Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2020 SAM #6855
SOLICITATION NOTICE

R -- OCAMS Program Support - Capital Project Activation Costs

Notice Date
9/3/2020 10:12:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
PCAC ACTIVATIONS (36A776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36A77620Q0300
 
Response Due
9/17/2020 10:00:00 AM
 
Archive Date
10/17/2020
 
Point of Contact
Shanae Thomas, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
shanae.thomas@va.gov
(shanae.thomas@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 02 Date: 10/15/19 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-06 Effective May 6, 2020. This solicitation is set-aside for Servicer Disabled Veteran Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 with a small business size standard of $16.5 Million. The FSC/PSC is R408. The Department of Veterans Affairs (VA) Office of Asset Enterprise Management (OAEM) Office of Capital Asset Management (OCAM) is seeking to purchase Programmatic Management Support for Capital Asset Management Project Activation Costs. All interested companies shall provide quotations for the following: Services Please see ATTACHMENT A PERFORMANCE WORK STATEMENT OCAMS SUPPORT Please see ATTACHMENT B PRICE SCHEDULE The contract period of performance is for one base year and one option year. Place of Performance/Place of Delivery Address: Contractor s Site The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items MAR 2020 SEE ATTACHMENT C - ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS FAR 52.212-3, Offerors Representations and Certifications Commercial Items MAR 2020 Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) VAAR 852.203-70 Commercial Advertising (JAN 2008) 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) 852.232 72, Electronic Submission of Payment Requests (NOV 2018) 852.233 70, Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233 71, Alternate Protest Procedure (OCT 2018) 852.270 1, Representatives of Contracting Officers (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders MAR 2020 The following subparagraphs of FAR 52.212-5 are applicable: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15 U.S.C. 657f) 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2020) (15 U.S.C 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) All quoters shall submit the following: SEE ATTACHMENT C - ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The following are the decision factors: Technical, Past Performance, and Price The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. SEE ATTACHMENT D - ADDENDUM to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received no later than September 17, 2020 at 1:00P ET to the Points of Contact below. Questions are due no later than September 9, 2020 at 1:00P ET to the Points of Contact below. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Shanae Thomas, Shanae.Thomas@va.gov, Contract Specialist Kathleen Klotzbach, Kathleen.Klotzbach@va.gov, Contracting Officer
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bd7d7ce5832c41fd965b6f6cc83436eb/view)
 
Place of Performance
Address: Contractor's Site
 
Record
SN05786125-F 20200905/200903230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.