The RFP Database
New business relationships start here

Physics Survey of Diagnostic Equipment


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

COMBINED SYNOPSIS/SOLICITATION
The West Palm Beach VA Medical Center located at 7305 N Military Trail, West Palm Beach, FL 33410 has a requirement for inspections, tests, calibrations and documentation for imaging physics surveys of diagnostic imaging equipment. The attached Statement of Work (SOW) shall be adhered to.

This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code and size standard are 541690 Other Scientific and Technical Consulting Services and $15 million dollars, respectively.

FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price, technical factors, and past performance. Comparative evaluations will be used to evaluate offerors as prescribed in FAR 13.5.
The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer
(1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order:
(a) service-disabled veteran-owned small business (SDVOSB);
(b) veteran-owned small business (VOSB);
(c) all other small business concerns;
(d) other than small business.
(2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made.

Evaluation factors will be considered in descending order of importance:
Technical Capability: Provide proof of applicable certifications, license, experience, and insurance.

Past Performance: Prospective contractors may provide a list of up to five business references for which the contractor performed the same or similar scope as required in the statement of work. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed.


Contractor s Proposed Rate.

Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply to this acquisition:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (MarB 2015) (22B U.S.C. 7104(g)).
___Alternate I (MarB 2015) of 52.222-50 (22B U.S.C. 7104(g)).
(2) 52.233-3, Protest After Award (AugB 1996) (31B U.S.C.B 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OctB 2004) (Pub.B L.B 108-77, 108-78).
(b) The Contractor shall comply with the FAR clauses in this paragraphB (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.203-6, Restrictions on Subcontractor Sales to the Government (SeptB 2006), with AlternateB I (OctB 1995) (41B U.S.C.B 253g and 10B U.S.C.B 2402).
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OctB 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.219-6, Notice of Total Small Business Set-Aside (NovB 2011) (15B U.S.C.B 644).
52.219-8, Utilization of Small Business Concerns (Nov 2016) (15B U.S.C.B 637(d)(2) and (3)).
52.219-14, Limitations on Subcontracting (JanB 2017) (15B U.S.C.B 637(a)(14)).
52.219-28, Post Award Small Business Program Representation (JulB 2013) (15B U.S.C. 632(a)(2)).
52.222-3, Convict Labor (JuneB 2003) (E.O.B 11755).
52.222-19, Child Labor Cooperation with Authorities and Remedies (OctB 2016) (E.O.B 13126).
52.222-21, Prohibition of Segregated Facilities (AprB 2015).
52.222-26, Equal Opportunity (SepB 2016) (E.O.B 11246).
52.222-35, Equal Opportunity for Veterans (OctB 2015)(38B U.S.C.B 4212).
52.222-36, Equal Opportunity for Workers with Disabilities (JulB 2014) (29B U.S.C.B 793).
52.222-37, Employment Reports on Veterans, (FebB 2016) (38B U.S.C.B 4212).
52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AugB 2011) (E.O. 13513).
52.225-1, Buy American Supplies (MayB 2014) (41B U.S.C.B 10a-10d).
52.225-5, Trade Agreements (OctB 2016) (19B U.S.C.B 2501, etB seq., 19B U.S.C.B 3301 note).
52.225-13, Restrictions on Certain Foreign Purchases (JuneB 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer System for Award Management (JulB 2013) (31B U.S.C.B 3332).
52.239-1, Privacy or Security Safeguards (AugB 1996) (5B U.S.C.B 552a).
(c) The Contractor shall comply with the FAR clauses in this paragraphB (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.222-41, Service Contract Act Labor Standards (MayB 2014) (41B U.S.C.B 351, etB seq.).
52.222-42, Statement of Equivalent Rates for Federal Hires (MayB 2014) (29B U.S.C.B 206 and 41B U.S.C.B 351, etB seq.).
(d) B Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraphB (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3B years after final payment under this contract or for any shorter period specified in FARB SubpartB 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphsB (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (OctB 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (NovB 2016) (15B U.S.C.B 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) [Reserved]
(iv) 52.222-26, Equal Opportunity (SepB 2016) (E.O.B 11246).
(v) 52.222-35, Equal Opportunity for Veterans (OctB 2015) (38B U.S.C.B 4212).
(vi) 52.222-36, Equal Opportunity for Workers with Disabilities (JulB 2014) (29B U.S.C.B 793).
(vii) [Reserved]
(viii) 52.222-41, Service Contract Act ofB 1965 (MayB 2014) (41B U.S.C.B 351, etB seq.).
(ix) 52.222-50, Combating Trafficking in Persons (MarB 2015) (22B U.S.C. 7104(g)).
Alternate I (MarB 2015) of 52.222-50 (22B U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (NovB 2007) (41 U.S.C. 351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (MayB 2014) (41 U.S.C. 351, et seq.).
(xii) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MayB 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FebB 2006) (46B U.S.C. Appx.B 1241(b) and 10B U.S.C.B 2631). Flow down required in accordance with paragraphB (d) of FAR clauseB 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
Other applicable provisions and clauses incorporated by reference:
FAR 52.204-7 System for Award Management
FAR 52.212-1 Instructions to Offerors Commercial items
FAR 52.212-4 Terms and Conditions Commercial items
FAR 52.217-5 Evaluation of Options
FAR 52.217-8 Option to Extend Services
FAR 52.217-9 Option to Extend the Term of the Contract
FAR 52.222-41 Service Contract Labor Standards
FAR 52.225-2 Buy American Certificate
FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management
FAR 52.233-1 Disputes
FAR 52.233-4 Applicable Law for Breach of Contract Claim
VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource
VAAR 852.203-70 Commercial advertising
VAAR 852.237-70 Contractor responsibilities
VAAR 852.270-1 Representatives of contracting officers
VAAR 852.273-70 Late offers
VAAR 852.273-74 Award without exchanges

52.252-1B B Solicitation Provisions Incorporated by Reference (FebB 1998)
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/
http://farsite.hill.af.mil/
The Service Contract Act and Department of Labor Wage Determination WD 15-4573 (Rev.-5) applies to this procurement. The Wage Determination can be accessed at http://www.wdol.gov/.
This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors.B Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint.B However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary.

Offerors are instructed to submit clear and concise offers which adhere to the following format:
Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages)
Technical Ability section shall include proof certification, license, and insurance. (section not to exceed 5 pages > not including copies of certificates)
Past Performance section may include up to five business references with the following: name of business; name and title of point of contact; brief description of services performed; and date services performed (section not to exceed 5 pages)
Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provision may be accessed at http://farsite.hill.af.mil/), if not completed in SAM.
Completed Schedule of Rates.

All sources who believe that they have the experience and capabilities to perform the required services referenced above and detailed in the Statement of Work may submit their detailed quote no later than 4:00pm EST on Thursday, June 21, 2018 to the following: Kari Jeanlouis-Haliburton at kari.jeanlouis-haliburton@va.gov. Oral communications are not acceptable in response to this notice. However, questions regarding this solicitation may be addressed to kari.jeanlouis-haliburton@va.gov no later than June 13, 2018 4:00 PM EST.

Kari Jeanlouis-Haliburton
Purchasing Agent
561-422-1278

kari.jeanlouis-haliburton@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP