Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
DOCUMENT

R -- Veterans Cemetery Grants Compliance Review Program This is a new contract for an existing requirement; the current contract expires at the end of this fiscal year. - Attachment

Notice Date
9/15/2017
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617Q0780
 
Response Due
9/18/2017
 
Archive Date
10/18/2017
 
Point of Contact
Antionette.Collins-Somerville@va.gov
 
E-Mail Address
Work
(Antionette.Collins-Somerville@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Responded to Questions and Answers (Q&A) in response to Solicitation VA786-17-Q-0780 Question 1: The Q&A period ends on Friday, September 15th. However, the proposal submission is due by 9 am Monday on September 18th. This does not seem to allow for an adequate response time. Request that the submission date be pushed back to September 20th to allow submitters the opportunity to amend their proposal based on your response, if necessary. Answer 1: The questions submitted are not complex in nature and do not require a time extension. This requirement is time sensitive. Question 2: Can you please let me know if there is an incumbent and if so can you tell me the contract award amount and or the contract award solicitation number? Answer 2: This is a new requirement. Question 3: In the solicitation, you indicated the following: Volume Number Factor File Name Page Limitations* Volume I Technical & Past Performance: (Company Name) Tech.pdf 50 Does this mean a maximum of 50 pages in pdf format? Answer 3: Please review the requirements listed in the Addendum to 52.212-1 Instructions to Offerors-Commercial Items; 2. RFQ Files. Please review the combined synopsis and the solicitation attachment VA786-17-Q-0780. Question 4: You have indicated that "the following factors shall be used to evaluate offers based on (LPTA) Lowest Priced Technically Acceptable. Quotes will be evaluated for acceptability, but not ranked using non-cost/price factors. The following factors will be used to evaluate quotes: Price Technical Past Performance" to make the determination of LPTA can you provide any further clarity on how you will risk weight each category in making your determination of "technical acceptable?" Answer 4: It s lowest priced technically acceptable. It s either acceptable or not acceptable based on the evaluation criteria. The factors are not ranked. The factors are price, technical and past performance. Question 5: Can the VA provide us with on average number of hours it generally taken to perform a site visit for a cemetery location? Answer 5: This is written as a performance work statement with a period of performance. It s the Quoter s responsibility to provide a solution in order to complete the work required within the period of performance. Please review the Solicitation VA786-17-Q-0780, B.4 Performance Work Statement. Question 5: How long it the training at Quantico? Answer 5: The Quantico training is 3-4 days. Question 6: Can you provide details regarding what items will be audited at sites? Contract mentions the only required equipment is a level and tape measure, but implies the possibility of headstone removal. Answer 6: Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement. Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement; 1.4 Background, 2.0 Objective and Scope, 3.0 Requirements and Deliverables. The PWS was reviewed and there is no mention of headstone removal. Question 7: What are the physical requirements of the auditors? What are the minimal physical capabilities required (able to lift at least xx pounds, etc). Answer 7: Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement. Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement; 1.4 Background, 2.0 Objective and Scope, 3.0 Requirements and Deliverables, 5.0 Travel. Ability to stand and walk for long periods; bend and stoop. Ability to lift digital level, tape measure, and clipboard with documents attached. Question 8: Do we compose or will you provide the schedule of the site visits? Will site visits be specified by date or within a range of dates? Is the order of site visits able to be modified? Answer 8: Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement. Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement; 1.4 Background. This information is specified in section B.4 Performance Work Statement; 1.4 Background: The on-site reviews will be conducted on a rotating schedule with the goal of reviewing all operational State and Tribal Veterans cemeteries within five years of their previous review or date of beginning operation. Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement. Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement; 1.4 Background, 3.0 Requirements and Deliverables; 3.1.1; At the kick-off meeting, the contractor shall present the details of their final Project Management Plan (PMP), which shall include the contractor s intended approach, work plan and project schedule including deliverable dates with major milestones for review and approval by the NCA PM via the COR. Question 9: What is the venue for the review of site findings? Is it a physical meeting or virtual? Answer 9: Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement. Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement; 1.4 Background, 2.0 Objective and Scope, 3.0 Requirements and Deliverables, 5.0 Travel. The Government anticipates travel under this effort to perform the tasks associated with the effort. The Government anticipates two trips to Washington, D.C. to attend program-related meetings at the beginning and end of each contract period. Any other program-related meetings are anticipated to be conducted virtually unless otherwise agreed upon between the NCA PM and contractor. The Price/Cost Schedule identifies Question 10: Will we have access to prior site surveys/inspections? Answer 10: No, access will be provided for prior surveys/inspections. Question 11: How long is the end of year meeting? Answer 11: 1 hour or less. Question 12: With site visits consisting of multiple venues, it s the expectation to spend two days per venue, or two days for all venues? Answer 12: Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement. Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement; 1.4 Background, 2.0 Objective and Scope, 3.0 Requirements and Deliverables, 5.0 Travel. The total estimated number of trips in support of this effort is detailed above (typically four people per site visit and typically two days per trip; exceptions, such as needing additional personnel or additional days per trip, will likely only apply to site visits with more than one site; see notes in site visit schedule). Question 13: Can you provide what the required information is for the findings report? Answer 13: Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement. Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement; 1.4 Background, 2.0 Objective and Scope, 3.0 Requirements and Deliverables:3.1.1,3.1.2. NCA will provide approved templates for the deliverables, including the findings report and compliance scorecard. NCA will also provide a document containing the NCA Operational Standards and Measures which will be reviewed during the training session. Question 14: Can you provide the reporting/information requirements for the year-end meeting? Answer 14: Please review Solicitation VA786-17-Q-0780; B.4 Performance Work Statement; 3.4. Question 15: What team members are expected to attend the year end meeting? Answer 15: This is written as a performance work statement with a period of performance. It s the Quoter s responsibility to provide a solution to complete the work required. It s the responsibility of the Offeror to meet the requirements to attend the year end meeting consistent with B.4 Performance Work Statement; 3.4. Question 16: What team members are expected to attend the training in Quantico? Answer 16: It s the Quoter s responsibility to provide a solution to complete the work required. It s the responsibility of the Offeror to meet the requirements to attend the training in Quantico consistent with B.4 Performance Work Statement; 3.0 Requirements and Deliverables; 4.0 Deliverable Acceptability. It s the Quoter s responsibility to ensure that technical personal associated with the performance under this contract are knowledgeable on the NCA Operational Standards and Measures to assist with the preparation of compliance reports. Question 17: What team members are expected to attend the yearly kick-off meeting? Answer 17: This is written as a performance work statement with a period of performance. It s the Quoter s responsibility to provide a solution to complete the work required. It s the responsibility of the Offeror to meet the requirements to attend the year end meeting consistent with B.4 Performance Work Statement; 3.0 Requirement and Deliverables. Question 18: I don't have three prior contract references for past performance for the company. Would you recommend that I leave it blank? Answer 18: A response is required. Please see Addendum to FAR 52.212-1 Instructions to Offerors-Commercial Items. Addendum to FAR 52.212-1 Instructions to Offerors-Commercial Items VOLUME I- TECHNICAL & PAST PERFORMANCE Past Performance shall include three references based on the Quoter s past performance record, the Government has a reasonable expectation that the Quoter has the technical capability, by the size, scope, complexity, and results achieved in the completion of actual contracts/task orders like those expected under this contract. 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (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 factors shall be used to evaluate offers: 2. Technical & Past Performance: Past Performance: Quote must include three references based on the Quoter s past performance record, the Government has a reasonable expectation that the Quoter has the technical capability, by the size, scope, complexity, and results achieved in the completion of actual contracts/task orders like those expected under this contract. The Government may also obtain information from customers known to the Government, consumer protection organizations, and any other sources that may have useful and relevant information with regards to performance history/experience. To assist in this determination, Quoter s are required to complete the Business Management Questionnaire, please see Attachment C. Question 19: When will the vendor be informed if the option year is accepted? Answer 19: Please review Solicitation VA786-17-Q-0780; Contract Clauses; C.8 52.217-9 Option to Extend the Term of the Contract (MAR 2000).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0780/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-Q-0780 VA786-17-Q-0780_4.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3798580&FileName=VA786-17-Q-0780-024.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3798580&FileName=VA786-17-Q-0780-024.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04679671-W 20170917/170915231346-34dd4c81b8bc1e7a884ac387d4492e3e (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.