SOLICITATION NOTICE
R -- Joint Commission Consultant Visit
- Notice Date
- 11/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ11T0008
- Response Due
- 11/10/2010
- Archive Date
- 1/9/2011
- Point of Contact
- Rita Y. Ware, 757-314-7500
- E-Mail Address
-
Medcom Contracting Center North Atlantic
(rita.y.ware@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation number is W91YTZ-11-T-0008. The solicitation is being issued as a request for quotation (RFQ). This requirement will be a Small Business Set-Aside. This will be a Firm-Fixed Price type contract. The applicable North American Standard Industry Classification System (NAICS) Code 541611. The North Atlantic Regional Contracting Office (NARCO), McDonald Army Health Center, Fort Eustis, VA has a requirement for the following: CLIN 0001 THE CONTRACROR SHALL PROVIDE ALL LABOR, MATERIALS, AND EQUIPMENT NECESSARY TO PROVIDE CONSULTING AND ADVISEMENTS ON THE JOINT COMMISSION CHANGES ON THE ENVIRONMENT OF CARE IN ACCORDANCE WITH THE STANDARDS WITHIN MCDONALD ARMY HEALTH CENTER, FORT EUSTIS, VA. VISIT IS FOR TWO (2) DAYS IN LENGTH. Delivery Information: November 18 -19, 2010, McDonald Army Health Center, Fort Eustis, Virginia 23604 The Government anticipates awarding a single award for this requirement. No exceptions or compatibles will be accepted. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. Addendum to 52.212-1 applies The non-FAR part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions. FAR 52.212-2, Evaluation Commercial Items (Jan 1999): (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: TECHNICAL, PRICE, AND PAST PERFORMANCE Addendum to 52.212-2, (a) The Government reserves the right to award other than the low offeror for the best price that is advantageous to the Governments using Brand Name, Technical, Price and Past Performance. (b) The total evaluated price must be reasonable, and any additional expenses must be justified by a corresponding value for technical merit, or an expectation of greater quality of performance. (c) Evaluation Criteria. Award will be made to the lowest priced technically acceptable offeror with an acceptable record of past performance. Technical is more important than price, when combined are more important than past performance. The offerors technical proposal will be evaluated for technical acceptability and will be evaluated on a pass/fail basis. Past Performance will be evaluated for acceptable performance. Any rating except for high risk will be considered acceptable past performance. All other ratings shall be treated equally. Award will be made to the lowest priced technically acceptable offeror with an acceptable record of past performance. PART I: TECHNICAL EVALUATION. Technical evaluation will be based on the following: (a) The offerors technical proposal and all submitted literature must be complete. The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation for substantiating that the items offered meet the requirements of the solicitation. The proposal shall not simply rephrase or restate the Governments requirements, but rather shall provide convincing rationale to address that the products offered clearly meet the Governments requirements. Offerors shall assume that the Government has no prior knowledge, and will base its evaluation solely on the information presented in the offerors proposal. (b) The following ratings will be used in evaluation offerors proposal: Acceptable To receive this rating, the offeror shall present a proposal that clearly and comprehensively addresses the technical factor. The offeror shall provide sufficient details for the Government to determine that the items offered satisfactorily meet the minimum requirements of the solicitation. The proposal shall clearly demonstrate that the offeror fully understands and is capable of performing the requirement for the total proposed price indicated in its proposal. Unacceptable An unacceptable rating will be assessed on any offeror that presents a proposal that demonstrates any of the following: (1) Fails to clearly and comprehensively address each of the factors.(2) Fails to provide sufficient detail for the Government to determine whether the proposal satisfactorily meets the minimum requirements of this solicitation in addressing the factors.(3) Fails to clearly demonstrate that the offeror fully understands and is technically capable to perform the requirements at its total proposed price. Note: To receive consideration for award, a rating of acceptable must be achieved in all technical factors. PART II: PRICE. Price will be evaluated separately from past performance and will be evaluated for fairness and reasonability. Offeror shall provide their published price list with their offer. PART III: PAST PERFORMANCE. The offerors performance will be rated in terms of performance risk. A performance risk rating (Low, Moderate or High) will be assigned dependent upon the evaluators assessment of the level of confidence in the offerors performance record. In ranking offerors assessed in the same performance risk category, an offeror with experience in performing services will be ranked as a low risk compared to an offer with no or hardly any experience in performing services. The information which will be used for evaluation will be obtained from those presented in the Offerors past performance documentation, the Past Performance Information Retrieval System (PPIRS), (http://www.ppirs.gov/)), and any other Government sources. The Government may reject a proposal if it is found that any information that has a negative impact on the offerors past performance record has been deleted, misrepresented or withheld. High Risk Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the service under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. Medium Risk Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good/Low. Low Risk Little doubt exists, based on the offerors preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. Neutral Risk No relevant past performance information. The Government reserves the right to obtain past performance information from other sources, to include CPARS, and consider such information in making its past performance determination. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Oct 2010) FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions required to Implement Statues or Executive Orders-Commercial Items; FAR 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration; FAR 52.225-1, Buy American Act-Supplies; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998); DFARS Clause 252.232-7003, Electronic Submission of Payment Request (MAR 2008); DFARS Clause 252.204-7007 Alt A, Required Central Contractor Registration Alternate A (Nov 2003); Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Questions concerning this acquisition may be address to rita.y.ware@amedd.army.mil. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to Rita Ware at rita.y.ware@amedd.army.mil by 10, November 2010, 2:00PM EST. No Telephone Calls Will Be Accepted or Responded To. Place of Performance: McDonald Army Health Center Bldg 576 Jefferson Ave Fort Eustis, VA 23604 Point of Contact: Rita Ware Rita.y.ware@amedd.army.mil Contracting Office Address: Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ11T0008/listing.html)
- Place of Performance
- Address: MCDONALD ARMY HEALTH CENTER 576 JEFFERSON AVE, BLDG J5 FORT EUSTIS VA
- Zip Code: 23604
- Zip Code: 23604
- Record
- SN02324441-W 20101110/101108234327-db44a53d6eb74e667d4e1a794e4c2f84 (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 |