Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2025 SAM #8447
SOLICITATION NOTICE

Q -- Medical Physicist Services

Notice Date
1/10/2025 2:26:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25725Q0196
 
Response Due
1/15/2025 11:00:00 AM
 
Archive Date
02/14/2025
 
Point of Contact
Oneka Robertson, Contract Officer, Phone: (210)694-6318
 
E-Mail Address
Oneka.Robertson@va.gov
(Oneka.Robertson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Page 4 of 4 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 4 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Solicitation number 36C25725Q0196 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04. This solicitation is issued as Service-Disabled Veteran-Owned Small Business (SDVOSB), with the associated NAICS code of 541690, which has a small business size standard of $40 Million. The Contractor shall provide the services for Medical Physicistat the North Texas Veterans Health Care System (NTVHCS). See attached schedule for the contract line-item number(s), quantities, and Statement of Work. The anticipated start of the period of performance date for the services is approximately January 20, 2025. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: (a) This solicitation is issued as Service-Disabled Veteran-Owned Small Business (SDVOSB). The vendor must be registered under NAICS 541690 to be eligible for award. Late quotes or documentation may be accepted if advantageous to the Government. (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) Solicitation number. 2) The time specified in the solicitation for receipt of offers. 3) The name, address, and telephone number of the offeror. 4) Acknowledgment of Solicitation Amendments. 5) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include service literature, or other documents, if necessary; 6) Terms of any express warranty; 7) Price and any discounts; 8) Remit to address, if different than mailing address; 9) 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); 10) 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) 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. (e) Late submissions, modifications, revisions, and withdrawals of offers. 11) Attachment C Cover Letter (attached) filled out by the offeror. Attachment D Vendor s Questionnaire for Technical Evaluation (attached) filled out by the offeror. Quoter shall provide at least two (2) references for similar contracts in the public or private sector. All vendors interested in responding to this solicitation must, at minimum, provide the following documentation: 1. Completion of B.2 Price/Cost Schedule. 2. Completion of E.5 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (not required if completed on-line in SAM.) 3. FAR Provision 52.204-24 is a contractor fill-in requirement and must be completed in SAM on-line before providing an offer. 4. Proof of Experience working with/as Medical Physicist which must include authorized certifications and understanding of performance sent to North Texas Veterans Health Care System (NTVHC) The following submissions are required to be able to evaluate each offer/quote IAW 52.212-2 Evaluation - Commercial Products and Commercial Services: 1) Technical Capabilities: a) Contractor shall submit evidence of the reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory delivery of Mirion 55tW Dose Calibration System: IAW SOW. 3) Delivery Commitment: a) Contractor/licensee shall submit proof of having an available and adequate supply of products to meet the requirements of the Computer Peripherals for VA North Texas and proof of contingency supply chain to prevent disruptions. b) Contractor shall submit evidence and understanding of delivery location. 4) Pricing: a) Contractor shall submit pricing for 1 each and any other pricing factors depending on the quantity in the Price Schedule, which incorporates all the requirements within the Statement of Work. Offeror must complete and return the Price Schedule (B.2 Price). b) The offeror shall add a statement stating, The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers . *Failure to submit a complete offer may result in an unacceptable determination. (End of Addendum to 52.212-1) Please be advised: (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 (Please also see Attch. 2 Vendor s Questionnaire for Technical Evaluation for further details): 1) Technical Acceptability IAW SOW 2) Certifications 3) Ability to start on Expected Period of Performance 4) Price Factor 1: Technical Acceptibility Quotes will only be considered from those who are regularly involved in the business called for as listed in Statement of Work (SOW). 1) : The Contractor shall provide all personnel, transportation, imaging phantoms, equipment and software to supply Nuclear Medicine Specialty Medical Physicist services in support of the Veterans Affairs North Texas Health Care System (VANTHCS) Nuclear Medicine Service. Factor 2: Certifications (Please also see Attch. 2 Vendor s Questionnaire for Technical Evaluation) Prior to commencing work all Contractor employees shall meet certain criteria to perform work under this contract as a Medical Physicist. Factor 3) Period of Performance The period of performance will be from January 20th, 2025 through January 19th, 2026 with the possibility of additional option years to extend the contract. This position will include a low-level Background Investigation. Factor 5: Price 1) Pricing: Contractor shall submit unit prices rounded to the nearest hundredth. Prices should be documented on the Price/Cost Schedule with the correct unit price and total amounts. 2) 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. Prices will be evaluated for completeness and reasonableness. Unrealistically high or low proposed costs or prices, initially or subsequently, may be grounds for eliminating an offeror from competition either on the basis that the offeror does not understand the requirement or has submitted an unrealistic offer. Additionally, unbalanced pricing poses an unacceptable risk to the Government and may be reason to reject an offer. The burden of proof for credibility of proposed costs/prices rests with the offeror. The Government reserves the right to amend the solicitation and remove any set-aside should pricing of all quotes be found unreasonable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. Offeror must complete FAR 52.204-24 must be completed in SAM on-line. Offeror must complete FAR 52.212-3 Offeror Representations and Certifications Offers are due by January 15, 2025 by 13:00 CST. Offers must submitted by email (see size limit note below) to Oneka Robertson at Oneka.Robertson@va.gov . Due to email constraints by the VA, it is requested that emails being sent to the POC be no larger than 7MB. Multiple emails can be sent to the POC for an offer. If an offer is sent in multiple parts, it is recommended that a confirmation request be included in the final email, for the POC to acknowledge that all (parts) of the offer have been received. See attached documents: See attached document: 36C25725Q0196 See attached document: COVER LETTER See attached document: VENDOR S QUESTIONNAIRE See attached document: Wage Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/af096b75ff9f4384803d995443166a44/view)
 
Place of Performance
Address: North Texas Veterans Health Care System (NTVHCS) 4500 S. Lancaster Rd., Dallas, TX 75216, USA
Zip Code: 75216
Country: USA
 
Record
SN07309632-F 20250112/250110230104 (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.