Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2017 FBO #5804
DOCUMENT

D -- Notice of Intent To Award A Sole Source Contract For Wired Telecomunication Services At The VA's St. John Community Based Outpatient Clinic Located In Reserve, Louisiana - Attachment

Notice Date
10/12/2017
 
Notice Type
Attachment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Veterans Affairs;Veterans Health Administration;Network Contracting Office 16;2575 N. Keystone Crossing;Fayetteville AR 72703
 
ZIP Code
72703
 
Solicitation Number
36C25618Q0012
 
Response Due
10/23/2017
 
Archive Date
11/22/2017
 
Point of Contact
James W Hunt
 
E-Mail Address
7-5956<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION- NOTICE OF INTENT TO AWARD A SOLE-SOURCE CONTRACT PROVIDE ALL TOOLS, MATERIALS, LABOR, TRANSPORTATION, LICENSES AND TRAINING NECESSARY TO PROVIDE WIRED TELECOMMUNICATIONS SERVICES FOR THE ST. JOHN COMMUNITY BASED OUTPATIENT CLINIC LOCATED IN RESERVE, LOUISIANA (I) This is a combined synopsis/solicitation for commercial items/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; quotes are being requested and a written solicitation will not be issued. All businesses submitting an offer/quote must be registered on https://www.sam.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing RFQ Number 36C256-18-Q-0012. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (IV) This procurement is set-aside 100% for Small Businesses. The associated NAICS code is 517110. The small business size standard is 1,500 employees. (V) The services to be provided and the performance periods are listed in Attachment 2 (Price Schedule). (VI) A full description of the requirements is included in Attachment 1 (Performance Work Statement) to this solicitation. (VII) The required performance period is for a base period of 11/1/2017 thru 10/31/2018, with 4 options for continued performance of 12 months each for a full potential performance period of 11/1/2017 thru 10/31/2022. Place of performance shall be the St. John Community Based Outpatient Clinic (CBOC) located at 4004 West Airline Highway, Reserve, LA. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (JAN 2017) applies to this acquisition. (IX) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2, and as supplemented by agency procedures. The provision at FAR 52.212-2 Evaluation-Commercial Items (OCT 2014) is included in this solicitation with Paragraph (a) completed as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote represents the lowest priced quote. (1) A Lowest Priced procurement is being conducted. As such, award will be made on the basis of the lowest evaluated price. The evaluation factors are as follows: -Price Only (2) Per FAR 13.106-3, Price will be evaluated for fairness and reasonableness. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the above website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition. (XII) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS. Clauses 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/clauses are incorporated into 52.212-4 as an addendum to this solicitation/contract: (1) FAR 52.217-8 Option To Extend Services (NOV 1999); The blank is completed as follows: 15 days prior to the contract expiration date. (2) FAR 52.217-9 Option To Extend The Term Of The Contract (MAR 2000); The blanks in paragraph (a) are completed as follows: 15 days after the current period of performance expires and 30. The blank in paragraph (c) is completed as follows: five (5) years. (3) VAAR 852.237-70 Contractor Responsibilities (APR 1984); The blank is completed as follows: Louisiana (4) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (5) FAR 52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation) (FEB 2015) (6) FAR 52.204-18 Commercial And Government Entity Code Maintenance (JUL 2016) (7) FAR 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) (8) VAAR 852.203-70 Commercial Advertising (JAN 2008) (9) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) END OF ADDENDUM TO 52.212-4 (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) applies to this acquisition. The following procurement specific clauses under subparagraphs (b)apply: (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (14) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (25) 52.222-3, Convict Labor (June 2003) (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28) 52.222 26, Equal Opportunity (SEP 2016) (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50, Combating Trafficking in Persons (MAR 2015) (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (XIV) All interested parties must submit all questions concerning this solicitation in writing via email to the Contract Specialist. Questions must be submitted by email to james.hunt2@va.gov, and received no later than 12:00 PM, October 18, 2017. (XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. CST on October 23, 2017. All quote materials must be emailed to the attention of Jim Hunt, at james.hunt2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC564/FaVAMC564/36C25618Q0012/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q0012 36C25618Q0012_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848058&FileName=36C25618Q0012-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848058&FileName=36C25618Q0012-000.docx

 
File Name: 36C25618Q0012 Attachment 1 - Performance Work Statement.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848059&FileName=36C25618Q0012-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848059&FileName=36C25618Q0012-001.pdf

 
File Name: 36C25618Q0012 Attachment 2 - Price Schedule.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848060&FileName=36C25618Q0012-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3848060&FileName=36C25618Q0012-002.pdf

 
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;Veterans Health Administration;St. John Community Based Outpatient Clinic (CBOC);4004 West Airline Hwy;Reserve, Louisiana
Zip Code: 70084
 
Record
SN04711684-W 20171014/171012230810-acae30e84575e23c4824f7e48d892c52 (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.