The RFP Database
New business relationships start here

Mentoring service for HVA Chief Financial Offer (CFO)


New York, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION

MENTORING SERVICE FOR VHA CHIEF FINANCIAL OFFICER (CFO) AT THE HUDSON VALLEY VA MEDICAL CENTER, MONTROSE CAMPUS

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number 36C24218Q0107 is issued as a request for quote (RFQ) and will be submitted on through fedbizopps.gov.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1.
(iv) This procurement is being issued as 100% Service Disable Veteran Owned Small Business (SDVOSB) Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 541611, All Other Support Services, with a small business size standard of $15 million.
(v) The Contractor shall provide pricing for Mentoring Service for VHA CFO. See table below.
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
PERIOD OF PERFORMANCE:
1/1/18 12/31/18
Mentoring Service for VHA CFO

12.00

MO




































GRAND TOTAL





(vi) Description of requirement (See attached Performance Work Statement to include Wage Determination)

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.

Place of Performance:
Department of Veterans Affairs
Hudson Valley VA Medical Center
Montrose campus
2094 Albany Post Rd
Montrose, NY 10548

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference:
Solicitation number for this requirement as 36C24218Q0107
Point of Contact, Company name, address, telephone and email address
Technical description of services to be performed in accordance with the Performance Work Statement
One redacted technical quote and one unredacted technical quote
Price
Past Performance History/References
Acknowledgement of any solicitation amendments
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.

Offeror that fails to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration.

The following provisions are included as addenda to FAR 52.212-1:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.209-5 Certification Regarding Responsibility Matters (OCT 2015)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(ix) The provision at FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applied to this acquisition.
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:
Technical: The offeror shall provide details of specific methods, techniques, and solutions for completing the requirement in the PWS, including areas such as technical approach, technical expertise, and overall benefit to the Government. The offeror shall have at least 20 years of technical and leadership skills within the VHA finance community. The offeror shall have substantial knowledge or, and experience with, the required budgetary and fiscal statutes and policies. The offeror shall provide resumes of candidate(s).

Past Performance: The offeror shall provide detail on no more than 3 projects of similar size, scope, and complexity as required by this PWS, including technical points of contact for each project. Past performance projects can be for previous or ongoing task orders, work assignments, or contracts. The Government may contact sources of past performance and may obtain past performance from other sources such as Government databases.

Price: Will be determined as fair and reasonable per FAR part 13.106-3.
(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.

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. *All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel
52.229-3 Federal, State, and Local Taxes (FEB 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)
852.237-70 Contractor Responsibilities (APR 1984)
852.237-72 Electronic Submission of Payment Requests (NOV 2012)

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable:
52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995)
52.204-14 Service Contract Reporting Requirements (OCT 2016)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-27 Notice of Service Disabled Veteran Owned Small Business Set-Aside (NOV 2011)
52.219-28 Post Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222-35 Equal Opportunity for Veterans (OCT 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013)
52.222-41 Service Contract Labor Standards (MAY 2014)
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014)
52.222-55 Minimum Wages under Executive Order 13658 (DEC 2015)

(xiii) The Service Contract Act of 1965 does not apply to this procurement.

(xiv) N/A

(xv) This is a 100% Service Disabled Veteran Owned Small Business Set-Aside open-market combined synopsis/solicitation for Mentoring Service for VHA CFO Contract at the Department of Veteran Affairs, Hudson Valley VA Medical Center. The government intends to award a firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
The Quoter shall list exception(s) and rationale for the exception(s)
Submission shall be received not later than 10:00 AM EST, Thursday, December 21, 2017. The government shall only accept electronic submissions via email, please send all quotations to Charnell.Cunningham@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.)

(xvi) Direct your questions to Charnell Cunningham, Contracting Specialist, Charnell.Cunningham@va.gov. The last day to submit questions is 4:00 PM EST, Monday, December 18, 2017.
List of Attachments:

See attached document: Performance Work Statement, Wage Determination and IT Contract Security Clause.

Charnell Cunningham
Contract Specialist

charnell.cunningham@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP