R799--Capital Investment Options IDIQ COR: Brandi Stockstill

expired opportunity(Expired)
From: Federal Government(Federal)
36C77624Q0148

Basic Details

started - 29 Mar, 2024 (1 month ago)

Start Date

29 Mar, 2024 (1 month ago)
due - 24 Apr, 2024 (8 days ago)

Due Date

24 Apr, 2024 (8 days ago)
Bid Notification

Type

Bid Notification
36C77624Q0148

Identifier

36C77624Q0148
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; proposals are being requested, and a separate written solicitation document will not be issued. This solicitation is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular [FAC 2024-02, effective 1/22/2024]. The associated North American Industrial Classification System (NAICS) code for this procurement is 541611, with a small business size standard of $24.5 million. The purpose of this solicitation is to select a contractor to provide all resources necessary to accomplish the types
of deliverables described in this Performance Work Statement (PWS). For leadership to make informed decisions about significant investments, the Office of Construction & Facilities Management (CFM) requires professional services to identify, assess, and compare options for meeting project requirements. These services shall result in options analyses that fully document project requirements and potential options for consideration. The studies must include the quantitative and qualitative analyses necessary for leadership to fully understand and evaluate the costs and benefits of potential options, in advance of making any decision. Following completion of studies, CFM requires additional professional services to assist with business case development and budget submission support. The business cases and budget submission materials must effectively describe project scopes and provide the necessary justification to gain support for project funding within the Department, and from OMB, Congress, and other oversight bodies. Offerors will provide a proposal to support both the IDIQ and the initial Task Order included in this solicitation. Please see Attachment 1 Performance Work Statement Part A, Attachment 2 Performance Work Statement Part B and Attachment 4 - Sample Performance Work Statement for project details. Attachment 1 Performance Work Statement Part A and Attachment 4 - Sample Performance Work Statement describe the overall IDIQ and Attachment 2 Performance Work Statement Part B details the initial Task Order. The initial Task Order for the project will also be solicited simultaneously with the IDIQ solicitation. Similar services are currently being provided by the following contract: 36C77621D0027 - Department of Veterans Affairs (VA), Capital Investment Alternatives Indefinite Delivery/Indefinite Quantity (IDIQ) by The Craddock Group, LLC of Arlington, VA. Evaluation of Offers In accordance with FAR Part 12 and Part 13, the Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Technical Evaluation and Past Performance factors, when combined, are significantly more important than cost or price. The evaluation factors are: 1) Technical Evaluation The offeror shall provide a technical response that shall include their technical approach for accomplishing the tasks in the PWS for both the IDIQ and the initial TO, relevant experience, and resumes for the team being proposed to accomplish the work including Key Personnel. The quote will be evaluated to determine the extent to which the offeror has demonstrated the technical experience and capability to perform the requirements of the PWS for both the IDIQ and the initial TO. The VA will also evaluate the soundness and reasonableness of the technical approach/solutions to PWS requirements. Lastly the VA will evaluate the extent to which the offerors team is qualified, available, and experienced to perform and support this requirement. 2) Past Performance The Vendor s quote must include a summary description of at least three but no more than five prior contracts/orders per team member/sub-contractor for projects completed within the last five years with organizations with similar mission and functional domains, and of comparable size, complexity and scope. These references must also include: Contract/Order Number, brief description of the project, type of contract, amount of the contract Contracting Officer s Name and Phone Number, Government agency Contracting Officer s Representative Name and Phone Number The contractor must indicate whether they were the prime contractor, sub-contractor or other teaming arrangement. Prime shall indicate which aspect they are directly responsible for of this requirement. The Offeror is required to provide references for the above projects. In the event the company itself does not have relevant past performance; references may be submitted on contracts performed by the Key Personnel of the company. The VA reserves the right to contact all the references that the Offeror lists. The Past Performance evaluation will assess the relative risks associated with an Offeror's likelihood of success in fulfilling the solicitation's requirements as indicated by that Offeror's record of past performance. The Government will conduct a performance risk assessment based on the quality, relevancy and recency of the Offeror's past performance, as well as that of its major subcontractors, as it relates to the probability of successful accomplishment of the required effort. Offerors are cautioned that the Government may review available past performance data available in the Past Performance Information Retrieval System ( PPIRS ). The Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the Offeror when evaluating past performance. Since the Government may not necessarily interview all of the sources provided by the Offerors, it is incumbent upon the Offerors to explain the relevance of the data provided. Offerors are reminded that the burden of proving low performance risk rests with the Offerors. 3) Price Column O Unit Price of the Price Schedule provided in Attachment 3 will be completed based upon the Performance Work Statement provided in Attachment 2 Performance Work Statement Indianapolis Feasibility Study. No other changes should be made to this Excel spreadsheet. The Government will review these and will evaluate offers based on adding together all of the line item prices from the Pricing Schedule - the Total of All LINS will be that sum. The contractor s quote shall also include their proposed 5-year pricing of labor categories, rates, and number of hours by task. The pricing for both the TO and the 5-year pricing of the IDIQ will be evaluated for price reasonableness. This shall be provided as an additional file of the contractor s choosing in Volume II. Volume II may be submitted as two files. Evaluation Approach A. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. However, it may be determined necessary to conduct discussions if award cannot be made on the initial quotes submitted. B. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the evaluation in the most effective manner. The Government reserves the right to evaluate all Offerors technical quotes should it desire to conduct discussions, or otherwise determine it to be in the Government s best interest. C. The quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Offerors who fail to meet the minimum requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. D. Unbalanced Pricing - The Government may evaluate whether the Offeror has submitted unbalanced pricing. An unbalanced price is one where the price of one or more contract line items is significantly overstated or understated and which will result in the Government paying an unreasonably high price for contract performance or otherwise present an unacceptable level of risk to the Government. If the Contracting Officer determines that the risk is unacceptable, then the bid or offer can be rejected. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023) 2. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES 3. 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 4. 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 5. 52.216-1 TYPE OF CONTRACT (APR 1984) 6. 52.233-2 SERVICE OF PROTEST (SEP 2006) 7. VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) 8. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 9. ADDENDUM TO FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS 10. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 1. 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022) 2. 52.216-18 ORDERING (AUG 2020) 3. 52.216-19 ORDER LIMITATIONS (OCT 1995) 4. 52.216-22 INDEFINITE QUANTITY (OCT 1995) 5. SUPPLEMENTAL INSURANCE REQUIREMENTS 6 . VAAR 852.201-70 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 2022) 7. VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION) 8. VAAR 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION) 9. VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) 10. VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) 11. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 12. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023) 13. MANDATORY WRITTEN DISCLOSURES Submission of Quotes: Quotes shall be received on or before the date April 23, 2024. All quotes shall be sent to the steven.mock@va.gov. Note: Quotes received after the due date shall not be considered. Quotes shall be based on the documents issued in the solicitation. Technical Questions: Questions of a technical nature must be provided in writing and shall be submitted by the prospective offerors only via e-mail to: Steven.Mock@va.gov. The subject line must read: CIO IDIQ Technical Questions. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. THE CUT-OFF DATE AND TIME FOR RECEIPT OF QUESTIONS IS April 8, 2024, at 2:00 PM ET. Amendments: Amendments to this solicitation will be posted on SAM Opportunities. Copies of the amendments will NOT be individually mailed or sent via email. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your proposal being considered non-responsive or unacceptable. System for Award Management (SAM): Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Restrictive or Proprietary Data Contractors that include in their quotes data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes shall: (1) Mark the title page with the following legend: This quote includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this quote. If, however, an Order is awarded to this Vendor as a result of-or in connection with-the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government s right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this quote. (e) Use of Advisors Contractors are advised that VA contractor personnel may assist the Government during the Government s evaluation of Quotes. These persons shall be authorized access to only those portions of the quote and discussions that are necessary to enable them to provide specific technical advice on specialized matters or on particular problems. These individuals will be required to protect the confidentiality of any specifically identified trade secrets and/or privileged or confidential commercial or financial information obtained because of their participation in this evaluation. They shall be expressly prohibited from scoring, ranking or recommending the selection of a Vendor. All offerors shall submit the following: Quote Preparation Costs: The Contracting Officer is the only individual legally authorized to commit the Government to the expenditure of public funds in connection with this procurement. The solicitation does not commit the Government to pay any costs for the preparation and submission of an offer in response to this solicitation. (a) Quote Format: (1) General: The submission shall be clearly indexed and logically assembled. Each volume (3) shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. All files will be submitted as specified below. Page size shall be no greater than 8 1/2" x 11". The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Arial font is required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. The use of hyperlinks or embedded attachments within the proposal is prohibited. The written quote including title page, detailed table of contents, preface, for Volume I - Technical shall not be limited to pages and shall be in Arial size 12 font. Past Performance will be included in Volume I. Volume II - Pricing shall not shall not be limited to pages and shall be in Arial size 12 font. Use graphic presentations where such use will contribute to the compactness and clarity of the quote. Each volume shall be a separate file. 2) File Packaging: The proposal files shall be submitted individually using the naming convention identified below. The total file size for Volumes I Technical & Volume II Pricing combined is 5MB. (3) Content Requirements: All information shall be confined to the appropriate volume. File naming shall appear as: Volume I Technical , Volume II Pricing , Volume II Pricing Breakout , Volume III Certifications . Proposals named or packaged in any other manner may be deemed unacceptable. The file type requirements for each volume are shown in the below: (a) Volume I - Technical Requirement (will include Past Performance) Page limitation - None (Volumes I & II file size combined shall not be more than 5MB) File type Word or PDF. Technical evaluation will be on both the full IDIQ and the initial tasks order. (b) Volume II Pricing Requirement Page limitation - None (Volumes I & II file size combined should not be more than 5MB) File type Excel. Volume II Pricing will include Attachment 3 Price Schedule with Colum O completed. Pricing will also include proposed pricing of labor categories, rates, and number of hours by task in addition to completing the attached Firm Fixed Price Schedule (Attachment 3). The title of the Excel file for the pricing breakout will be Volume II Pricing Breakout. (c)       Volume III Certifications - Solicitation, Offer and Award Documents and Certifications/Representations:  Solicitation, Amendments, Offer, Award Documents and complete FAR 52.209-5, 52.209-7, and 852.219-75 Page limitation None File Type PDF. A short narrative identifying the solicitation and amendments is acceptable because Opportunities does not contain forms. Volume III shall include a copy of your current Reps & Certs available on SAM. This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a 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:" Offeror shall list exception(s) and rationale for the exception(s). Offeror shall list exception(s) and rationale for the exception(s). Point of Contact Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Steve Mock at steven.mock@va.gov.

TBD  ,
  USALocation

Place Of Performance : TBD , USA

Country : United States

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541611Administrative Management and General Management Consulting Services
pscCode R799Other Management Support Services