Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 30, 2001 PSA #2903
SOLICITATIONS

H -- TESTING LAB SERVICES

Notice Date
July 26, 2001
Contracting Office
Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417
ZIP Code
55417
Solicitation Number
RFQ 618-160-01
Response Due
August 10, 2001
Point of Contact
Mavis B. Nelson 612-725-2189
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. Request for Quotation #RFQ 618-160-01 entitled "Testing Lab Services-CEM" is hereby issued for commercial items and is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This procurement is being conducted under Federal Acquisition Regulation (FAR) Subpart 13.5 test program; simplified acquisition procedures apply and the VA will conduct the procurement according to a combination of Parts 12, 13 and 15. This announcement incorporates provisions and clauses in effect through FAR FAC 97-27 and VAAR 97-8. NAICS Code 54130 applies for this procurement and the small business size standard is $5 million. This CBD announcement/solicitation constitutes the only bid document that will be issued. A separate written solicitation document will not be issued. However, Section 01410 "Testing Laboratory Services" and Drawing #L-01 is available upon request in writing/fax 612-725-2072 as additional information. Contractor's proposals (cost and technical) are herein requested. A response to requirements listed below shall be submitted on contractor's letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Contractor's price and technical proposal must contain the name; title and signature of person authorized to submit proposals/bids on behalf of the contractor. Requirements: Provide testing lab services at Fort Snelling National Cemetery for VA Medical Center on Frontier Construction Company's project entitled "Develop Additional Gravesites at Fort Snelling National Cemetery". Work to be performed IAW Specification Section 01410. Drawing L-01 shows the location of the project area (Base Bid and Alternate 1 Areas). Unit costs should be provided for the estimated quantities of the tests required including (a) 100 each, soil compaction; (b)20 each, asphalt compaction; (c) 6 each, concrete cylinders; (d) 1 each, plant check of aggregate for concrete mix; and (e) 2 each, plant check of aggregate for asphalt mix. Offeror's proposal should reflect both unit costs and total cost proposal. Period of performance is approximately August 10 through approximately December 23, 2001. Evaluation of proposals offered will include the following factors Technical Capability and past performance which when combined are approximately equal to price and price related factors. For technical proposal, include your location/distance from Ft. Snelling National Cemetery, Minneapolis, MN, and past performance history (include three corporate or Government references with phone numbers); capability to meet the Government's requirement; and price. Award will be made to the offeror determined to be the "best value" to the Government. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. 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): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE Offerors must include a completed copy of "Offeror Representations and Certification" along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-21 Requirements; FAR 52.232-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the services proposed, and a completed copy of provision 52-212-3. Submit all price and technical proposals to Mavis B. Nelson, Contracting Officer (90C), VA Medical Center, Room 4G-107, One Veterans Drive, Minneapolis, MN 55417, telephone 612-725-2189. Offeror's proposals are due by Noon on August 8, 2001. Faxed proposals will be accepted at 612-725-2072.
Record
Loren Data Corp. 20010730/HSOL001.HTM (W-207 SN50T0S9)

H - Quality Control, Testing and Inspection Services Index  |  Issue Index |
Created on July 26, 2001 by Loren Data Corp. -- info@ld.com