SOLICITATION NOTICE
A -- AHBPCE - CT Analysis (VA-24-00057064)
- Notice Date
- 5/30/2024 1:24:51 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24224Q0698
- Response Due
- 6/12/2024 12:00:00 PM
- Archive Date
- 09/19/2024
- Point of Contact
- Lorraine Hussain, Contracting Officer
- E-Mail Address
-
Lorraine.Hussain@va.gov
(Lorraine.Hussain@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 36C24224Q0698 Page 1 of Page 23 of 52 Page 1 of 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 FAC 2024-02 (eff. 12/22/2023) This solicitation is a total set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 Other Scientific and Consulting Services with a small business size standard of $16.5 million. The FSC/PSC is AJ11 General Science and Technology R&D Services; General Science and technology; Basic Research. The VA New Jersey Health Care System at 385 Tremont Street, Mail stop 129 11th Floor, East Orange, NJ 07018 is seeking quotes for the AHBPCE-CT Data Analysis as outlined in the SOW below. All interested companies shall provide quotations for the following: Line-Item Number, Description details, Quantity, Unit of Measure, Unit of Price, Total Price, and Grand total Price. Please ensure that your quote covers the cost for everything requested in the SOW. We must see the breakdown of every line item. Services Department of Veterans Affairs VA Airborne Hazards and Burn Pits Center of Excellence (AHBPCE) Statement of Work 1. Title: Quantitative Chest Computed Tomography (qCT) Analysis Services 2. Purpose: The AHBPCE objective is to procure services from Contractor that has extensive knowledge and expertise in quantitative analysis of high-resolution chest computed tomography (HRCT) scans. The contractor should provide data management and quantitative analysis services of HRCTs. The AHBPCE has acquired paired inspiratory and expiratory HRCTs from Veterans referred for clinical evaluation and/or volunteers for research. We are interested in quantifying multiple endpoints from these scans using quantitative CT (qCT) analysis. 3. Background: The Airborne Hazards and Burn Pits Center of Excellence (AHBPCE), located at the New Jersey War Related Illness and Injury Study Center under the program office Health Outcomes Military Exposure (12POP5) Patient Care Services (10P4), was officially recognized by Congress and the President in Public Law 115-929 as a VA Center of Excellence in 2019 (H.R. 5895). Formal designation as the Veterans Affairs AHBPCE by the Deputy Under Secretary for Health for Policy and Services (10P) was provided on April 23, 2019. In meeting VHA Directive 1215 ( Standards for VHA Centers of Excellence ) the AHBPCE has four primary responsibility areas that are frequently overlapping. These primary areas include: Performing research related to Veterans concerns about exposure to Airborne Hazards and Open Burn Pits; Creating and disseminating high-quality education activities and materials for Veterans and Clinicians Delivering specialized clinical care and consultation for Veterans Monitoring enterprise clinical response through analysis of the VA s Airborne Hazards and Open Burn Pit Registry data and related activities. This contract addresses specifically our first primary responsibility area ( Performing research ) as well as directly informs our third primary responsibility area ( Delivering specialized clinical care ). It is known that airborne hazards exposure during deployment contributes to development of a variety of respiratory conditions such as asthma, COPD, emphysema, pulmonary fibrosis, and sarcoidosis - which are only a few of the respiratory indications that are now presumptive. Researchers are actively studying airborne hazards like burn pits and other military environmental exposures to better understand potential long-term health effects. To support ongoing research activities, the AHBPCE seeks to use commercial imaging technology for the analysis of HRCT scans by means of qCT analysis. 4. Selection Criteria: The Contractor shall be able to perform a range of activities to support analysis of HRCTs including: Database set-up and maintenance Data transfer Quality assurance Quantitative CT imaging Reporting 5. Deliverables or Deliver Schedule: Estimated completion will occur in an agreed-upon schedule outlined in a data transfer agreement. All activities are expected to be completed no later than 6 months from start of award (if not sooner). Database Set-up and File Transfer Create a project specific database/portal that will receive all incoming data in accordance with the specific needs for this retrospective analysis study. Database must be accessible via VA network. Contractor will provide the retrospective analysis data in compliance with the agreed-upon schedule (no later than 6 months after receipt of scans). The delivery timelines for the data are contingent upon factors such as the quantity of scans, the specific parameters to be quantified, and the inherent image quality of the CT scan. (Note: quality of the CT scan directly impacts the quantification processes). Contractor s technical operation department will have a more detailed discussion with the Sponsor at the project kick-off meeting. Scan Quality Assurance The Contractor will conduct a comprehensive quality control check on all CT scans submitted by AHBPCE to ensure scans meet minimum requirements essential for qCT analysis. Scans failing to meet Contractor s minimum standards will be identified and promptly flagged. Contractor will notify AHBPCE for each CT scan that has failed our quality control checks. (Note: Scans that have failed our QC check will not proceed to further processing stages.) Quantitative CT Analysis: Contractor s imaging processing team will quantify the lung structures derived from HRCT scans according to our standard operating procedures. The quantification is usually performed on paired inspiratory/expiratory HRCT scans. Endpoints or outcomes of analysis should include the following for each scan that passes quality checks: Blood vessel volume distribution (BV5, BV10, TBV) Lung tissue density based on Hounsfield units Lung feature/texture analysis Lung and lobar volume assessment Airway wall volume and thickness Ventilation parameters, mapping Ventilation/perfusion (V/Q), RV/LV cardiac parameters Reporting The Contractor and AHBPCE will provide raw data in csv format as well as pdf report summaries that are accessible via project specific database/portal. The Contractor will provide up to 15 images suitable for publication/presentation, the specific details of which will be determined by the AHBCE at a later time point. 6. Place of Performance: The Contractor will perform analysis activities at their own location. 7. Information Security: The Contractor will not require access to VA Information and VA Information Systems. Therefore, all Contractors and Contractor personnel shall not be subject to the same Federal laws, regulations, standards and VA policies as VA, and VA personnel, regarding information and information system security. 8. Security: The Contractor will not require access to VA Information and VA Information Systems. Neither background investigations nor security trainings of personnel are required. 9. ORGANIZATIONAL CONFLICT OF INTEREST AND NON-DISCLOSURE REQUIREMENTS If the Contractor is currently providing support or anticipates providing support to the VHA that creates or represents an actual or potential organizational conflict of interest (OCI), the Contractor shall immediately disclose this actual or potential OCI in accordance with FAR Part 9.5. The contractor is also required to complete and sign an Organizational Conflict of Interest Statement in which the Contractor (and any sub-contractors, consultants or teaming partners) agree to disclose information concerning the actual or potential conflict with any proposal for any solicitation relating to any work in the TO. All actual or potential OCI situations shall be handled in accordance with FAR Subpart 9.5. 10. NON-DISCLOSURE REQUIREMENTS All Contractor personnel (to include sub-contractors, teaming partners, and consultants) who shall be personally and substantially involved in the performance of the TO issued which requires the contractor to act on behalf of, or provide advice with respect to any phase of an agency procurement, as defined in FAR 3.104-4, shall execute and submit an Employee/Contractor Non-Disclosure Agreement Form. This is required prior to the commencement of any work on such TO and whenever replacement personnel are proposed under an ongoing TO. Any information obtained or provided in the performance of this TO is only to be used in the performance of the TO. B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 ea __________________ __________________ Database Set up Contract Period: Base POP Begin: 07-01-2024 POP End: 01-01-2025 PRINCIPAL NAICS CODE: 541690 - Other Scientific and Technical Consulting Services PRODUCT/SERVICE CODE: AJ11 - General Science and Technology R&D Services; General science and technology; Basic Research MANUFACTURER PART NUMBER (MPN): Database Set up NATIONAL STOCK NUMBER: 6720-01-547-4588 LOCAL STOCK NUMBER: Database Set up 0002 1.00 ea __________________ __________________ Data Transfer Contract Period: Base POP Begin: 07-01-2024 POP End: 01-01-2025 PRINCIPAL NAICS CODE: 541690 - Other Scientific and Technical Consulting Services PRODUCT/SERVICE CODE: AJ11 - General Science and Technology R&D Services; General science and technology; Basic Research MANUFACTURER PART NUMBER (MPN): Data Transfer NATIONAL STOCK NUMBER: 6720-01-547-4588 LOCAL STOCK NUMBER: Data Transfer 0003 300.00 ea __________________ __________________ Quality Assurance Contract Period: Base POP Begin: 07-01-2024 POP End: 01-01-2025 PRINCIPAL NAICS CODE: 541690 - Other Scientific and Technical Consulting Services PRODUCT/SERVICE CODE: AJ11 - General Science and Technology R&D Services; General science and technology; Basic Research MANUFACTURER PART NUMBER (MPN): Quality Assurance NATIONAL STOCK NUMBER: 6720-01-547-4588 LOCAL STOCK NUMBER: Quality Assurance 0004 150.00 ea __________________ __________________ Quantitative CT Imaging/Analysis Contract Period: Base POP Begin: 07-01-2024 POP End: 01-01-2025 PRINCIPAL NAICS CODE: 541690 - Other Scientific and Technical Consulting Services PRODUCT/SERVICE CODE: AJ11 - General Science and Technology R&D Services; General science and technology; Basic Research MANUFACTURER PART NUMBER (MPN): Quantitative CT Imaging/Analysis NATIONAL STOCK NUMBER: 6720-01-547-4588 LOCAL STOCK NUMBER: Quantitative CT Imaging/Analysis 0005 15.00 ea __________________ __________________ Data Reporting Contract Period: POP Begin: 07-01-2024 POP End: 01-01-2025 PRINCIPAL NAICS CODE: 541690 - Other Scientific and Technical Consulting Services PRODUCT/SERVICE CODE: AJ11 - General Science and Technology R&D Services; General science and technology; Basic Research MANUFACTURER PART NUMBER (MPN): Data Reporting NATIONAL STOCK NUMBER: 6720-01-547-4588 LOCAL STOCK NUMBER: Data Reporting GRAND TOTAL __________________ 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 (SEP 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.204-24 Representation Regarding certain telecommunications and video surveillance services or equipment (Nov2021) 52.204-29 Federal Acquisition supply chain security act orders-Representations and Disclosures (Dec2023). 52.233-2 Service of Protest (Sep 2006) VAAR 852.233-71 Alternate Porte3st Procedure (Oct 2018) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.212-2 Evaluation-Commercial Products and Commercial services (Nov 2021) 52.212-3 Offeror representations and certifications commercial products and commercial services (NOV2023) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaar/ (End of Provision) FAR Number Title Date 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING AUG 2020 852.239-75 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE FEB 2023 (End of Addendum to 52.212-1) 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Questions: Request for Information (RFI)/questions shall be submitted in writing via email to Lorraine.Hussain@va.gov. Telephonic questions will not be accepted. Request for Information/Questions will not be accepted after June 5th, 10:00 AM EST. Questions will be answered in an amendment to the solicitation. Submission Instructions: Technical packages (proposals) must be received not later than June 12, 2024, 3:00 PM EST. The government will only accept electronic submissions via email. Send all quotations to Lorraine.Hussain@va.gov. The email subject line must identify Solicitation 36C24224Q0698. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Offers that do not adhere to these instructions may be determined to be incomplete and, therefore, risk being rejected without further consideration for award. Offer submissions shall include: a. Completed acknowledgement of amendments sections (if applicable). b. A technical submission to describe the offeror s capability and experience in delivering the services in the Statement of Work (SOW) via 52.212-2 Evaluation of Commercial Items section. c. Past performance information via 52.212-2 Evaluation section. d. Completed Section Price/Cost Schedule. e. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. (End of Provision) 2. FAR 52.212-2, Evaluation Commercial Products and Commercial Services (NOV 2021) ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous and best value to the Government, given price and other factors considered. Comparative analysis may be used. The following factors shall be used to evaluate quotations: Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. The technical capability will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the SOW, solicitation, and based on the information requested in the instructions to quoters section of the solicitation. The Contractor must demonstrate in their technical capability the understanding of this requirement needs by providing a capability statement with relevance of the scope of work regarding the AHBPCE CT-analysis as stated in the SOW. Specific Scope of Work: The quoter will be evaluated on how well their technical capability statement demonstrates how the vendor will meet the needs of this requirement for CT-Scan Data Analysis. Please See the SOW. Technical Experience: The quoter will be evaluated on how well their technical experience reflects that the offeror is a firm who regularly is engaged in the performance of work as stated in scope of work and complexity. The Offeror's experience will be evaluated on their proficiency in performance of the duties as requested. Authorization: Provide documentation the vendor performing the services have been trained, authorized and has the ability to perform the CT Data Analysis requirements outlined in the SOW.. Past Performance: The offeror will provide at a minimum three past performance of similar scope or complexity. Information to include a description of work done. The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (End of Addendum to FAR 52.212-2) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (NOV 2023) 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 (NOV 2023) Supplemental Insurance Requirements 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.212-5 Contract terms and conditions required to implement statutes or executive orders-commercial products and commercial services (DEC2023) 852.211-72 Technical Industry standards (Nov2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) (End of Addendum to FAR 52.212-4) 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation will be furnished to the Contractor. (End of Clause) 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): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaar/ (End of Clause) FAR Number Title Date 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS NOV 2023 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 52.224-1 PRIVACY ACT NOTIFICATION APR 1984 52.224-2 PRIVACY ACT APR 1984 52.227-14 RIGHTS IN DATA GENERAL MAY 2014 ALTERNATE I (JUN 1987) ALTERNATE II (JUN 1987) ALTERNATE III (JUN 1987) ALTERNATE IV (JUN 1987) ALTERNATE V (JUN 1987) FAR Number Title Date 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEVIATION) JAN 2023 852.215-71 EVALUATION FACTOR COMMITMENTS OCT 2019 (End of Addendum to 52.212-4) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (FEB 2024) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (End of Clause) 36C24224Q0698 Page 1 of Page 24 of 52 Page 1 of SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS SECTION E - SOLICITATION PROVISIONS 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ""late"" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reservesthe 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; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by- (i) Using the ASSIST feedback module (https://assist.dla.mil/feedback); or (ii) Contacting the Defense Standardization Program Office by telephone at 571-767-6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers that exceed the ...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/603fbfb8c19a43daa382f7b02e2589c9/view)
- Place of Performance
- Address: VA New Jersey Health Care System 385 Tremont Street Mail stop 129, 11th Floor, East Orange NJ
- Zip Code: NJ
- Zip Code: NJ
- Record
- SN07080755-F 20240601/240530230054 (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 |