Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
DOCUMENT

F -- LEGIONELLA TESTING SERVICES - Attachment

Notice Date
2/26/2016
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 17;5441 Babcock Rd., Ste. 302;San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25716R0618
 
Response Due
3/16/2016
 
Archive Date
4/3/2016
 
Point of Contact
Vance Farrell - Contractor
 
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. (ii) Solicitation number VA257-16-R-0618 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. (iv) This solicitation is set-aside for a Small Business concern with the associated NAICS code of 541990, which has a small business size standard of $7,500,000.00. (v) See attached schedule for the contract line item number(s), services, quantities, and options requested in this solicitation. (vi) This requirement is for legionella testing services for the Dallas VA Medical Center, Dallas TX, and the Sam Rayburn Memorial Veterans Center, Bonham TX. See attached Statement of Work and schedule for the requirements for the services to be performed. (vii) The anticipated base Period of Performance for the services is approximately 1 April 2016 through 31 March 2017. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. See item xiii below for additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Offers will be evaluated as acceptable or unacceptable for technical capability and be evaluated for past performance as acceptable or unacceptable, and then those proposals found technically acceptable will be evaluated by price as lowest priced, technically acceptable. (x) If representation and certification information needs to be provided that is not already included in the offerors Systems and Award Management (SAM) online entity records, offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition. (xiii) This acquisition includes additional submission requirements. See attached Statement of Work for the terms and conditions of the requirement. Other additional submission requirements are: (a)Offers must include a Technical Proposal or a Capabilities Statement [Technical] with their proposal. Offerors must provide a description of how the services are proposed to be accomplished; described as to the tasks in the Scope of Work. The description must describe that the testing laboratory that will be used for analysis is qualified to perform the testing. The omission of a technical proposal or capabilities statement, or the omission of key task descriptions in the proposal may determine the Offeror's proposal to be assessed as technically unacceptable. The Technical Proposal or Capabilities Statement that is provided will be evaluated by government personnel and be assessed as either acceptable or unacceptable. (b)This solicitation includes Past Performance for evaluation [Technical]. The VA will review past performance information submitted and found for the offeror. Past performance references should be of equal, similar and relevant within the past four (4) years, to the services described in the attached Statement of Work. Offerors may include past performance references in their own format, or include references on the past performance surveys included in the solicitation with their proposal. Offerors may include information on past performance problems that occurred and what corrective actions the offeror took to overcome them. Offerors must include point of contact information on those past and present performance references that are submitted. Offers found with unsubstantiated unsatisfactory past performance records may be determined to be technically unacceptable. Offerors identified with no relevant or no past performance history will not be evaluated as favorably or unfavorably. Past Performance will be evaluated and assessed as either acceptable or unacceptable. (c)Offerors are to provide pricing with their proposal. Offerors may provide pricing for the line item(s) on the schedule in their own format, or on the attached schedule and provide it with their proposal. (d)The successful Offeror will be required to submit proof of insurance prior to contract award. (e)Offerors that are considered corporations must submit a completed copy of provision 52.209-5, Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under any Federal Law, with their proposal. (f)It is requested that all questions regarding this acquisition be asked by 8 March 2016, by 3:00 PM CST. Questions must be in writing and are to be submitted to the POC by email at vance.farrell@va.gov. (g)A formal site visit is not scheduled for this solicitation. It is the responsibility of the offeror to understand the facility locations as described in the Statement of Work prior to offering a proposal. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 16 March 2016, by 4:00 PM CST. (xvi) Offers are to be submitted to Vance Farrell (Contractor) by email at vance.farrell@va.gov. Small businesses, especially veteran-owned and service-disabled veteran-owned small businesses are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. A website for locating the nearest PTAC is http://www.dla.mil/SmallBusiness/Pages/ptac.aspx Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 5MB. Multiple emails can be sent to the POC for a proposal. It is recommended that a confirmation request be included in the email for the POC to acknowledge that all (parts) of the proposal have been received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25716R0618/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-16-R-0618 VA257-16-R-0618_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581588&FileName=VA257-16-R-0618-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581588&FileName=VA257-16-R-0618-000.docx

 
File Name: VA257-16-R-0618 VA257-16-R-0618.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581589&FileName=VA257-16-R-0618-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581589&FileName=VA257-16-R-0618-001.docx

 
File Name: VA257-16-R-0618 A1 - Scope of Work - Legionella Testing Services.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581590&FileName=VA257-16-R-0618-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581590&FileName=VA257-16-R-0618-002.pdf

 
File Name: VA257-16-R-0618 VHA Directive 1061, 2014_08_15.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581591&FileName=VA257-16-R-0618-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581591&FileName=VA257-16-R-0618-003.pdf

 
File Name: VA257-16-R-0618 A3 - DoL Wage Determination 15-2509, Revision 2, 12-29-2015.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581592&FileName=VA257-16-R-0618-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581592&FileName=VA257-16-R-0618-004.pdf

 
File Name: VA257-16-R-0618 A4 - DoL Wage Determination 15-5273, Revision 2, 12-29-2015.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581593&FileName=VA257-16-R-0618-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581593&FileName=VA257-16-R-0618-005.pdf

 
File Name: VA257-16-R-0618 Past Performance Survey - VA257-16-R-0618.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581594&FileName=VA257-16-R-0618-006.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2581594&FileName=VA257-16-R-0618-006.docx

 
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;VA North Texas Health Care System;Multiple - See Attached Scope of Work;4500 S. Lancaster Rd.;Dallas, TX
Zip Code: 75216-7167
 
Record
SN04033086-W 20160228/160226234953-04faa173a02ca468e02d10e8d4edc05a (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.