Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2013 FBO #4338
DOCUMENT

J -- Radio System Maintenance - Attachment

Notice Date
10/8/2013
 
Notice Type
Attachment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Solicitation Number
VA25613R2220
 
Response Due
10/25/2013
 
Archive Date
12/24/2013
 
Point of Contact
Bailey Long
 
Small Business Set-Aside
N/A
 
Description
The Network Contracting Office 16 intends to solicit and award a single firm-fixed price contract for Providing Services In accordance with (lAW) the attached Statement of Work. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The announcement number is VA256-R-2220. The North American Industry Classification System (NAICS) code for this acquisition is 811213 with a small business size standard of $7 Million. Please identify your business size in your response based upon this standard. This solicitation is a TOTAL SMALL BUSINESS SET ASIDE acquisition. The Government reserves the right to cancel this solicitation, whether 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. For this solicitation, technical merit and past performance is more important than price in the total proposal evaluation. Award will not be automatically determined by numerical calculation or formula relationship between price and technical merit. As technical merit of the offeror's proposals becomes offeror whose proposal conforms to the solicitation requirements with the lowest total price that is technically acceptable. For the offer to be technically acceptable, the offeror must receive an acceptable rating in each non-cost/price evaluation factor. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical stand point. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. (Note: Proposals lacking ALL Technical requirements per this solicitation will be deemed technically unacceptable and price will not be evaluated). See ADDENDUM to FAR 52.212-1, Instructions to Offerors - Commercial Items and ADDENDUM to FAR 52.212-2, Evaluation - Commercial Items, which are listed together in an attachment to this document. Requirement: Base period plus four (4) option periods (if the option years are exercised). Anticipated contract main CLINS -with their corresponding Periods of Performance (POP) -shall be numbered as followed : Base period : CLIN 0001 POP 1 Nov 2013 TO 31 Oct 2014 Option period one: CLIN 1001 POP 1 Nov 2014 TO 31 Oct 2015 Option period two: CLIN 2001 POP 1 Nov 2015 TO 31 Oct 2016 Option period three: CLIN 3001 POP 1 Nov 2016 TO 31 Oct 2017 Option period four : CLIN 4001 POP 1 Nov 2017 TO 31 Oct 2018 Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items are significantly over or understated as indicated by the application of price analysis techniques. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub line items. Offerors that are determined to be unbalanced may be rejected if the CO determines that the lack of balance poses an unacceptable risk to the Government. The vendor agrees to hold the prices in its proposal firm for 90 calendar days from the date specified for receipt of proposal. Proposals or modification of proposals, received at the address specified for the receipt of offers after the exact time specified WILL NOT be considered. Vendors must be registered in System for Award Management (www.sam.gov) with the applicable NAICS code (811213) listed in the offeror's representations and certifications before award can be made. Questions and Answers: Questions shall be submitted via email to the following Government persons referenced below. No questions will be accepted after 11 October, 2013 at 12:00 Noon Central Daylight Time in order to allow time for adequate responses to any prior questions. Bailey Long at bailey.long@va.gov. It is strongly suggested and expected that the offeror inspect the site where services are to be performed to fully understand the nature of the work and the conditions under which the work is to be performed. In addition, the contractor should conduct a site visit to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no case shall failure to inspect the site constitute grounds for a claim after contract award. For an appointment please call Bobby Causey at 501-257-5435 or 501-690-7648. The site visit will be held at a date and time mutually agreed upon between the contractor and COR. Late or incomplete proposals may not be accepted for award. Please do not wait until the last minute to submit your proposal as e-mail problems or rejections may not be considered for award consideration. For this solicitation, technical merit and past performance is more important than price in the total proposal evaluation. Award will not be automatically determined by numerical calculation of formula relationship between price and technical merit. As technical merit of the offeror's proposal becomes mere equal, price may become the determining factor. The Source Selection Authority shall determine what trade-off between technical merit and price promises the greatest value to the Government. By submission of its offer in accordance with the instructions provided in Addenda to FAR 52.212-1, Instructions to Offerors, the Offeror accedes to the terms of this contract and all such offers shall be treated equally except for their prices, technical and performance records. (Note: Proposals lacking ALL Technical requirements per this solicitation will be deemed technically unacceptable and price will not be evaluated). Of the offers considered that pass the technical requirements as identified in ADDENDUMS FAR 52.212 -1 and FAR 52.212-2, the offer with the lowest overall Total Price (Total Price for the base year and the four options priced together) will be considered the winner. Note: It is the contractor's responsibility to access the Federal Business Opportunities website and monitor this solicitation for changes, amendments/modifications, announcements, etc. Offers shall be submitted via email. All offers must be received no later than 12:00 Noon, Central Time 25 October 2013. The proposal format is at the discretion of the offeror, but the pricing information must be in a separate document from the technical portion for evaluation purposes. Vendors shall submit offer packages by email to Bailey Long, Contract Specialist, at bailey.long@va.gov. Please acknowledge all Government technical and contractual requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25613R2220/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-13-R-2220 VA256-13-R-2220_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1042645&FileName=VA256-13-R-2220-008.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1042645&FileName=VA256-13-R-2220-008.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 2200 Ft. Roots Drive;North Little Rock, AR 72114;and;4300 W. 7th Street;Little Rock, AR 72205
Zip Code: 72114
 
Record
SN03213022-W 20131010/131008233941-381a7d3178b577d0bf67a9360c8cbdf4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.