and supplies for hemodialysis and peritoneal dialysis services as necessary. The Contractor shall be available 24 hours a day, 7 days a week to provide services to AVAHCS inpatients on an "as needed" basis. The AVHACS medical/surgical intensive care unit normal business hours are 8:00 a.m. through 4:30 p.m., Monday through Friday. Required response times are contingent upon the urgency of the need as determined by the ordering nephrologist: "Emergency services: the Contractor shall report to the AVAHCS within two (2) hours after notification and begin treatment services within four (4) hours. "Non-emergent treatments: the Contractor shall report to the AVAHCS during normal business hours and begin treatment services within thirty-six (36) hours after notification. Contractor employees shall not provide concurrent on-call duties with any other medical facility while on-call at the AVAHCS. Contractor shall be responsible for the provision of the ordered services to include set-up, safety checks of the equipment and water treatment system, initiating treatment, assessing the patient during treatment, termination of treatment, and cleaning of dialysis equipment after each use. Additionally, Contractor shall provide technical expertise in maintaining the AVAHCS supply water system in compliance with AAMI water standards to include performing monthly bacteriological sampling, monthly microbiologic testing, and per procedure chlorine sampling. Contractor shall provide water and dialysate quality reports to the AVAHCS infection control department no later than the 30th day of each month. Contractor shall have no more than two consecutive negative outcomes in a one-year period. The AVAHCS will provide water, Albumin, normal saline, fresh frozen plasma, space, and access to floor stock, items such as bandages, towels, heparin, syringes, etc. Contractor shall also exercise universal precautions while preforming treatments on patients. Prior to performing services at the AVAHCS, all contracted staff shall attend a one hour environment of care, safety, infection control, and other applicable policies orientation for new contracting personnel providing service at AVAHCS. 2. TREATMENT SERVICES: The AVAHCS floor Nurse shall print patient service orders and pertinent labs from Computerized Patient Record System (CPRS) and provide to contracted dialysis nurse. The contractor staff shall properly verify, administer, and document all patient dialysis medications as well as provide treatment records. Upon completion of the treatment, Contractor shall provide all service orders, labs, and treatment records to the AVAHCS floor secretary who will scan all documents into CPRS and shred. Hemodialysis: The typical 1:1 hemodialysis treatment session requested by the AVAHCS will be up to 4 hours; however, some treatments may require a longer duration. Contractor shall provide hemodialysis equipment, blood tubing, fistula needles, water processor, dialyzer and concentrate and any other supplies required to provide acute hemodialysis services in accordance with TJC. Contractor staff shall properly operate the dialysis machine and have knowledge of alarms and appropriate responses. Peritoneal Dialysis: The peritoneal dialysis treatment session requested by the AVAHCS will be up to 10 hours. Contractor is responsible for performing either CCPD or CAPD. CCPD is continuous cycling peritoneal dialysis. CCPD involves attaching the patient to a "cycler" machine. The "cycler" machine automatically accomplishes peritoneal dialysis exchanges based on pre-programmed setting. CAPD is continuous ambulatory peritoneal dialysis in which each exchange is performed manually with gravity. Contractor shall provide peritoneal dialysis equipment, dialysis tubing, dialysis solutions, and any other supplies required to provide acute peritoneal dialysis services in accordance with TJC. Contractor shall have technical knowledge to identify cycler components and programs. Contractor shall set-up cycler, initiate treatment, discontinue treatment and collect samples for each treatment. Contractor shall properly operate the dialysis machine and have knowledge of alarms and the appropriate responses. 3. CONTRACTOR EQUIPMENT AND SUPPLIES: Contractor shall provide all dialysis equipment and is responsible for the cleanliness, repairs, upkeep, maintenance and servicing of equipment after each use to ensure maximum operability. Contractor is responsible for the proper storage of supplies in a location provided by AVAHCS. It shall also have maintenance records that are current within six months on all hemodialysis or peritoneal dialysis machines. Contractor shall ensure all chemicals are marked, dated, and properly stored, performing inventory checks of their supplies for expired or recalled items. Contractor shall be responsible for the proper disposal of all expired or recalled items, ensuring no unused medications are in the storage areas. All unused medications shall be returned to the AVAHCS pharmacy. Contractor shall also provide updated documentation of evaluation of machines according to the American Association of Medical Instrumentation (AAMI) standards, immediately notifying the AVAHCS Chief of medical/surgical intensive care unit and the Head Nurse of any safety alerts. [END OF PERFORMANCE WORK STATEMENT] See the following attachments: Attachment F - Quality Assurance Monitoring Attachments G - Special Contract Requirements Attachment H - Contract Security Requirements (vii) Period of Performance: Base Year: January 1, 2016 through December 31, 2016 Option Year One: January 1, 2017 through December 31, 2017 Option Year Two: January 1, 2018 through December 31, 2018 Option Year Three: January 1, 2019 through December 31, 2019 Option Year Four: January 1, 2020 through December 31, 2020 (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items (OCT 2015) applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: A.GENERAL The following instructions are provided to ensure the submission of information necessary to properly evaluate each Offeror's proposal. Submit complete proposals as detailed in this section and VAAR 852.273-73, Evaluation-Health-Care Resources. Include only information relevant to this solicitation. If the solicitation is amended, the Offeror is responsible to acknowledge receipt of the amendment prior to the hour and date specified in the amendment. Failure to acknowledge receipt of the amendment may result in rejection of your proposal. Instructions on how to acknowledge receipt of the amendment are contained in the amendment. Failure to properly provide all information required by this solicitation may result in an invalid proposal. Read entire solicitation and follow instructions accordingly because lack of required information and/or documents could result in a determination that the proposal is non-responsive. North American Industry Classification System (NAICS) Code 621492 applies to this acquisition. Offerors must be registered for NAICS 621492 and must be represented as such within its SAM registration to be considered for award. B.FORMAT 1. To assure the timely and equitable evaluation of proposals, the Offeror must follow the instructions contained herein. The proposal must be complete and respond directly to the requirements of the solicitation. The response shall consist of a total of one (1) proposal copy. a.Part I: i.Attachment A - Price Schedule ii.Attachment B - Contract Administration Data iii.Attachment C - FSC Vendor File Request Form - VA Form 10091 iv.Attachment D - Contractor Employees Legal Status v.Attachment E - WD 05-2517 (Rev.-20) vi.Provisions b.Part II: i.Technical Capability ii.Past Performance iii.Socio-Economic Status 2. Proposals shall be typed in Times New Roman, 12 Font. Pages shall not exceed 8-1/2 by 11 inches and all margins shall be 1 inch. Diagrams, charts and tables shall conform to the paper size. All text shall be single-spaced. PROPOSALS SHALL BE PDF FORMAT. C.PROVISION INFORMATION 1.Offerors shall complete and submit the following provisions. i.FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (MAR 2015), only paragraph (b) of that provision must be returned if the Offeror has completed the annual representations (reps) and certifications (certs) electronically at https://www.sam.gov. If the Offeror has not completed the annual online reps and certs, then the Offeror shall complete paragraphs (c) through (m) of this provision. The Offeror shall provide either the information in paragraph (b) or the information contained in paragraphs (c) through (m) with its proposal. ii.FAR 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014) iii.FAR 52.204.17 Ownership or Control of Offeror (NOV 2014) iv.FAR 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012) D.SPECIFIC INSTRUCTIONS 1. PRICE PROPOSAL - Insert proposed pricing for the firm-fixed priced CLINs 0001 through 4003. In addition, perform the following: a.Respond to any Amendments issued. b.The Offeror accedes to the contract terms and conditions as written in the SOLICITATION with attachments. The SOLICITATION constitutes the model contract. c.The Offeror shall submit proposed pricing for all CLINs identified in the Price/Cost Schedule. The Offeror shall submit pricing for the base year and all option years. The extended amount must equal the whole dollar unit price multiplied by the number of units. d.Provide a statement for the acceptance of offers stating the Offeror agrees to hold the prices in its offer firm for 30 days from the date specified for receipt of offers. 2. TECHNICAL PROPOSAL The Offeror's technical proposal shall address all the subfactors below as detailed in VAAR 852.273-73 and Addendum to VAAR 852.273-73. The proposal shall provide a sound, compliant approach that meets the requirements of the PWS, and demonstrates a thorough knowledge and understanding of those requirements. Factor 1: Technical Capability Subfactor A: Staffing Plan Subfactor B: Equipment Subfactor C: Management Plan Factor 2: Past Performance Factor 3: Socio-Economic Status Factor 4: Price E.SUBMISSION INSTRUCTIONS All documents shall be submitted via email to carlos.jaquez@va.gov before the closing date and time of the solicitation. No other submission formats will be accepted. F.FORMAL COMMUNICATIONS Formal communications such as requests for clarification and information concerning this solicitation shall be submitted in writing. All communications shall be conducted via email. Telephone, fax and oral questions will not be accepted. All questions regarding this solicitation must be submitted via email to Carlos Jaquez, Contract Specialist at carlos.jaquez@va.gov by 5:00 PM EST December 11, 2015. The Government reserves the right to refrain from answering questions not meeting this timeline. Questions and answers will be compiled and posted via email to Offerors via solicitation amendment(s). G.ORGANIZATIONAL CONFLICT OF INTEREST All Offerors that have information regarding an Organizational Conflict of Interest (OCI) are instructed to notify the Contracting Officer (CO) immediately when the information is discovered. Additionally, Offerors that believe they may have an Organizational Conflict of Interest (OCI) are directed to include a proposed mitigation plan with their proposal. This supplement will only be evaluated if the subject Offeror is chosen for award. Offerors are also advised that if the Contracting Officer does not find the mitigation plan to be sufficient, even after exchanges, the CO may elect to disqualify the Offeror in question. Note 1: It is a violation of the Federal Acquisition Regulation for Contractors and Government employees to discuss the solicitation prior to award. All communications are required to take place between interested Offerors and the Contract Specialist, Carlos Jaquez. Note 2: Offeror's are advised that any communication with employees of the affected VA Medical Health Care System regarding this competitive solicitation may result in a determination by the Contracting Officer that the Offeror is no longer eligible to be considered for award. Note 3: Award will be made on an "all or none" line item basis, and as such only one responsive and responsible Offeror will be selected for this procurement. 52.252-1 Solicitation Provisions and Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR) FAR Provisions 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015) 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014) 52.204-17 Ownership or Control of Offeror (NOV 2014) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012) 52.216-1 Type of Contract (APR 1984) 52.216-27 Single or Multiple Awards (OCT 1995) 52.217-5 Evaluation of Options (JUL 1990) 52.232-38 Submission of Electronic Funds Transfer Information with Offer (JUL 2013) 52.233-2 Service of Protest (SEPT 2006) VAAR Provisions 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representative of Contracting Officers (JAN 2008) 852.271-70 Nondiscrimination in Services Provided to Beneficiaries (JAN 2008) 852.273-74 Award Without Exchanges (JAN 2003) End of Addendum to 52.212-1 (ix) 852.273-73 Evaluation - Health-Care Resources (JAN 2003) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following information or factors shall be used to evaluate offers: Factor 1: Technical Capability Subfactor A: Staffing Plan Subfactor B: Equipment Subfactor C: Management Plan Factor 2: Past Performance Factor 3: Socio-Economic Status Factor 4: Price (b) Except when it is determined not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are materially unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) If this solicitation is a request for proposals (RFP), a written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ADDENDUM TO VAAR 852.273-73 DEFINITIONS As used in this part: (a)"Offeror" means a vendor that submits a response (i.e. quotation) to the Government's Request for Quotation (RFQ). (b)"Offer" means a quotation (to include documentation in support of the evaluation criteria) submitted in response to the Government's Request for Quotation (RFQ). RESPONSE (a)This requirement is being solicited under the authority of Public Law 104-262, FAR Part 12, FAR Part 13, and VAAR 873. (b)Offers are to be submitted in two parts: 1) a price response and 2) a non-price response to the evaluation factors. Both responses are to be submitted together; however, the non-price and price responses shall be separated into two severable parts. The pricing response shall consist of the completion of the price schedule, the signed Immigration and Nationality Act Certification form, and a copy of the offeror's certificate of insurance. The non-price response shall address the non-price evaluation criteria. (i)The cover page shall include the name and address of the organization submitting the quotation and point(s) of contact to include e-mail address and phone number. The point of contact shall have the authority to bind and make representations for the organization relative to the quotation and any contract resulting from the offer. (ii)The non-price response to the quotation shall not have any reference to price and/or cost. These items are to be included in only the price response which includes the price schedule. (iii)In order that each quotation be properly evaluated, it is required that each offeror respond to all items in the order as they appear in the evaluation criteria below. Quotations shall be organized with each section appropriately identified. (iv)The VA will not pay any cost incurred in preparation and submission of quotations. (c)Every precaution will be taken to safeguard non-price responses against disclosure to unauthorized persons. Any reference to price or cost within the non-price response shall be removed. The non-price response will be informally evaluated for completeness to ensure that all solicitation requirements are addressed. (d)Responses will be evaluated for both technical merit and price reasonableness. In order to provide full consideration of qualifications for contract award, offerors are encouraged to ensure that the information furnished in support of the technical response is factual, accurate and complete. The Government reserves the right to verify any information provided for evaluation purposes. (e)The Government intends to award without exchanges. The Government is not obligated to request any additional information from an offeror who does not provide sufficiently detailed information of which an accurate evaluation can be made of an offeror's quotation. Failure to submit complete information in the manner described above for the non-price response may be grounds to consider the offeror "Non-responsive" and exclude the proposal from further considerations. It is, therefore, in the offeror's best interest to submit all required documentation to the fullest degree possible. If an offeror cannot provide all information required by the evaluation factors, a statement documenting each omission shall be included in the offeror's quotation addressing the omission(s). BASIS FOR CONTRACT AWARD (a)This is a best value source selection conducted in accordance with FAR Part 12, FAR Part 2 13 and VAAR 873. The Government will select the best overall offer, based upon an integrated assessment of evaluation factors listed in the section entitled Evaluation Criteria. Contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, whose offer conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by the Performance Work Statement) and is judged by an overall assessment of the evaluation factors to represent the most advantageous to the Government. As part of making the assessment, a best value analysis will be performed determining whether or not exceeding the minimum requirements at an associated price provides the best value to the Government. THE GOVERNMENT RESERVES THE RIGHT TO AWARD TO OTHER THAN THE LOWEST PROPOSED PRICE. However, the degree of importance of price as a factor in determining award could become greater depending upon the equality of the offers evaluated in the non- price factors. The greater the equality of offers within the non- price factors, the more important price becomes in selecting the best value to the Government. Unrealistically proposed prices may be grounds for eliminating an offer from competition either on the basis that the offeror does not understand the requirement or the offeror has made an unreasonable/unrealistic proposal. (b)Award for All of the Work. The Government intends to award one contract as a result of this solicitation. Offers received for less than the stated number of items listed in the schedule may be considered ineligible for award. The Government, however, reserves the right to make an award for any item from any offeror for a quantity less than or equal to the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. EVALUATION CRITERIA (a)Offers will be evaluated in accordance with the following factors: Factor 1: Technical Capability Subfactor A: Staffing Plan Subfactor B: Equipment Subfactor C: Management Plan Factor 2: Past Performance Factor 3: Socio-Economic Status Factor 4: Price The relative importance of each factor is shown in descending order of importance. Sub-factors are of equal importance. Non-price factors when combined are significantly more important than price. FACTOR 1 Technical Capability: The Offeror shall demonstrate understanding of the requirements of the Performance Work Statement and produce an offer that will meet those objectives. The offer will be evaluated based on the proposed approach to perform the work. Subfactor A: Staffing Plan - The staffing plan should contain sufficient number of nurses that are qualified to work under the contract. Provide specific information as to how your firm proposes to meet the requirements of the performance work statement, to include the following information: i.Staffing plan that shows scheduling pool of providers, response times, and how scheduling issues will be addressed (i.e. in cases of illness of scheduled provider, etc.). ii.Resumes, certifications, licensing, skills assessments, and training of all proposed nurses showing requisite experience as a dialysis provider. iii.Three references for each proposed nurse with current contact information for each. iv.Letters of intent signed by proposed nurses acknowledging they will be required to be credentialed and willing to submit to a background investigation. Subfactor B: Equipment - The Offeror shall specify the type of equipment proposed, to include manufacturer name and model number, in addition to the following information: i.Maintenance schedules of all equipment that are reflective of manufacturers' recommended timetables. ii.Offerors' Standard Operating Procedures concerning the maintenance and upkeep of equipment. Subfactor C: Management Plan - Provide documentation showing how your company plans to meet the requirements of the contract to include: i.Response times for cases. ii.Offerors' standard protocols/procedures for the provision of dialysis services. iii.Quality assurance plan, patient care issues, performance issues. iv.Credentialing and privileging of providers. v.Equipment - maintenance, upkeep, and upgrades. FACTOR 2 Past Performance: The Past Performance evaluation will assess the relative risks associated with an Offeror's likelihood of success in performing the solicitation's requirements as indicated by that offeror's record of past performance. The following assessments will be performed by the Government when evaluating past performance: a)Provide references from other entities with whom your organization has contracted with or had agreements with to provide dialysis services within the last three years. The services provided should be of similar size and scope. The references shall address your organizational ability to provide services and the quality of the service provided. Please provide contact information to include telephone number and e-mail address. b)Provide all malpractice and lawsuit information pertaining to the provision of dialysis services within the last three years. FACTOR 3 Socio-Economic Status: Provide SDVOSB and VOSB status if applicable to the offer. The greater the equality of offers within the non-price factors and price, the more important this status becomes in selecting the best value to the Government. Preference will be given to Service Disabled Veteran Owned Business, or Veteran Owned Small Business whose offer is equal to or exceeds all other offers in non-price and price factors and provides the best value to the Government. Furthermore, preference will be given to the Service Disabled Veteran Owned Small Business whose offer is equal to or exceeds the offers of any Veteran Owned Small Business and provides the best value to the Government. FACTOR 4 Price: Price analysis will be used to determine that the prices are fair,and reasonable, in accordance with FAR Part 13.106-3(a). The Government will consider an offeror's compliance with the instructions to be indicative of the type of conduct that it may expect from the offeror during contract performance. Therefore, failure to comply with these instructions may be grounds for exclusion of the offer from further consideration. (End of VAAR 852.273-73 addendum) (x) The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015) is included in this solicitation, and the Offeror must include a completed copy of this provision with its proposal or be currently registered within http://www.sam.gov. A copy of the provision may be attained from http://www.acquisition.gov/far/index.html (FAR); if not provided, the offer may not be considered for award. (xi) The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015), apply to this acquisition. Addendum to FAR 52.212-4 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR) FAR Clauses 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-4 Printed or Copied Doubled-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) 52.216-18 Ordering (OCT 1995) 52.216-19 Order Limitations (OCT 1995) 52.216-22 Indefinite Quantity (OCT 1995) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR Clauses 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitment (DEC 2009) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-7 Indemnification and Medical Liability Insurance (JAN 2008) 852.237-70 Contractor Responsibilities (APR 1984) End of Addendum to 52.212-4 (xii)The clauses at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (NOV 2015). The Clauses identified at paragraph (b) of FAR 52.212-5 are considered checked and are applicable to this acquisition. 52.203-6 Restrictions on Subcontractor Sales to Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8 Utilization of Small Business Concerns (OCT 2014) 52.219-28 Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (OCT 2015) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-5 Trade Agreement (NOV 2013) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2014) (End of clause) (xiii) Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Not Applicable. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating. Not Applicable. (xv) Proposals are due by 5:00 PM ET, December 18, 2015. Proposals and supporting documentation shall be sent via email to carlos.jaquez@va.gov before the closing date and time of the solicitation. No other submission format will be accepted. (xvi) Any questions regarding this acquisition should be directed to Carlos Jaquez, Contract Specialist at (915) 217-1249 or via email at carlos.jaquez@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA25816R0003/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-16-R-0003 VA258-16-R-0003.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437305&FileName=VA258-16-R-0003-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437305&FileName=VA258-16-R-0003-000.docx

 
File Name: VA258-16-R-0003 S02 Attachment A - Price Schedule.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437306&FileName=VA258-16-R-0003-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437306&FileName=VA258-16-R-0003-001.pdf

 
File Name: VA258-16-R-0003 S02 Attachment B - Contract Administration Data.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437307&FileName=VA258-16-R-0003-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437307&FileName=VA258-16-R-0003-002.pdf

 
File Name: VA258-16-R-0003 S02 Attachment C - FSC Vendor File Request Form - VA Form 10091.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437308&FileName=VA258-16-R-0003-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437308&FileName=VA258-16-R-0003-003.pdf

 
File Name: VA258-16-R-0003 S02 Attachment D - Contractor Employees Legal Status.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437309&FileName=VA258-16-R-0003-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437309&FileName=VA258-16-R-0003-004.pdf

 
File Name: VA258-16-R-0003 S02 Attachment E - WD 05-2517 (Rev. -20).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437310&FileName=VA258-16-R-0003-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437310&FileName=VA258-16-R-0003-005.pdf

 
File Name: VA258-16-R-0003 S02 Attachment F - Quality Assurance Monitoring.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437311&FileName=VA258-16-R-0003-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437311&FileName=VA258-16-R-0003-006.pdf

 
File Name: VA258-16-R-0003 S02 Attachment G - Special Contract Requirements.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437312&FileName=VA258-16-R-0003-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437312&FileName=VA258-16-R-0003-007.pdf

 
File Name: VA258-16-R-0003 S02 Attachment H - Contract Security Requirements.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437313&FileName=VA258-16-R-0003-008.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2437313&FileName=VA258-16-R-0003-008.pdf

 
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: Department of Veterans Affairs;Amarillo VA Health Care System;Surgical Service;6010 Amarillo Blvd West;Amarillo, TX
Zip Code: 79106-1991
 
Record
SN03955947-W 20151129/151127233354-a9e676ee6243b6b2b583bd8f5c1d9567 (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.