DOCUMENT
68 -- Medical Gases - Attachment
- Notice Date
- 10/22/2012
- Notice Type
- Attachment
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Veterans Affairs;SAO West VISN 18 El Paso NCO;Carlos Jaquez, Contract Specialist;5001 N Piedras St;El Paso TX 79930-4210
- ZIP Code
- 79930-4210
- Solicitation Number
- VA25813Q0019
- Response Due
- 10/24/2012
- Archive Date
- 1/22/2013
- Point of Contact
- Carlos Jaquez, Contract Specialist
- E-Mail Address
-
Contract Specialist
(carlos.jaquez@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Medical Gases RFQ VA258-13-Q-0019 PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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. VA258-13-Q-0019 is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This solicitation will be 100% Service Disable Veteran Owned Small Business Set Aside and the associated North American Industry Classification System (NAICS) code for this requirement is 325120 with a size standard of 1000 employees. Subcontracting Commitments - Monitoring and Compliance This solicitation includes VA Acquisition Regulations (VAAR) 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Items being procured: Attachment A Price/Cost and Delivery Schedule Scope of Contract: This solicitation will result in a firm-fixed price contract for one fiscal year for Medical Gases for the Pathology and Laboratory Medical Service for the New Mexico VA Health Care System. Prices awarded will remain in effect for the contract period without an increase in price. The period of performance shall be from date of award through September 30, 2013. The VA intends to establish a single firm fixed price requirements contract with the successful Offeror to provide all of the Amarillo VA Medical Center requirements for the items listed in the Attachment A during the applicable period of performance. Award shall be made to the responsive, responsible Offeror which is determined to present the lowest price technically acceptable to the VA for this procurement with price, quality, and past performance considered. The provision at 52.212-1, Instructions to Offeror's-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS All questions must be in writing & emailed carlos.jaquez@va.gov. All questions must be received no later than September 27, 2012 at 2:00 PM EDT. The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government. File #1 and File # 2 must be submitted electronically to carlos.jaquez@va.gov. Submittal Instructions: Submit the following in two separate files. 1.File #1: Schedule.doc a.Cover letter titled "Price/Cost and Delivery letter titled "Schedule RFQ VA258-12-Q-1071" b.Complete Price/Cost Schedule on Attachment A. c.Provide CLIN itemized and grand total pricing. 2.File #2: Technical_Proposal.doc a.Cover letter titled "Technical Proposal RFQ VA258-12-RQ-1071" b.The Technical Proposal document should follow the sequential order identified in "FAR 52.212-2 Evaluation-Commercial Items". c.Each item in the Technical Proposal document must be clearly identified by its corresponding number and description. d.NO PRICE INFORMATION SHALL BE INCLUDED IN THE TECHNICAL PROPOSAL (File #2). Note: Each document shall be submitted separately. The provision at 52.212-2, Evaluation-Commercial Items applies and the specific evaluation criteria to be included in paragraph (a) of that provision includes: (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: This is a best value acquisition utilizing Lowest Price, Technically Acceptable. Award will be made to proposal with lowest price that has been deemed technically acceptable. TECHNICAL ACCEPTABILITY AND PRICE 1.Technical acceptability: If providing an "equal" product, comply with FAR Part 52.211-6 & VAAR 852.211-73, Brand Name or Equal. Technical capability and compatibility of the items offered to meet the Government's requirement. "Equal" product must meet all salient characteristics provided in Price/Cost Schedule to be considered technically acceptable. Provide the following items: "Product FDA Approval All materials must be provided along with the quote to carlos.jaquez@va.gov. 2.Price: Prices will be evaluated for fair and reasonableness. Only those quotes rated technically acceptable will be further evaluated for price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) EVALUATION PROCESS Evaluation Process: All quotes will be evaluated based on their technical acceptability. The award decision will be based on the lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror shall submit a quote on the brand name or equal requested. Award will be on an "all or none" basis; the offeror shall submit prices on all CLINs. (a)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 acceptability 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. Award will be made using the lowest-price, technically-acceptable source selection process. Award will be made to the offeror that presents the proposal that possesses all of the following characteristics: (1) meets the acceptability standards for non-price factors, (2) conforms to the solicitation, (3) determined acceptable to the Government, (4) is from a responsible (as defined in Federal Acquisition Regulation Part 9) offeror, and (5) has the lowest price of those offerors meeting the first four characteristics listed here. Offerors shall be registered in System for Award Management (SAM) data base located at http://www.sam.gov. Offers shall be registered in the Offeror Representations and Certifications-Commercial Items at https://www.acquisition.gov OR a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The following clauses and provisions are included in this solicitation: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there is no addenda to the clause. Clauses: 52.216-7 OPTION FOR INCREASED QUANTITY (MAR 1989), 52.232-18 AVAILABILITY OF FUNDS (APR 1984), VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008), VAAR 852.211-70 SERVICE DATA MANUALS (NOV 1984), VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008), VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009), VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009), VAAR 852.216-70 ESTIMATED QUANTITIES (APR 1984), VAAR 852.246-70 GUARANTEE (JAN 2008), VAAR 852.246-71 INSPECTION (2008), and VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and no additional FAR clauses cited in the clause are applicable to the acquisition: 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (MAY 2012), 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011), 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2012), 52.222-3 CONVICT LABOR (JUNE 2003), 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (MAR 2012), 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011), 52.225-1 BUY AMERICAN ACT-SUPPLIES (FEB 2009), 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008), and 52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTOR REGISTRATION (MAY 1999) Provisions: 52.211-6 BRAND NAME OR EQUAL (AUG 1999), VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008), VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) The full text of clauses and provisions can be found at http://acquisition.gov/comp/far/ RFQ DUE DATE: Responses to this solicitation shall be vial electronic submission to Carlos Jaquez at carlos.jaquez@va.gov on or before October 8, 2012 at 10:00 AM ET.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAEPHCC756/VAEPHCC756/VA25813Q0019/listing.html)
- Document(s)
- Attachment
- File Name: VA258-13-Q-0019 VA258-13-Q-0019.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=506129&FileName=VA258-13-Q-0019-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=506129&FileName=VA258-13-Q-0019-000.docx
- File Name: VA258-13-Q-0019 S02 Attachment A Price-Cost and Delivery Schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=506130&FileName=VA258-13-Q-0019-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=506130&FileName=VA258-13-Q-0019-001.docx
- File Name: VA258-13-Q-0019 S02 Attachment B Contractor Questions.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=506131&FileName=VA258-13-Q-0019-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=506131&FileName=VA258-13-Q-0019-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-13-Q-0019 VA258-13-Q-0019.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=506129&FileName=VA258-13-Q-0019-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;New Mexico VA Health Care System;Laboratory 113;1501 San Pedro Dr SE;Albuquerque, NM
- Zip Code: 87108-5153
- Zip Code: 87108-5153
- Record
- SN02917085-W 20121024/121022233713-fbe546912ac288a914df98d91938fe9c (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 |