Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
DOCUMENT

R -- ISO 9001:2008/2015 Certification for Veterans Integrated Services Network (VISN) 2 - Attachment

Notice Date
7/15/2016
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24316Q0771
 
Response Due
7/20/2016
 
Archive Date
8/19/2016
 
Point of Contact
Andres Cepeda
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA243-16-Q-0771 Notice Type: Combined Synopsis/Solicitation Synopsis: The Department of Veterans Administration (VA), Veterans Integrated Services Network (VISN) 2, Bronx, NY, has a requirement for ISO 9001/2008 and ISO 9001/2015 IAW the attached Scope of Work: This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-88 (May 2016), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested. The solicitation is attached and shall prevail should a discrepancy exist between the solicitation and this announcement. The NAICS code for this solicitation is 541611 and Small Business Set-aside will be the primary source. This synopsis/solicitation is issued pursuant to Subpart 12.6, as supplemented with additional information included in this notice. Additionally, the Government will utilize simplified procedures in accordance with Subpart 13. It is anticipated that a competitive selection for this purchase order shall be awarded as a result of this synopsis/solicitation. Quotes may be submitted to Andres.cepeda@va.gov no later than 20 July 2016 and include the following information: (1)PRICING: Please review the Price/Cost schedule included in the attached RFQ, VA243-16-Q-0771. (2)DELIVERY SCHEDULE: Our requested deliver/performance period is located in the attached RFQ VA243-16-Q-0771. The award shall be for a period of performance from date of award until September 30, 2016 and include four (4) one (1) year option periods. (3)EVALUATION: (a) Award shall be made without discussion unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: 1. Technical Capability. Technical capability shall be evaluated on the company's ability to meet all requirements of this solicitation, based upon attached Scope of Work. 2. Past Performance. Past performance shall be evaluated based on previous contracts completed during the past three years or currently in process for the same type of services that are being solicited under this requirement. Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers. The Company shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. 3. Price (4)CLAUSES AND PROVISIONS The following FAR clauses and provisions apply to this solicitation and are incorporated by reference. FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014); Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015). Offerors must include a completed copy of FAR 52.212-3 with their quote, or, if an offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, only paragraph (b) of this provision must be completed. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2015), applies to this acquisition; additional FAR clauses cited in the clause are: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). __X__ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). FAR 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (OCT 2015) (38 U.S.C. 4212). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (End of clause) Additional provisions and clauses that apply to this acquisition are: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.211-6, Brand Name or Equal FAR 52.214-34 Submission of Offers in the English Language FAR 52.214-35 Submission of Offers in U.S. Currency FAR 52.225-14, Inconsistency Between English Version and Translation of Contract FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran FAR 52.232-18 Availability of Funds FAR 52.233-1, Disputes FAR 52.233-2, Service of Protest (MSgt David Alvarez, 39 CONS/LGCB, Unit 7090 Box 127, APO, AE 09824, Bldg. 485, Incirlik Hava USSU, Adana Turkey); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (https://farsite.hill.af.mil) FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.228-71 INDEMNIFICATION AND INSURANCE (JAN 2008) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System Award for Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. DUNS NO: TAX ID: (5)Quotes must be received no later than 1700 Eastern Daylight Time (EDT), 20 July 2016. Contracting Office Address: Department of Veterans Administration Network Contracting Office (NCO) 2 If there are any questions on the requirement, please contact the individuals below: Andres Cepeda Contract Specialist Phone (908) 647-0180 Email: andres.cepeda@va.gov Darryl Majors Contracting Officer Phone (908) 647-0180 x4030 Email: darryl.majors@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316Q0771/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-16-Q-0771 VA243-16-Q-0771_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2878499&FileName=VA243-16-Q-0771-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2878499&FileName=VA243-16-Q-0771-000.docx

 
File Name: VA243-16-Q-0771 VA243-16-Q-0771.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2878500&FileName=VA243-16-Q-0771-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2878500&FileName=VA243-16-Q-0771-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04183928-W 20160717/160715234010-21e02c1a84e1ba06c5e2e7a4a3264d48 (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.