Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOLICITATION NOTICE

B -- Security Assessment survey

Notice Date
2/8/2024 11:29:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26024Q0296
 
Response Due
2/26/2024 5:30:00 PM
 
Archive Date
03/12/2024
 
Point of Contact
Nick Price, Phone: No phone calls will be taken
 
E-Mail Address
Nicholas.Price@va.gov
(Nicholas.Price@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,� 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 an RFQ.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular This solicitation is set-aside for VET CERT CERTIFIED SDVOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $19,000,000.00. The FSC/PSC is B549 The Roseburg VA health care system is seeking to purchase Security Assessment survey All interested companies shall provide quotations for the following: Services Line Item Description Quantity Unit of Measure 1 Security Assessment survey 1 JB See attachment A for the SOW� RFQ 36C26024Q0296 See attachment B for the 1449 RFQ 36C26024Q0296 solicitation document. See all other attachments for facility drawings for RFQ 36C26024Q0296 The contract period of performance is to have the assessment done by Summer 2024 Place of Performance/Place of Delivery Address: Department of Veterans Affairs Roseburg VA HealthCare system 913 Northwest Garden Valley Boulevard Roseburg, OR Postal Code: 97471 Country: UNITED STATES 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 Products and Commercial Services� FAR 52.212-3, �Offerors Representations and Certifications�Commercial Products and Commercial Services� 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 Products and Commercial Services.� 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 Products and Commercial Services� FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services� The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: Quotes on Company letterhead Being a verified SDVOSB on SBA�s Vetcert certified on Veteran Small Business Certification (sba.gov) at time of offer and award All quotes shall be sent to Nick Price at Nicholas.Price@va.gov please make the subject RFQ 36C26024Q0296 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.�� The following are the decision factors: Price Technical acceptability Part performance within the last 5 years The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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. All questions and quotes must be submitted to Nick Price at Nicholas.Price@va.gov Subject 36C26024Q0296. RFQ 36C26024Q0296 closes on 1/16/2024 at 17:30 Pacific Time The last day for questions is 01/03/2024 at 17:30 PST. All questions must be submitted in writing via email only. All quotes must be submitted via email only no hand delivered quotes will be accepted Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Nick Price Nicholas.Price@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bbd7d5937b994b0dbfaf87f523bb27a1/view)
 
Place of Performance
Address: Roseburg, OR 97471, USA
Zip Code: 97471
Country: USA
 
Record
SN06959358-F 20240210/240208230047 (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.