Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2024 SAM #8160
SOLICITATION NOTICE

R -- Laboratory Courier Service

Notice Date
3/29/2024 9:47:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
 
ZIP Code
22042
 
Solicitation Number
HT940624R0021
 
Response Due
4/11/2024 11:00:00 AM
 
Archive Date
04/26/2024
 
Point of Contact
Jan Harding, Phone: 7262030154, Karl Molina
 
E-Mail Address
jan.t.harding.civ@health.mil, karl.o.molina.civ@health.mil
(jan.t.harding.civ@health.mil, karl.o.molina.civ@health.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. The Request for Quotation (RFQ) number HT940624R0021 shall be used to reference any written quote provided under this RFQ. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03; Effective 23 Feb 2024. This requirement is 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code for this requirement is 492110 with a size standard of 1,500 employees. The purpose of this RFQ is for the procurement of non-Personal Medical Courier Services for the 633rd Medical Group, AFB, Hampton VA. IAW Statement of Work (SOW). The bid schedule and contract CLIN schedule are below: CLIN Description Unit of Issue QTY �Unit Price Total Price BASE PERIOD 1 June 2024 - 31 May 2025 0001 Two Daily Scheduled Pick-ups weeks 52 $0.00 0002 Unscheduled Pick-ups (STAT) jobs 100 $0.00 OPTION PERIOD 1 �1 June 2025 - 31 May 2026 1001 Two Daily Scheduled Pick-ups weeks 52 $0.00 1002 Unscheduled Pick-ups (STAT) jobs 100 $0.00 OPTION PERIOD 2 �1 June 2026- 31 May 2027 2001 Two Daily Scheduled Pick-ups weeks 52 $0.00 2002 Unscheduled Pick-ups (STAT) jobs 100 $0.00 OPTION PERIOD 3� 1 June 2027- 31 May 2028 3001 Two Daily Scheduled Pick-ups weeks 52 $0.00 3002 Unscheduled Pick-ups (STAT) jobs 100 $0.00 OPTION PERIOD 4� 1 June 2028- 31 May 2029 4001 Two Daily Scheduled Pick-ups weeks 52 $0.00 4002 Unscheduled Pick-ups (STAT) jobs 100 $0.00 The Request for Quotation (RFQ) number HT940624R0021 shall be used to reference any written quote provided under this RFQ. FAR. 52.219-6, Notice of Total Small Business Set-Aside The purpose of this RFQ is for the procurement of Non- Personal Medical Courier Services for the 633rd Medical Group, Langley AFB, Hampton VA. �IAW Performance Work Statement (PWS), dated 13 Mar 2024. *52.232-18, Availability of Funds Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Sep 2023) applies to this acquisition and the following addendum: Addendum 52.212-1 . SUBMISSION OF OFFERS. This section specifies the format and content that Offerors will use for submitting their offers in response to this Request for Quote (RFQ). Offerors shall ensure that the information provided within their offer is factual, accurate, and complete. The Government anticipates awarding a firm-fixed price contract from this solicitation. Award will be made using the lowest price technically acceptable (LPTA) source selection process. Award will be made to the responsible offeror based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non- cost factors. Award may be made without discussions with offerors (except communications conducted for technical standpoint. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest. The offeror shall submit electronic offers in response to this solicitation no later than 2:00 PM 11 April 2024 Eastern. Offers shall be submitted to jan.t.harding.civ@health.mil. The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the offer. Offeror Questions and Clarifications: Any questions, comments or clarifications concerning any aspect of the solicitation shall be submitted in writing via e-mail jan.t.harding.civ.civ@health.mil no later than 2:00 PM 3 April 2024. Questions or clarifications submitted should identify the topic (e.g., technical, past performance or price), and must reference the applicable section of the solicitation (e.g., Section, paragraph, and subparagraph) and RFQ number. Telephone calls will not be accepted nor responded to. Responses will be posted on SAM.gov. OFFERS. Instructions: The submission shall be logically assembled. Each section shall be clearly identified. Offer shall include the following written documentation: Section 1. Evaluation Factors Factor 1 - Technical. Offeror shall submit a technical description or product literature for the service it is proposing, which clearly identifies service provided. The technical description shall explain how the proposed service meets the minimum requirements for the service it is proposing as specified in the Performance Work Statement section of this solicitation. . Price � Factor 3. Offeror shall provide a quote for the proposed prices for each CLIN. The information provided will be used to assist in the price analysis described in Addendum to 52.212-2. The following shall be submitted: Technical data and proposed prices. The Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. Signed amendments (if any). Representations and Certifications found at FAR 52.212-3 Alt 1 and 52.209-7- MUST be completed if not completed in SAM.gov. Prices Valid Until:��������������������������������������������������������������������������������������������������������������������������� Payment Terms/Discount:���������������������������������������������������������������������������������������������������������������� � Company Name:������������������������������������������������������������������������������������������������������������������������������� �POC email and phone:��������������������������������������������������������������������������������������������������������������������� CAGE Code/UEI Number:�������������������������������������������������������������������������������������������������������������� Offeror Signature/Date: An Offeror is required to be registered in SAM when submitting an offer or quotation. Quotation Preparation Costs. This solicitation does not commit the Government to pay any costs incurred in the submission of an offer, in making any necessary studies for the preparation thereof, or for any visit(s) the Contracting Officer may request for the purpose of clarification of the offer. * Addendum 52.212-2 Contract Evaluation and Award: Basis of Award - This solicitation will �award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.. Award will result in a firm fixed contract. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate offers and award a contract without discussions. Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. Evaluation Factors. The following factors will be evaluated: Factor 1. Technical. Reflects the Government�s confidence in each offeror�s ability, as demonstrated in its offer, to provide the Courier Services as stated in this solicitation. The Government will evaluate whether the offeror has demonstrated that the offer for the Courier Services meets the requirements of the Statement of Work Statement. The following adjectival ratings will be used in evaluating each offeror's technical offer. TECHNICAL EVALUATION RATING DESCRIPTION Acceptable Offer clearly meets the minimum requirements of the solicitation. Unacceptable Offer does not clearly meet the minimum requirements of the solicitation. Note: Any offeror receiving a rating of �Unacceptable� for Technical Capability will no longer be considered for award. Note: The government may also consider any additional past performance information available, to include the Federal Awardee Performance and Integrity Information System (FAPIIS) and Contractor Performance Assessment Reporting System (CPARS) for any negative findings. Note: A Past Performance Rating of �Acceptable� must be obtained in order to be considered for award. Factor 2. Price: Price will be evaluated separately from the technical factors and will be evaluated for fairness and reasonability in terms of the Government�s requirement. Price must be determined to be fair and reasonable. Offerors' price quotation will be evaluated to determine the price is fair and reasonable in accordance with FAR 12.209. Pricing will be evaluated using various price analysis techniques and procedures similar to those listed in FAR 15.404- 1(b) including, but not limited to, comparison of proposed price received in response to the solicitation or comparison of the proposed prices to historical prices paid. (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. RFQ due date: 11 April 2024 RFQ due time: 2:00 PM. ET Email to: Contracting Specialist, Jan Harding� jan.t.harding.civ@health.mil � QUOTE MUST BE E-MAILED. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. Note: .zip files are not an acceptable format for the DOD Network and will not go through our email system. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to submit a quote. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. The Government will award a contract resulting from this RFQ to the responsible vendor whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. Note: The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. The full text of these clauses and (*) provisions may be assessed electronically at the website: https://www.acquisition.gov/browse/index/far. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachments: Performance Work Statement Pricing Sheet Provision and Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/602f0d21ecb64cffa5b381020a202fbe/view)
 
Place of Performance
Address: Langley AFB, VA 23665, USA
Zip Code: 23665
Country: USA
 
Record
SN07014075-F 20240331/240329230056 (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.