Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
DOCUMENT

J -- Service/Repair on GE iDXA - Attachment

Notice Date
9/14/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24216Q1025
 
Response Due
9/19/2016
 
Archive Date
11/18/2016
 
Point of Contact
josie.tuitt@va.gov
 
E-Mail Address
josie.tuitt@va.gov
(Josie.Tuitt@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Response to Question: What is the incumbent contract number? Answer: V797B-6011B ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 1. Submission of Offer: VA242-16-Q-1025 (GE Lunar iDXA System) Submit any questions you may have to the Contract Specialist - Josie Tuitt via josie.tuitt@va.gov by the deadline on Thursday, September 15h at 1:00PM. Any questions submitted will need to identify the pertinent document (SOW, Solicitation Attachment, Solicitation Technical Exhibit, etc.) and include the applicable page number, paragraph number, and/or reference with each question. Questions regarding specific verbiage or content in the solicitation package shall include excerpts or examples from the subject matter to ensure the question is clearly conveyed. 2. General Instructions: a. The selection of a source for award purposes will be conducted utilizing best value as delineated in FAR Part 15.3, Source Selection. Offers will be evaluated using the criteria under ADDENDUM TO FAR Clause 52.212-2, Evaluation - Commercial Items. Noncompliance with the RFQ requirements may hamper the Government's ability to properly evaluate the proposal and may result in elimination of the proposal form further consideration for contract award. b. The Offer. The submission of the documentation specified below will constitute the Offeror's acceptance of the terms and conditions of the RFQ, concurrence with the SOW and contract type. c. It is the Government's intention to award without discussions. Offerors are encouraged to present their best technical proposal and prices in their initial proposal submission. However, in accordance with FAR Part 15.306 should discussions become necessary, the Government reserves the right to hold them. If this occurs, a competitive range will be determined and Offerors notified. The competitive range may be limited for purposes of efficiency IAW FAR Part 15.306 c (2) Competitive Range. d. Instructions outlined in this solicitation prescribe the format for quotes and describe the approach for the development and presentation of offeror's data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of quotes. e. In accordance with FAR Subpart 4.8, Government Contract Files, the Government will retain one copy of all unsuccessful proposals. Unless the Offeror requests otherwise, the Government will destroy extra copies of such unsuccessful proposals. f. If the Offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the Offeror shall immediately notify the Contract Specialist in writing with supporting rationale. The Offeror is reminded that the Government reserves the right to award this effort based on the initial quote, as received, without discussion. 3. Proposal Submission: a. The Offeror's proposal shall consist of (4) separate section. (1) Technical Capability, (2) Past Performance, (3) Price and (4) Solicitation, Offer and Award Documents and Representation and Certifications. The intent of this standardized format is not to limit creativity. Creativity is permitted with the parameters below to allow the Government a more fair and easy assessment of offers. 1) Format: The submission shall be clearly indexed and logically assembled. Each section shall be appropriately numbered and clearly identified with the date and solicitation number in the header and shall begin at the top of each page. The offeror is required to provided (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.) via email to Contract Specialist josie.tuitt@va.gov. A table of content should be created using the Table of Contents feature in MS Work. MS Word (.doc) files shall use the following page setup parameters. Margins - Top, Bottom,, Left, Right - 1" Gutter - 0" From Edge - Header, Footer - 0.5" Page Size, Width - 8.5" Page Size, Height - 11" 2) Page Count: Section 1 - Technical Capability - 4 pages Section 2 - Past Performance - 4 pages Section 3 - Price - No page limit Section 4 - Solicitation, Offer /Award Documents and Representation /Certifications -No page limit Those pages that exceed the page counts for each section or attachment will not be evaluated. 4. Proposal Contents and Due Date: In response to this Solicitation for quotes, submit proposals NLT Monday, September 19, 2016 at 2:00PM Eastern Standard Time (EST). Proposals shall be submitted in separate sections for each factor, as indicated in paragraph 1. a)Section 1 - Technical Capability (As outlined in 5. Scope of Work: Mandatory Tasks and Deliverables Page limit is 4 pages for Section 1 b)Section 2 - Past Performance. This factor involves the offeror's ability to demonstrate the quality of the contractor's past performance for services similar in scope of work (as delineated in 5. Scope of Work: Mandatory Tasks and Deliverables). The contractor shall submit the following performance data: 1)Offerors shall submit a description of a maximum of three (3) contract references in direct support of federal, state, local, or commercial entities. Performance of these efforts shall be current and relevant. Current is defined as work performed not more than three (3) years prior to the date of this RFQ issue and relevant work in the same or similar in scope of work as identified in the Statement of Work (SOW). 2)Include the following information for each contract: "Project or contract title "Contract number and duration "Name and address of contacting activity "Name, phone numbers for the Contract Specialist and Contracting Officer's Representative "Brief summary of the services provided, to include any special problems or challenges and applied solutions and results. Page limit is 4 pages for Section 2 3)Section 3 Price Proposal. The contract type for this contract is Firm Fixed Price. The offeror shall complete the Schedule of Supplies/Services page(s) of the Standard Form SF 1449, Continuation Sheet of the solicitation with pricing for the base year and each option year. Offerors' price model shall be submitted in Microsoft Excel format only. No Page limit 4)Section 4 - Solicitation, Offer, and Award Documents and Representation/Certifications. Each offeror shall complete fill-in sections in the solicitation. An authorized official of the firm shall sign the SF 1449 and all certifications requiring original signature. An Acrobat PDF file shall be created to capture the signatures for submission. No Page limit Each offer shall provide a print-out of their Representations and Certifications. To complete on line go to http://wingovernmentcontracts.com/system-for-award-management-sam.htm No Page limit Section 4 5. Delivery of Offers: The RFQ due date is listed in block 8 of the SF 1449 and Section 4 above. Offerors shall email proposals to Ms. Josie Tuitt at josie.tuitt@va.gov. Potential Offerors are encouraged to subscribe to real-time email notifications when information has posted to the website for this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24216Q1025/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-16-Q-1025 VA242-16-Q-1025_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3004117&FileName=VA242-16-Q-1025-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3004117&FileName=VA242-16-Q-1025-002.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: Kessler Institute for Rehabilitation;SCI Research;Room L050/L052m;1199 Pleasant Valley Way;West Orange
Zip Code: 07052
 
Record
SN04271212-W 20160916/160914235034-0377373b4b3713c826972563a78bdaf0 (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.