The RFP Database
New business relationships start here

STX Specialized Laboratory Fee Basis Testing


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

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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation includes the clause at FAR 52.232-18, Availability of Funds. Funds are not presently available for a contract. The government anticipates that appropriated funding will be available for this requirement at the beginning of the next fiscal year; on or after 1 October 2019.
Solicitation number 36C25719Q0677 is issued as a request for quote (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06.
This solicitation is issued as unrestricted, full and open competition, with the associated NAICS code of 621511, which has a small business size standard of $32.5M.
See attached schedule for the contract line item number(s), quantities, and options requested in this solicitation.
This requirement is for providing Specialized Laboratory Fee Basis Testing for the South Texas Veterans Health Care System (STVHCS), Audie L. Murphy Division located at 7400 Merton Minter Blvd., San Antonio, TX 78229-4404. See attached Statement of Work for the services that are to be provided.
The anticipated base Period of Performance for the services is approximately 21 October 2019 thru 20 October 2020.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. See item xiii below for additional submission requirements.
The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Evaluation of the offers received in this solicitation will be conducted by Comparative Evaluations of offers. Offerors will be evaluated for technical capability with the documentation provided in the offer. Offeror responses to Exhibit B will be compared to each other, and the government will select the offer, or offers, that best meets the government s need. Offerors past performance will be evaluated as acceptable or unacceptable. Offeror past performance will be conducted by review and evaluation of the offeror s response to the solicitation, past performance worksheet and past performance records found in government past performance systems. Offerors found with unsubstantiated unsatisfactory past performance records may be assessed as technically unacceptable. The Contracting Officer will evaluate the price of the offer, or offers, selected that best meets the government s needs to determine price as fair and reasonable and offers the best value. If the Contracting Officer determines that the selected offeror s price is not fair and reasonable, the Contracting Officer may select the next highest evaluated offer as the best value for the government.
Offerors whom have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do NOT need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation.
The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition.
This acquisition includes additional submission requirements. Other additional submission requirements are:

Offerors should complete the contractor information, page 1 of the SF1449; block 12, discount terms, if applicable; block 17a, contractor information; and blocks 30, Offeror/Contractor signature.
Offerors are to provide pricing with their offer. Offerors must complete the price list, Exhibit A, and submit it with the offer. The government intends to award a firm- fixed price IDIQ contract from this solicitation. Offerors that offer price changes from the base period in the option years of the contract must submit a separate price list for the option years.
Offeror must submit copies of all relevant permits, licenses and certifications, including any subcontractor certifications with their offer.
Offerors must respond to the solicitation with completed responses in Exhibit B, Offeror Response, for the Comparative Evaluation of offers.
Offerors must respond to the solicitation with completed responses in Exhibit C, Past Performance Worksheet/Survey.
This solicitation includes FAR clause 52.219-9, Small Business Subcontracting Plan, Alternate II. Large businesses must submit a subcontracting plan with their offer. Paragraph (c)(1) in the basic clause is substituted with the following:
Proposals submitted in response to this solicitation shall include a subcontracting plan that separately addresses subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and woman-owned small business concerns. If the offeror is submitting an individual subcontracting plan, the plan must separately address subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and woman-owned small business concerns, with a separate part for the basic contract and separate parts for each option (if any). The plan shall be included in and made a part of the resultant contract. The subcontracting plan shall be negotiated within the time specified by the Contracting Officer. Failure to submit and negotiate a subcontracting plan shall make the offeror ineligible for award of a contract.
This solicitation includes FAR clause 52.222-49, Service Contract Labor Standards Place of Performance Unknown. Offerors shall request wage determination(s) for the place or area(s) of performance with their offer. The wage determination(s) of the successful offeror will be incorporated into the resultant contract with no adjustments to the prices offered.
This solicitation includes FAR Provision 52.209-7, Information Regarding Responsibility Matters. Offerors that have not completed this provision in their online representations and certifications in SAM must include a completed copy of the provision with their offer, or submit a statement indicating if the offeror has, or does not have, current active Federal contracts and grants with a total value greater than
$10,000,000.00.

This solicitation includes FAR provision 52.237-1, Site Visit. A formal site visit will not be conducted during the solicitation. It is the responsibility of the offeror to understand the site conditions prior to submitting an offer.

This solicitation includes FAR Clause 52.228-5, Insurance Work on a Government Installation. The successful offeror must provide a copy of their insurance prior to award of the resultant contract.
The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition.
Offers are due by 11 October 2019, by 2:00 PM CST. Offers must submitted by email (see size limit note below) to Ronalda Ohio at ronalda.ohio@va.gov.
Questions regarding information in the solicitation must be submitted in writing to the Point of Contact (POC), Ronalda Ohio, by email at ronalda.ohio@va.gov. It is requested that all questions be submitted no later than 4 October 2019.

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 document: S02 - 36C25719Q0677 - SF1449.

See attached document: A1 - Performance Work Statement - Specialized Laboratory Fee Basis Testing Services- STVHCS, Revised 9-12-2019.
See attached document: A2 - Quality Assurance Surveillance Plan, Specialized Laboratory Fee Basis Testing Services-
See attached document: A3 - DoL Wage Determination 2015-52153 Revision 9, 07-16-2019.
See attached document: Exhibit A - Price List.

See attached document: Exhibit B - Offeror Response.

See attached document: Exhibit C - Past Performance Worksheet/Survey

Ronalda Ohio
Network Contracting Office 17

POC

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP