Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2015 FBO #4965
DOCUMENT

V -- 671-15-3-093-0004_Visiting Patient Lodging-STX, ALMD - Attachment

Notice Date
6/26/2015
 
Notice Type
Attachment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25715Q1171
 
Response Due
7/16/2015
 
Archive Date
8/15/2015
 
Point of Contact
Jerry Hyndman, The Arcanum Group
 
E-Mail Address
Contracting Specialist
(gerald.hyndman@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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. (ii) Solicitation number VA257-15-Q-1171 is issued as a request for proposal (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. (iv) This solicitation is set-aside for a Small Business concern with the associated NAICS code of 721110 which has a small business size standard of $32.5 million. (v) See attached schedule for the contract line item number(s), services, quantities, and options requested in this solicitation. (vi) This requirement is for visiting patient lodging services for the Audie L. Murphy Medical Center which is part of the South Texas Veterans Healthcare System. See attached Statement of Work and schedule for the requirements for the services to be performed. (vii) The anticipated base Period of Performance for the services is 1 August 2015 through 31 July 2019. The order is proposed with a one-year base period and three one-year options. See attached schedule for the delivery, acceptance, and FOB destination delivery point. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition; see attached schedule regarding the addenda to the provision. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Offers will be evaluated as acceptable, acceptable with minor revisions or unacceptable for technical capability and be evaluated for past performance as acceptable or unacceptable, and then those proposals found technically acceptable will be evaluated by price as lowest priced, technically acceptable. (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if the representations entered in the System for Award Management (SAM) needs to be revised for the proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition. (xiii) This acquisition includes additional contract requirements. See attached Statement of Work for the terms and conditions of the requirement. (a)Offers are to include Past Performance information [Technical] showing like or similar services performed during the past three years. A past performance survey is attached to this solicitation for submission if the description of past performance information is not submitted in another format. The VA will confirm the submitted past performance information and will review other government past performance information systems. Offers with unsubstantiated unsatisfactory past performance records may be determined to be technically unacceptable. (b)Offers are to include evidence of insurance with their offer. (c)Offerors are to provide complete pricing in the attached schedule and provide it with their proposal. (d)It is requested that all questions regarding this acquisition be asked by 9 July, 2015, by 3:00 PM CT. Questions must be in writing and are to be submitted to the POC by email at gerald.hyndman@va.gov. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 14 July 2015 by 12:00 PM CT. (xvi) Offers are to be submitted to Jerry Hyndman, The Arcanum Group, by email at gerald.hyndman@va.gov. Small businesses, especially veteran-owned and service-disabled veteran-owned small businesses are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website for the nearest PTAC is http://www.sellingtothegovernment.net/ Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 5MB. Multiple emails can be sent to the POC for a proposal. It is recommended that a confirmation request be included in the email for the POC to acknowledge that all (parts) of the proposal have been received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25715Q1171/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-15-Q-1171 VA257-15-Q-1171_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2133369&FileName=VA257-15-Q-1171-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2133369&FileName=VA257-15-Q-1171-000.docx

 
File Name: VA257-15-Q-1171 P0_671-15-3-093-0004_LODGING QASP.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2133370&FileName=VA257-15-Q-1171-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2133370&FileName=VA257-15-Q-1171-001.docx

 
File Name: VA257-15-Q-1171 WD 05-2521 (Rev.-16).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2133371&FileName=VA257-15-Q-1171-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2133371&FileName=VA257-15-Q-1171-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Audie L. Murphy Medical Center, STVHCS;7400 Merton Minter Blvd.;San Antonio
Zip Code: 78229
 
Record
SN03778303-W 20150628/150626235207-afa487180e5c5bbaa5820e35939376a6 (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.