Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
DOCUMENT

R -- Major Construction Financial Review - Attachment

Notice Date
1/12/2018
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36E77618Q0039
 
Response Due
1/26/2018
 
Archive Date
4/26/2018
 
Point of Contact
Steve Mock, Contract Specialist
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
9 1 COMBINED SYNOPSIS/SOLICITATION FOR MAJOR CONSTRUCTION FINANCILA REVIEW General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36E77618Q003p Posted Date: 01/12/2018 Original Response Date: 01/26/2018 Current Response Date: 01/26/2018 Product or Service Code: R799 Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) NAICS Code: 541611 Contracting Office Address Department of Veterans Affairs Program Contracting Activity Central 6150 Oak Tree Blvd, Suite 300 Independence, OH 44133 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular [FAC 2005-95, effective 19 Jan 2017]. The associated North American Industrial Classification System (NAICS) code for this procurement is 541611, with a small business size standard of $15 million. The Program Contracting Activity Central (PCAC) is seeking the services of a qualified vendor in order to assist the VA in the preparation of the Major Construction Financial Review. Please see the Performance Work Statement and submission instructions below for details. All interested companies shall provide a quotation for the following: Services PERFORMANCE WORK STATEMENT See ATTACHMENT 1 PERFORMANCE WORK STATEMENT Evaluation of Offers Award shall be made to the offeror whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the procedures authorized in FAR Part 13.106-2 Evaluation of Quotations of Offers using the following evaluation criteria: 1) Technical Evaluation The evaluation process will consider whether the proposal demonstrates a clear understanding of the technical features involved in meeting the requirements of the solicitation. 2) Price The contractor s quote shall include their proposed labor categories, rates and number of hours by task, together with associated delivery dates and sub milestone dates (if any). The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. 3) Past Performance The Vendor s quote must include a summary description of at least three but no more than five prior contracts/orders per team member/sub-contractor for projects completed within the last five years with organizations with similar mission and functional domains, and of comparable size, complexity and scope. These references must also include: Contract/Order Number, brief description of the project, type of contract, amount of the contract Contracting Officer s Name and Phone Number, Government agency Contracting Officer s Representative Name and Phone Number The contractor must indicate whether they were the prime contractor, sub-contractor or other teaming arrangement. Prime shall indicate which aspect they are directly responsible for of this requirement. The Offeror is required to provide references for the above projects. In the event the company itself does not have relevant past performance, references may be submitted on contracts performed by the Key Personnel of the company. The VA reserves the right to contact all the references that the Offeror lists. Evaluation Approach A. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. However, it may be determined necessary to conduct discussions if award cannot be made on the initial quotes submitted. B. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the evaluation in the most effective manner. The Government reserves the right to evaluate all Offerors technical quotes should it desire to conduct discussions, or otherwise determine it to be in the Government s best interest. C. The quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Offerors who fail to meet the minimum requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. D. Unbalanced Pricing - The Government may evaluate whether the Offeror has submitted unbalanced pricing. An unbalanced price is one where the price of one or more contract line items is significantly overstated or understated and which will result in the Government paying an unreasonably high price for contract performance or otherwise present an unacceptable level of risk to the Government. If the Contracting Officer determines that the risk is unacceptable, then the bid or offer can be rejected. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) (MAR 2012) 2. 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 3. 52.216-1 TYPE OF CONTRACT (APR 1984) 4. 52.233-2 SERVICE OF PROTEST (SEP 2006) 5. VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) 6. VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) 7. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 8. 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 9. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2017) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 52.204-16 --COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (JAN 2017) 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.222-56 CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN (MAR 2015) etc.] Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS Submission of Quotes: Quotes shall be received on or before the date 2:00 PM ET, January 26, 2018. All quotes shall be sent to the steven.mock@va.gov. Note: Quotes received after the due date and time shall not be considered. Quotes shall be based on the documents issued in the solicitation. Technical Questions: Questions of a technical nature must be provided in writing and shall be submitted by the prospective offerors only via e-mail to: Steven.Mock@va.gov. The subject line must read: Major Construction Financial Review Technical Questions. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. THE CUT-OFF DATE AND TIME FOR RECEIPT OF QUESTIONS IS January 18, 2018 at 2:00 PM ET. Amendments: Amendments to this solicitation will be posted on FBO. FBO copies of the amendments will NOT be individually mailed or sent via email. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your proposal being considered non-responsive or unacceptable. System for Award Management (SAM): Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Restrictive or Proprietary Data Contractors that include in their quotes data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes shall: (1) Mark the title page with the following legend: This quote includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this quote. If, however, an Order is awarded to this Vendor as a result of-or in connection with-the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government s right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this quote. (e) Use of Advisors Contractors are advised that VA contractor personnel may assist the Government during the Government s evaluation of Quotes. These persons shall be authorized access to only those portions of the quote and discussions that are necessary to enable them to provide specific technical advice on specialized matters or on particular problems. These individuals will be required to protect the confidentiality of any specifically identified trade secrets and/or privileged or confidential commercial or financial information obtained because of their participation in this evaluation. They shall be expressly prohibited from scoring, ranking or recommending the selection of a Vendor. All offerors shall submit the following: Quote Preparation Costs: The Contracting Officer is the only individual legally authorized to commit the Government to the expenditure of public funds in connection with this procurement. The solicitation does not commit the Government to pay any costs for the preparation and submission of an offer in response to this solicitation. (a) Quote Format: (1) General: The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. All files will be submitted as either a Microsoft Excel file or an Acrobat (PDF) file or compatible as indicated in Table One (1) (below). Page size shall be no greater than 8 1/2" x 11". The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Arial font is required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. The use of hyperlinks or embedded attachments within the proposal is prohibited. The written quote including title page, detailed table of contents, preface, for Volume 1 Technical shall not exceed a total of 50 pages in Arial size 12 font. Volume II Price Quote shall not exceed a total of 20 pages in Arial size 12 font. Use graphic presentations where such use will contribute to the compactness and clarity of the quote. The Vendor s signed copy of their GSA Schedule contract with all modifications will not be counted in the page limit. The solicitation with completed Pricing Schedule, the Draft Project Plan, and any Contractor Teaming Arrangement documentation will not be counted to include samples in the page limit. (2) File Packaging: All of the proposal files may be compressed (zipped) into one file entitled proposal.zip using WinZip version 6.2 or later version. The proposal files may also be submitted individually using the naming convention identified in Table One (1) (below). The total file size for Volumes I & II combined is 4MB. (3) Content Requirements: All information shall be confined to the appropriate volume. The titles and file type requirements for each volume are shown in the Table below: Table 1 Volume Number Evaluation Factor File Name Page Limitations Volume I Technical Tech.pdf 50 (Volumes I & II file size should not be more than 4MB) Volume II Price Price.xls 20 (Volumes I & II file size should not be more than 4MB) Volume III Solicitation, Amendments, Offer, Award Documents and complete FAR 52.209-5 and 52.209-7 Certs.pdf NONE (a) Volume I - Technical Requirements. Offerors shall propose a detailed approach that addresses the following which will be considered in the Technical Evaluation: (1) Technical: i. The Offeror shall provide a summary that details their technical strategy for completing the Major Construction Financial Review contract in accordance with the PWS. ii. The Offeror shall provide a summary that outlines their approach for completing the Major Construction Financial Review in accordance with the PWS; this should include all work schedules and staffing levels. (b) Volume II - Price Requirement. The Pricing Volume shall consist of the following which will be considered in the PRICE evaluation: (1) The prices shall be Firm Fixed Price. The CLIN pricing shall be in accordance with the labor categories, rates, and proposed discount. (2) The quote submitted shall be entered on the priced Pricing Schedule below. Any costs associated with Reports/Deliverables/Travel shall be included in the CLIN price and not separately priced. PRICING SCHEDULE CLIN DESCRIPTION QUANTITY UNIT PRICE 0001 Findings Report and Recommendations 1 JB 0002 Financial Health Status Scorecard 1 JB 0003 Dashboard Findings Report 1 JB 0004 Progress reports, Briefings and presentations 1 JB TOTAL OF ALL CLINS (3) PERIOD FOR ACCEPTANCE OF QUOTES. The Contractor agrees to hold the prices in its quote firm for ninety (90) calendar days from the date specified for receipt of quotes. (c) Volume III - Solicitation, Offer and Award Documents and Certifications/Representations: Solicitation, Amendments, Offer, Award Documents and complete FAR 52.209-5 and 52.209-7. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). Point of Contact Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Steve Mock at steven.mock@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/be9be16616b141df89fac57f9a42cf76)
 
Document(s)
Attachment
 
File Name: 36E77618Q0039 36E77618Q0039_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4015274&FileName=36E77618Q0039-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4015274&FileName=36E77618Q0039-001.docx

 
File Name: 36E77618Q0039 ATTACHMENT 1 - PERFORMANCE WORK STATEMENT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4015275&FileName=36E77618Q0039-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4015275&FileName=36E77618Q0039-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04789387-W 20180114/180112231144-be9be16616b141df89fac57f9a42cf76 (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.