Federal Bid

Last Updated on 20 Aug 2021 at 5 PM
Combined Synopsis/Solicitation
San antonio Texas

H391--Diesel Fuel Testing

Solicitation ID 36C25721Q0980
Posted Date 20 Aug 2021 at 5 PM
Archive Date 01 Nov 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 257-Network Contract Office 17 (36c257)
Agency Department Of Veterans Affairs
Location San antonio Texas United states 78229
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25721Q0980 Posted Date: 08/20/2021 Original Response Date: 09/02/2021 Current Response Date: 09/02/2021 Product or Service Code: H391 Set Aside: Service-Disabled Veteran Owned Small Business NAICS Code: 541380 Contracting Office Address NCO 17 Contracting Office Department of Veterans Affairs Audie L. Murphy VAMC 5441 Babcock Rd San Antonio, TX 78240 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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This is a Service-Disabled Veterans Owned Small Business (SDVOSB) set-aside solicitation Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210 Testing Laboratories, with a small business size standard of $16.5M. The Engineering Service Department at the Audie L. Murphy VA Medical Center, 7400 Merton Minter Blvd, San Antonio, TX is seeking Diesel Fuel Testing service. This requirement is for a base plus 4 option years. All interested companies shall provide offer(s) for the base plus 4 option year period of performance in accordance with the attached Schedule and Statement of Work SEE ATTACHED: PRICE/ COST SCHEDULE SEE ATTACHED: STATEMENT OF WORK SITE VISIT INFORMATION BELOW: Offerors are highly encouraged and urged to inspect the site where services are to be performed  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. There will be ONE SITE VISIT on August 26, 2021 at 10:00AM CST located at the main lobby of the main hospital near the Starbuck. Please contact Arnalodo Salinas at 210-617-5303 X15112 or at [email protected] for direction. In no event shall failure to inspect the site constitute grounds for Requests for Equitable Adjustments or Claims after contract award. Please send an email to Samuel Smith at [email protected] if you plan on attending the site visit. Place of Performance Address: Department of Veterans Affairs Audie L. Murphy Health Care System 7400 Mentor Minter Blvd San Antonio, Texas Postal Code: 78229 Country: UNITED STATES Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability and price. The government will evaluate information based on a comparative analysis of the following evaluation criteria: To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Past Performance The Contractor shall attest as being able to provide fully trained, experienced, legal residents or U.S. citizens and be fluent in the English language. Contractor personnel must be able to perform all general duties, functions and activities as required within the Statement of Work. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM). Service-Disabled Veteran-Owned Small Business (SDVOSB) offerors must be verified by the Department of Veterans Affairs Center for Verification and Evaluation (CVE) at the time of submission of proposal. Failure to be verified will result in the offeror s proposal to be deemed non-responsive. 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: FAR 52.212-1, Instructions to Offerors Commercial Items October 2018 FAR 52.212-3, Offerors Representations and Certifications Commercial Items December 2019 Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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: FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders January 2020 52.217-5, Evaluation of Options July 1990, Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8, Option to Extend Services November 1999, The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Addendum to 52.217-8, For purposes of award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be those rates in effect under the contract each time an option is exercised under this clause. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. 52.217-9, Option to Extend the Term of the Contract (Mar 2000), a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice. of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.       (b)If the Government exercises this option, the extended contract shall be considered to include this option clause.       (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. The following subparagraphs of FAR 52.212-5 are applicable: 52.204 10, 52.209-6, 52.219-6, 52.219-27, 52.219-28, 52.219-28, 52.222-3, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-41, 2.222-42, 52.222-43, 52.222-55, 52.223-18, 52.225-1, 52.225-13, 52.232-33, and 52.232-34. All offerors shall submit the following: Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. Files should be sent in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotations submit shall include the Solicitation Number and Title in the subject line of the email. 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: Quote shall list exception(s) and rationale for the exception(s). Submission shall be received no later than 2:00pm (CST) on September 2, 2021. Offerors must be submitted via email to the Contract Officer (CO), Samuel Smith at [email protected]. ONLY ELECTRONIC MAIL (EMAIL) OFFERS WILL BE ACCEPTED. Hand deliveries or facsimile will not be accepted. Telephone responses will NOT be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail no later than August 30, 2021 at 10:00AM (CST) to Samuel Smith, Contract Officer (CO) at [email protected]. No questions received after this date will be answered. Telephone or faxed questions will not be answered. ONLY ELECTRONIC MAIL (EMAIL) QUESTIONS WILL BE ANSWERED. The solicitation number must be identified on all submitted questions. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not receive a response Point of Contact Samuel Smith Contract Specialist, NCO 17 Contracting Officer South Texas Veterans Health Care System (STVHCS) Department of Veterans Affairs 5441 Babcock Rd. San Antonio, TX 78240 (210) 694-6303 BASIS FOR AWARD This is a competitive best value selection in which competing offerors' past performance, technical acceptability and price will be evaluated to determine who represents the greatest benefit to the Government at a price that can be determined fair and reasonable. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement or inability to perform or provide all services requested shall result in an offer being determined technically unacceptable. The evaluation process shall proceed as follows: A. Following receipt of quotes, the Government will perform a comparative analysis of the services quoted. The Government will compare quotes to one another to select the service that best benefits the Government in fulfilling the requirement. The evaluation of Government requirements outlined in this Request for Quote will determine suitability. B. The Government will evaluate the offerors submitted recent and relevant past performance that is consistent with what is being requested in the Statement of Work. The Government may also utilize other sources of past performance if needed. C. For Technical acceptability, the Contractor shall attest as being able to provide fully trained, experienced, professionals who are able to perform all general duties, functions and activities as required within the Statement of Work. Provide documentation that confirms the company is registered in System for Award Management (SAM), Department of Veterans Affairs Center for Verification and Evaluation (CVE), and provide past performance. D. Prices will be evaluated for reasonableness. Unreasonable prices may be grounds for eliminating an offeror from competition. E. For the purposes of the award of this requirement, the Government intends to evaluate the Option to Extend Services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price of all offers relative to each other will not affect the ranking of offers based on price, unless, after reviewing the offers, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). F. The Government intends to award one contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest.
Bid Protests Not Available