Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 25, 2015 FBO #5115
DOCUMENT

Q -- FCC cache - Attachment

Notice Date
11/23/2015
 
Notice Type
Attachment
 
NAICS
624230 — Emergency and Other Relief Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25916R0053
 
Response Due
11/13/2015
 
Archive Date
12/13/2015
 
Point of Contact
Ronnie R. Jones
 
E-Mail Address
Contracting Officer
(Ronnie.Jones@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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. The solicitation number for this requirement is VA259-16-R-0053 and is hereby issued as a Request for Proposal (RFP). The VISN 19 Rocky Mountain Acquisition Center, NCO 19, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf of the VA Eastern Colorado Health Care System, Denver, Co 80220, has a requirement for the following services: Veterans Affairs Federal Coordinating Center (FCC) Patient Reception Team (PRT) Cache maintenance, storage and mobilization of medical cache for the National Disaster Medical Systems. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective November 1, 2015. The North American Industry Classification System (NAICS) code is 624230-Emergency and Other Relief Services and the Small Business Size Standard is $32.5 million. This procurement will be a 100% Service Disabled Veteran Owned Small Business Set-Aside. The Government intends to issue a firm fixed price contract to the responsible Offeror's whose proposal technically acceptable conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. Provide a price quote for each of the following CLINS and total price (fill in the blanks). PRICING FOR: Description of Services and Price Schedule Base Year: December 7, 2015 thru December 6, 2016 CLINDESCRIPTIONUNIT UNIT COSTTOTAL COST 0001Storage of Government Property Medical CacheMonth 0002Training Month 0003Mobilization of Medical CacheMonth 0004Consumables & Equipment ReplenishmentMonth Total for Base Year: $______________ Option Year 1: December 7, 2016 thru December 6, 2017 CLINDESCRIPTIONUNIT UNIT COSTTOTAL COST 1001Storage of Government Property Medical CacheMonth 1002Training Month 1003Mobilization of Medical CacheMonth 1004Consumables & Equipment ReplenishmentMonth Total for Option Year 1: $______________ Option Year 2: December 7, 2017 thru December 6, 2018 CLINDESCRIPTIONUNIT UNIT COSTTOTAL COST 2001Storage of Government Property Medical CacheMonth 2002Training Month 2003Mobilization of Medical CacheMonth 2004Consumables & Equipment ReplenishmentMonth Total for Option Year 2: $______________ Option Year 3: December 7, 2018 thru December 6, 2019 CLINDESCRIPTIONUNIT UNIT COSTTOTAL COST 3001Storage of Government Property Medical CacheMonth 3002Training Month 3003Mobilization of Medical CacheMonth 3004Consumables & Equipment ReplenishmentMonth Total for Option Year 3: $______________ Option Year 4: December 7, 2019 thru December 6, 2020 CLINDESCRIPTIONUNIT UNIT COSTTOTAL COST 4001Storage of Government Property Medical CacheMonth 4002Training Month 4003Mobilization of Medical CacheMonth 4004Consumables & Equipment ReplenishmentMonth Total for Option Year 4: $______________ Base Year Annual Total: $ _________ Option Year One Annual Total: $ _________ Option Year Two Annual Total: $ _________ Option Year Three Annual Total: $ _________ Option Year Four Annual Total: $ _________ Total Contract Value:$ _____________ ? VA Federal Coordinating Center (FCC) Patient Reception Team Cache A.General Information 1.Title of Project: VA FCC Medical Cache Maintenance & Storage 2.Scope of Work: Contractor shall store and maintain all items in the medical cache that is needed for Emergency Response to medical disasters. This includes but not limited to; replacing IV solutions that have expired, replenish items and equipment as necessary from use. All items in the medical caches are owned by the Department of Veterans Affairs, Eastern Colorado Health Care System (ECHCS), 1055 Clermont Street, Denver, CO 80220. The medical cache shall be available at all times for emergency response. 3.Background: The Department of Veterans Affairs, Eastern Colorado Health Care System (ECHCS) is the host Federal Agency for the National Disaster Medical System. The National Disaster Medical System (NDMS) is managed by the Department of Homeland Security and may be activated in times of federally declared national and international emergencies to coordinate medical care of evacuees from the emergency area to an assigned area. The ECHCS coordinates the Federal Disaster Response Exercises for the region with the local Medical Facilities. This a mass casualty exercise that will simulate the receiving, triage and transport of more than 150 patients to 11 metro-area hospitals via eight ground ambulances and ten helicopters over the course of six hours. 4.Period of Performance: The period of performance will be one base year and four (4) one-year option years. The base year period of performance will begin upon contract award. 5.Type of Contract: The Government intends to award a Firm-Fixed-Price contract, in accordance with FAR Subpart 16.202-2. 6.General Requirements: a.The Contractor shall identify and (upon approval of cache list) medical equipment and supplies to provide the VA Patient Reception Team a separate and independent cache to work from during NDMS Patient Movement evolutions. Cache will be In-Service within 1 months of contract approval. b.The Contractor shall provide space for storage of VA Patient Reception Team (PRT) Cache that meets the following requirements: 1.Local to the Denver Metropolitan Area 2.Climate Controlled 3.Monitored Security 4.Rapid Access c.The Contractor shall maintain the VA-PRT cache in a ready to respond state. This maintenance will include: 1.Battery rotation and conditioning 2.Inventory management 3.Rotation of expired stock d.The Contractor shall ensure delivery of cache to a specified location within FEMA Region VIII. In the event of FCC PRT activation, pick-up of cache will happen within 4 hours of notice by VA-PRT. For exercises or training events delivery of the cache will be done in accordance with the objectives of the exercise or training. e.The Contractor shall participate in a Functional Exercise that will have the following objectives as a minimum: 1.Activation of the VA-PRT 2.Delivery of the VA-PRT Cache to a specified location 3.Assess the VA-PRT's ability to identify, organize, and manage the personnel and resources needed to effectively carry out a patient reception event. 4.Setup of a staging, triage, treatment, transportation and patient tracking groups. These groups will be comprised of various local resources. 5.Engage local responders and hospitals, patients will be transported to local hospitals by air and ground resources as necessary. f.The Contractor shall provide a secure website for access to the cache inventory g.The Contractor shall assist with training the VA Patient Reception Team two (2) times a year. This training will include: 1.Accessing the VA-PRT cache 2.Medical equipment overview and familiarization 3.Policy and Procedure questions h.The Contractor shall have minimum of five years of experience for storage and maintenance of medical cache. i.The Contractor staff shall have medical training to ensure that the VA Patient Reception Team (VA-PRT) cache is maintained in a ready to respond state at all times. j.The Contractor shall be responsible for Government Furnished Equipment that is provided for storage and maintenance in the medical cache. k.The Contractor shall coordinate with the Contracting Officer Representative (COR) to replace any consumables and equipment replenishment. Consumables and equipment replenishment can only be approved by the Contracting Officer. 7. Hours of Coverage: Normal hours of coverage are Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding the federal holidays listed as follows: Federal Holidays: New Year's Day Dr. Martin Luther King Jr's Birthday Presidents' Day Memorial DayIndependence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day And any other day specifically declared a National Holiday by the President of the United States. When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by US Government Agencies. 8.Emergency Hours of coverage : The Government will have the authority to activate the medical cache in a national emergency within 2 hours of the Governments notification to Contractor to deploy. 9.Contractor will coordinate replenishing and replacement of equipment with the Contracting Officer Representative (COR). The Contracting Officer is the only one who can authorize these changes. Inventory List TRIFOLD -7 CARTITEMDESCRIPTIONQTYU/MLOCATIONSUPPLIER TRI-FOLD-760-0001LITTERS20EA NORTH AMERICAN RESCUE TRI-FOLD-760-0008IV POLES20EA NORTH AMERICAN RESCUE TRI-FOLD-7DELINEATOR POSTDELINEATOR POST12EA TRI-FOLD-712# BASEBASE FOR POST12EA TRI-FOLD-7LANYARDSLANYARDS400EA RUBBERMAID-9 CARTITEMDESCRIPTIONQTYU/MLOCATIONSUPPLIER RUBBERMAID-9IS-8303SASMALL SHARPS10EA LIFE-ASSIST RUBBERMAID-9AL-881ASANI-CLOTH WIPES6BX LIFE-ASSIST RUBBERMAID-9IS-SHUTSHARPS SHUTTLE24EA LIFE-ASSIST RUBBERMAID-93M 1860N-95 MASK4BX/20 MMC RUBBERMAID-9MDS195184GLOVE-SM4BX MEDLINE RUBBERMAID-9MDS195185GLOVE-MED4BX MEDLINE RUBBERMAID-9MDS195186GLOVE-LRG4BX MEDLINE RUBBERMAID-9MDS195187GLOVE-XLRG4BX MEDLINE RUBBERMAID-9OG-888-02REGULATOR2EA LIFE-ASSIST RUBBERMAID-9IS-5488SHARPS-KRG.4EA LIFE-ASSIST RUBBERMAID-9IC-1507INFECTIOUS CONTROL KIT16EA LIFE-ASSIST TREATMENT-GREEN CARTITEMDESCRIPTIONQTYU/MLOCATIONSUPPLIER RUBBERMAID-9IS-8303SASMALL SHARPS10EA LIFE-ASSIST RUBBERMAID-9AL-881ASANI-CLOTH WIPES6BX LIFE-ASSIST RUBBERMAID-9IS-SHUTSHARPS SHUTTLE24EA LIFE-ASSIST RUBBERMAID-93M 1860N-95 MASK4BX/20 MMC RUBBERMAID-9MDS195184GLOVE-SM4BX MEDLINE RUBBERMAID-9MDS195185GLOVE-MED4BX MEDLINE RUBBERMAID-9MDS195186GLOVE-LRG4BX MEDLINE RUBBERMAID-9MDS195187GLOVE-XLRG4BX MEDLINE RUBBERMAID-9OG-888-02REGULATOR2EA LIFE-ASSIST RUBBERMAID-9IS-5488SHARPS-KRG.4EA LIFE-ASSIST RUBBERMAID-9IC-1507INFECTIOUS CONTROL KIT16EA LIFE-ASSIST TREATMENT-RED-YELLOW CARTITEMDESCRIPTIONQTYU/MDRAWERSUPPLIER TREATMENT RED-YELLOWSG-2020S-BLUBLOOD PRESURE KIT2EATOPLIFE-ASSIST TREATMENT RED-YELLOWST-2290STETHOSCOPE2EATOPLIFE-ASSIST TREATMENT RED-YELLOWIN001-BLKUTILITY SCISSORS1EATOPLIFE-ASSIST TREATMENT RED-YELLOWPL-1008PENLIGHT2EATOPLIFE-ASSIST TREATMENT RED-YELLOWPO8500APULSE OX1EATOPLIFE-ASSIST TREATMENT RED-YELLOWGU10019ACCU-CHEK GLUCOMRTER1EATOPLIFE-ASSIST TREATMENT RED-YELLOWTH-4000THERMOSCAN1EATOPLIFE-ASSIST TREATMENT RED-YELLOWTH5075PROBE COVERS1BXD-1LIFE-ASSIST TREATMENT RED-YELLOWTX-WHEELPEDI-WHEEL1EAD-2LIFE-ASSIST TREATMENT RED-YELLOWTX-CRITICALPOCKET GUIDE1EAD-2LIFE-ASSIST TREATMENT RED-YELLOWBA6715KERLIX2EAD-4LIFE-ASSIST TREATMENT RED-YELLOWBJ8484X4 PADS20EAD-4LIFE-ASSIST TREATMENT RED-YELLOWDI-444HEET-PAK1EAD-4LIFE-ASSIST TREATMENT RED-YELLOWDI-688COLD-PAK1EAD-4LIFE-ASSIST TREATMENT RED-YELLOWBE-2COBAN 2"1RLD-4LIFE-ASSIST TREATMENT RED-YELLOWBA-415XEROFORM 2EAD-4LIFE-ASSIST TREATMENT RED-YELLOWOM-20039SALINE BULLETS7EAD-4LIFE-ASSIST TREATMENT RED-YELLOWSL-7122SODIUM CHLORIDE,250ML2BTD-4LIFE-ASSIST TREATMENT RED-YELLOWTA-7827-1TRANSPORE 1"2RLD-4LIFE-ASSIST TREATMENT RED-YELLOWTA-7827-2TRANSPORE 2"2RLD-4LIFE-ASSIST TREATMENT RED-YELLOWTA-5104ZONAS TAPE 1"2RLD-4LIFE-ASSIST TREATMENT RED-YELLOWTA-5106ZONAS TAPE 2"2RLD-4LIFE-ASSIST TREATMENT RED-YELLOWBS7303AEMERGENCY BLANKET1EAD-4LIFE-ASSIST TREATMENT RED-YELLOWMDS195184GLOVE-SM1BXD-5LIFE-ASSIST TREATMENT RED-YELLOWMDS195185GLOVE-MED1BXD-5LIFE-ASSIST TREATMENT RED-YELLOWMDS195186GLOVE-LRG1BXD-5LIFE-ASSIST TREATMENT RED-YELLOWMDS195187GLOVE-XLRG1BXD-5LIFE-ASSIST TREATMENT RED-YELLOWIV4173-15PRIMARY IV SET2EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIV-001INJECT SITE2EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIV-8042EXT SET2EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIT-6150IV START PAK6EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIT-18GA18 GA. NEEDLE5EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIT21GA21 GA. NEEDLE5EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIT23GA23 GA. NEEDLE5EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIT3CCLL3CC SYRINGE2EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIT5CCLL5CC SYRINGE2EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIT10CCLL10CC SYRINGE2EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIT-1709IV CATH 14GA5EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIT-1707IV CATH 16GA5EAD-6LIFE-ASSIST TREATMENT RED YELLOWIT-1705IV CATH 18GA5EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIT-1703IV CATH 20GA5EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIT-1701IV CATH 22GA5EAD-6LIFE-ASSIST TREATMENT RED-YELLOWIS-5488SHARPS COLECTOR 3.3 QT1EAD-6LIFE-ASSIST GOV ERNMENT PRIMARY POINTS OF CONTACT (POC's): Submit offers or any questions to the primary POC Ronnie R. Jones 303-372-7049 or email: Ronnie.Jones@va.gov DEADLINES: Submit questions and offers to the primary POC. All questions or requests for information must be in writing and are due by COB on November 25, 2015. It is acceptable to submit proposals by email NLT December 1, 2015 @ 4:00 P.M. MST. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.SAM.gov. Also, in order to be eligible for the award the company must be registered in SAM. Please send RFP to: Ronnie.Jones@va.gov PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition with following addendum The following FAR provisions apply to this solicitation and are incorporated in full text: Addendum to 52.212-1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS - REPRESENTATION (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (END-OF-PROVISION) 52.204-16-Commercial and Government Entity Code Reporting (Jul 2015) (a) Definition. As used in this provision- "Commercial and Government (CAGE) code" means-- (1) An identified assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or Government entity; or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Contractor and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as an NCAGE code. (b) The Offeror shall enter its CAGE code in its offer with its name and address or otherwise include it prominently in its proposal. The CAGE code entered must be for that name and address. Enter "CAGE" before the number. The CAGE code is required prior to award. (c) CAGE codes may be obtained via - (1) Registration in the system for Award management (SAM) at www.sam.gov. If the Offeror is located in the United States or its outlying areas and does not already have a CAGE code assigned, the DLA Contractor and Government Entity (CAGE) Branch will assign a CAGE code as a part of the SAM registration process. SAM registrants located outside the United States and its outlying areas shall obtain a NCAGE code prior to registration in SAM (see paragraph (c)(3) of this provision). (2) The DLA Contractor and Government Entity (CAGE) Branch. If registration in SAM is not required for the subject procurement, and the offeror does not otherwise register in SAM, an offeror located in the United States or its outlying areas may request that a CAGE code be assigned by submitting a request at http://www.dlis.dla.mil/cage_welcome.asp. (3) The appropriate country codification bureau. Entities located outside the United States and its outlying areas may obtain an NCAGE code by contacting the Codification Bureau in the foreign entity's country if that country is a member of NATO or a sponsored nation. NCAGE codes may be obtained from the NSPA if the foreign entity's country is not a member of NATO or a sponsored nation. Points of contact for codification bureaus and NSPA, as well as additional information on obtaining NCAGE codes, are available at http://www.dlis.dla.mil/nato/ObtainCAGE.asp. (d) Additional guidance for establishing and maintaining CAGE codes is available at http://www.dlis.dla.mil/cage_welcome.asp. (e) When a CAGE Code is required for the immediate owner and/or the highest-level owner by 52.204-17 or 52.212-3(p), the Offeror shall obtain the respective CAGE Code from that entity to supply the CAGE Code to the Government. (f) Do not delay submission of the offer pending receipt of a CAGE code. (End of Provision) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. (End of Provision) The following FAR / VAAR provisions apply to this solicitation and are incorporated by reference: 52.204-16 - Commercial and Government Entity Code Maintenance (July 2015) 52.204-17 -Ownership or Control of Offeror (Nov 2014) 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) 52.232-38SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (JUL 2013) VAAR 852.215-70 SERVICE- DISABLED VETERAN OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 52.212-2 Evaluation-Commercial Items (OCT 2014) (a) The Government will award a contract or multiple awards resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, technical, past performance and price considered. The following factors shall be used to evaluate offers: BASIS OF AWARD: 1) The government intends to issue a firm fixed price contract or multiple awards to the responsible Offeror whose proposal conforms to the solicitation evaluation factors. EVALUATION FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Offer that meets the technical aspects of the solicitation. Competing offeror's technical aspects will be evaluated as significantly more important than past performance and price considerations. The lowest price proposal may not necessarily be selected; likewise, the proposal receiving the highest technical rating may not necessarily be selected. Offerors who propose to perform the work for an unrealistically low price will not be considered for award. Where applicable, the techniques and procedures described under FAR 15.404-1 will be the primary means of assessing proposal reasonableness. An offeror's proposal shall represent the offeror's best efforts to respond to the solicitation. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All such offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offeror's must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A.Technical: Technical can be measured by the offeror's ability to perform requirements to meet technical, specifications, contract terms and conditions, and all local, state, and federal regulations as related to performing projects. 1.Contractor shall have a minimum of five (5) years of experience for storage and maintenance of medical cache. 2.Contractor staff shall have medical training to ensure that VA Patient Reception Team (VA-PRT) cache is maintained in a ready to respond state at all times. Medical Cache shall be stored local to Denver. 3.Contractor shall provide training as needed to VA-PRT as needed. 4.Contractor shall be able to mobilize medical cache within four (4) hours of notice to a specified location deemed by VA Personnel. 5.Contractor shall participate in Functional Exercises as necessary. 6.Contractor shall explain in technical proposal how they shall provide these services. Rating Definitions: RatingDefinition/Standard Excellent Proposal demonstrates superior understanding of requirements and approach that exceeds performance or capability standards. Has several strengths that will significantly benefit the Government. Risk of unsuccessful performance is minimal. Good Proposal demonstrates a good understanding of requirements and approach that meets performance or capability standards. Has one or more strengths that will benefit the Government. Risk of unsuccessful performance is low. Satisfactory Proposal demonstrates an acceptable understanding of requirements and approach that can meet performance or capability standards. Acceptable solutions are identified. No strengths are identified. Risk of unsuccessful performance is moderate. MarginalProposal demonstrates shallow understanding of requirements and approach that marginally meets performance or capability standards. Risk of unsuccessful performance is moderately high. UnsatisfactoryProposal fails to demonstrate an understanding of requirements or capability standards. Requirements can only be met with major changes to the proposal. Risk of unsuccessful performance is high. B. Past Performance Confidence Assessment: 1)Past Performance, the offeror shall provide relevant performance information on all Offerors based on (1) the past and present references provided by the offeror and (2) data independently obtained from other government and commercial sources as well as questionnaires. Relevant performance includes performance of efforts involving contracting support that is similar or greater in scope, magnitude and complexity than the effort described in this solicitation. Past Performance that does not meet the recency requirement, will be excluded from evaluation. 2) Past performance will address areas pertaining to the following attributes to which an assessment will be made: 3) Quality: The quality of work can be measured by how well the offeror conformed to or met contract requirements, specifications and standards of good workmanship (e.g. commonly accepted technical professional, environmental, or safety and health standards.). TABLE 1- PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. 4) Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. Offeror's with no relevant past or present performance history shall receive the rating ?Unknown Confidence, meaning the rating is treated neither favorably nor unfavorably. 5) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFP. For each effort evaluated, a relevancy determination of the offeror's present and past performance, including joint ventures, subcontractors and/or teaming partners, will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. Relevancy will be assessed for contracts that are most similar to the effort, or portion of the effort, for which that contractor is being proposed, and may contribute to an overall higher relevancy determination for the offeror. The Government is not bound by the offeror's opinion of relevancy. The following relevancy definitions apply: VERY RELEVANT: Past/present performance programs involved essentially the same magnitude of effort and complexities this solicitation requires. RELEVANT: Past/present performance programs involved much of the magnitude of effort and complexities this solicitation requires. SOMEWHAT-RELEVANT: Past/present performance programs involved some of the magnitude of effort and complexities this solicitation requires. NOT RELEVANT: Past/present performance programs did not involve any magnitude of effort and complex. 6) Recent past performance is defined as past performance on contracts within the last three years from the issue date of this solicitation. Past performance for contracts exceeding the timeframe for this definition of recency will be excluded from evaluation. 7) If the lowest priced evaluated offer is judged to have a ?Substantial Confidence? performance rating, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (a) 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). (b) 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. Addendum to 52.212-1 52.204-17 -Ownership or Control of Offeror (Nov 2014) (a) Definitions. As used in this provision- "Commercial and Government Entity (CAGE) code" means-- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or Government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty organization (NATO) or by the NATO Support Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Contractor and Government Entity (CAGE) Branch records and maintains the CAGE master file. This type of code is known as an NCAGE code. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. (b) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. (c) If the Offeror indicates "has" in paragraph (b) of this provision, enter the following information: Immediate owner CAGE code:________________________________________ Immediate owner legal name:_________________________________________ (Do not use a "doing business as" name) Is the immediate owner owned or controlled by another entity?: [ ] Yes or [ ] No. (d) If the Offeror indicates "yes" in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest level owner CAGE code:________________________________________ Highest level owner legal name:_________________________________________ (Do not use a "doing business as" name) (End of provision) Offeror to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items, Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; applies to this acquisition with following addendum: The following FAR clauses apply to this solicitation and are incorporated in full text: 52.216-18- Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from _November 30, 2015_________ through ____November 29, 2020________. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-19-Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than _____________ [insert dollar figure or quantity], the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of _____________ [insert dollar figure or quantity]; (2) Any order for a combination of items in excess of ______________ [insert dollar figure or quantity]; or (3) A series of orders from the same ordering office within ___365__________ days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __7___ days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-22-Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after November 29,2020____. (End of Clause) 52.217-8- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) 52.232-19- Availability of Funds for the next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond September 30, 2015. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 each Fiscal Year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This contract includes FAR 52.219-14 Limitations on Subcontracting. 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. (End of Clause) The following FAR clauses apply to this solicitation and are incorporated by reference: 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013), 52.203-99- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-02) (FEB 2015) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011), 52.204-18- COMMERCIAL AND CAGE CODE MAINTENANCE (JUL 2015),52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997), 52.232-38-SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (JUL 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS, 52.237-3 CONTINUITY OF SERVICES (JAN 1991), 52.245-1 GOVERNMENT PROPERTY (APR 2012), 52.245-9 USE AND CHARGES (APR 2012). The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text: VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Colorado. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause). (End of Addendum to 52.212-4) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: :FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontracts Awards (OCT 2015), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015), FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011), FAR 52.219-8, Utilization of Small Business Concerns (OCT 2014), FAR 52.219-13, Notice of Set-Aside of Orders (NOV 11), FAR 52.219-27, Notice of Service-Disabled Veteran Owned Small Business Set-Aside (JUL 2013),FAR 52.219-28, Post Award Small Business Program Representation (APR 2012), FAR 52.222-3, Convict Labor (JUN 2003), FAR5.222-17, Nondisplacement of Qualified Workers (MAY 2014) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015), FAR 52.222-26, Equal Opportunity (APR 2015), FAR 52.222-35, Equal Opportunity for Veterans,(OCT 2015), FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014), FAR 52.222-37, Employment Reports on Veterans(OCT 2015), FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010), FAR 52.222-41, Service Contract Labor Standards (MAY 2014), FAR 52.222-42, Statement of Equivalent Rates for Federal Hires ( MAY 2014), FAR 52.222-50, Combating Trafficking in Persons (MAR 2015), FAR 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), FAR 52.232-34 Payment By Electronic Funds Transfer-Other than System for Award Management (JUL 2013).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916R0053/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-16-R-0053 VA259-16-R-0053.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2431352&FileName=VA259-16-R-0053-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2431352&FileName=VA259-16-R-0053-000.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: Denver, CO
Zip Code: 80220
 
Record
SN03952998-W 20151125/151123234634-ebef7150aa5b194e19c9bc3fdb74e098 (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.