Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2024 SAM #8297
SOLICITATION NOTICE

R -- Section 508 Remediation Services (VA-24-00063187)

Notice Date
8/13/2024 10:33:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624R0132
 
Response Due
8/16/2024 1:00:00 PM
 
Archive Date
10/15/2024
 
Point of Contact
Allison Ianniello, Contracting Officer, Phone: Contract Specialist, Fax: Wayne Klotzbach
 
E-Mail Address
allison.ianniello@va.gov
(allison.ianniello@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Amendment 0002: Description of change: FAR 52.212-2 addendum to the provision is changed as follows: Volume IV Factor III Price paragraph f.i. is revised to remove the mention of an attachment and replaced with the following verbiage: Complete Section B.3 the Price/Cost Schedule to include all ordering periods. Any miscalculation of pricing could result in the proposal being rated as non-responsive and eliminated from the competition. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: INSTRUCTIONS TO OFFERORS The Government intends to award an Indefinite Delivery Indefinite-Quantity (IDIQ) contract resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government. The Government will make an award to the contractor whose written response is technically acceptable and the lowest price. The Government intends on issuing a task order against this IDIQ immediately after award is made. SUBMISSION OF Proposals: All proposals must be submitted electronically, via email, to the attention of the Contracting Officer, Allison Ianniello allison.ianniello@va.gov and the Contracting Specialist, Wayne Klotzbach, wayne.klotzbach@va.gov. Proposals must be received no later than 4:00PM Eastern Daylight Time (EDT) on August 16, 2024. QUESTIONS: All questions regarding the solicitation of a contractual nature or technical nature, must be submitted via email, to the attention of the Contracting Officer, Allison Ianniello allison.ianniello@va.gov and the Contracting Specialist, Wayne Klotzbach, wayne.klotzbach@va.gov ,no later than 4:00p.m. EDT August 5, 2024. The subject line of the email shall start with the RFP Reference Number 36C77624R0132 and 508 Remediation Services. Questions with the Government s responses are anticipated to be posted no later than 4:00 p.m. EDT August 12, 2024. Be advised that the government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. A. General Preparation Instructions: 1. To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. OFFEROR s Proposal shall be submitted in accordance with the following instructions: Format: The proposal shall be in Arial or Times New Roman fonts. Characters shall be set at no less than normal spacing at 100% scale. Font size shall be no smaller than 11-point. The response must be submitted with each Volume being as a single application-generated (not scanned) PDF document. The totality of the proposal shall be less than or equal to 7MB in size. Document will be separated into four Volumes: Volume I Cover Page and Completed RFP; Volume II- Technical; Volume III-Past Performance; Volume IV-Price. Content Requirements: Cover Page shall include: Notice Number (36C77624R0132); Company Name, mailing address, and website address; Date submitted and proposal expiration date; Company Point of Contact (Name, Phone Number, email address); Company Unique Entity ID (UEI) Number; Company s Federal Supply Schedule (FSS) Contract (If applicable). Provide the GSA Contract Number and relevant Special Item Number(s) (SINs) applicable to this requirement. Volume I- Completed RFP (SF1449) and Amendments Volume II- Technical Capability Volume III- Past Performance F. Volume IV- Price 2. There is a relationship between the Solicitation s Instructions to Offerors and Evaluation Criteria. Your attention is directed to the functional relationship between Instructions to Offerors and Evaluation Criteria of this solicitation. The Instructions to Offerors provides information for the purpose of organizing the proposal and is not intended to be all-inclusive. The Evaluation Criteria describes the evaluation factors for award, to include the evaluation procedures for the Technical Capability acceptability and the ranking of the Price Proposals. Proposals that do not contain the information required, risk rejection. 3. The proposal shall be clear concise and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal shall not simply rephrase or restate the Government's requirements but rather shall provide convincing rationale and details that address how the Offeror intends to meet these requirements. Offerors shall assume that (1) the Government has no prior knowledge of their facilities and experience and (2) the Government will base the evaluation on the information presented in the Offeror s proposal. 4. Adherence to page limitations established in each area of consideration is imperative, as pages which exceed the limit will not be reviewed by the evaluators. B. Specific Instructions: Volume I - Completed RFP Completed RFP shall consist of the completed and signed RFP (SF 1449), to include any amendments issued, with a letter delineating any exceptions taken to the RFP terms and conditions with accompanying rationale. However, offerors are cautioned that any noncompliance with the terms and conditions of the RFP may cause their proposal to be determined not eligible for award. Offerors shall ensure that all clauses and provisions that require ""fill in"" information are appropriately completed. (For example, FAR Clause 52.212-3 and Certification on the limitations on subcontracting found in VAAR 852.219-75). Volume II Technical Capability: Using the instructions below, provide the requested document or examples. Failure to address the below Sub-Factors will result in your proposal being immediately eliminated from competition. Offers shall be evaluated independently of the cost/price proposal evaluation to determine the offerors compliance with the technical requirements of this solicitation. The Government may make a final determination as to the rating of an offer based on the proposal as submitted without requesting any further information. Factor I: Technical Capability. Criteria - Offers shall include/address the following: Provide documentation demonstrating the contractor possesses at least one Department of Homeland Security (DHS) certified Trusted Tester for testing and certification processes. The contractor shall provide at least two but no more than four examples of documents in multiple document formats (format examples: Word, PowerPoint, PDF and 20 pages total, maximum) that their company has remediated that demonstrate their understanding of the PWS at varying complexity levels (1-4 see section 7.3 of PWS). Successful and standard remediation of two or more complexity levels must be included in example documents. Volume III Factor II: Past Performance. The Offeror shall demonstrate successful past performance by providing recent and relevant past performance information on a maximum of 3 (three) contracts, for work completed within the 3 (three) years prior to the solicitation close date. Relevant past performance is defined as contracts completed similar in scope as the PWS and at a minimum valued at $25K per year. Include the following information for each Contract and Sub-Contract submitted: A. Name of the Contracting Agency B. Contract Number C. Contract Title D. Brief Description of Contract/Sub-Contract and Relevance of this Requirement E. Total Contract Value F. Contract Type G. Period of Performance H. Contacting Officer and Telephone Number I. Program Manager or Project Officer, and Telephone Number Offerors are required to explain what aspects of each contract are deemed relevant to scale and cost as related to the requirements of this solicitation. Failure to provide required relevancy description may impact the rating. If in a teaming agreement or joint venture with no combined past performance, contracts from either/both team members can be submitted not to exceed three (3) total contracts with at least one (1) contract from each team member. Volume IV Factor III Price Offeror must submit Price Schedule in Section B3 of the solicitation, completed in its entirety e.g. Unit Price and item Net Cost. NOTE: Failure to include the completed Price Schedule for each 1-year period (5 each), will be deemed non-responsive. Price Reasonableness, Completeness, Balance, and Affordability. This part is to assist the Offeror in submitting sufficient pricing information that demonstrates reasonableness, completeness, balance, and affordability of the proposed price. Failure to comply with these requirements may result in Offeror's proposal rated as unacceptable. Unreasonable proposed prices, initially or subsequently, may be grounds for eliminating a proposal from competition. Additionally, unbalanced pricing poses an unacceptable risk to the Government and may be a reason to reject an Offeror's proposal. The burden of proof for credibility of proposed prices rests with the Offeror at the time of proposal or during subsequent discussions (if any are held). Price Information. The price proposal shall not include information beyond that required by this instruction unless the Offeror considers it essential to document or support Offeror's price position. All information relating to the proposed price, including all required supporting documentation must be included in this part. Under no circumstances shall this information and documentation be included in the Technical Proposal. Adequate Price Competition. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness and of the price. Rounding. All dollar amounts (unit and extended prices and other price factors) provided shall be rounded to the nearest penny (two decimal places only). Failure to round unit prices to no more than two decimals may result in rejection of proposal. Price Information. Submit the Pricing for all items as provided in the RFP. In doing so, the offeror accedes to the contract terms, and conditions as written in the RFP, with any attachments. The RFP constitutes the model of this contract. Complete Section B.3 the Price/Cost Schedule to include all ordering periods. Any miscalculation of pricing could result in the proposal being rated as non-responsive and eliminated from the competition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/96b3077d9700441a8255fa2be1af02d1/view)
 
Record
SN07167957-F 20240815/240813230119 (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.