BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Marion, Indiana. Contact the soliciting agency for additional information.

Award Details Contract Award Date: Jul 20, 2022 Contract Award Number: 36C25022P1206 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: GFUMJUGHUSZ7 Contractor Awarded Name: TTL ASSOCIATES, INC. Contractor Awarded Address: TOLEDO, OH 43604 Base and All Options Value (Total Contract Value): $0 Solicitation Number: 36C25022Q0425 Notice Type: Combined Synopsis/Solicitation 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 dated 01/30/2022. This solicitation is set-aside for 100% VIP verified Service-Disabled Veteran Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 541620 Environmental Consulting Services with a small business size standard of $16.5 Million. The Product Service Code (PSC) for this procurement is R428 Support: Professional Industrial Hygienics. Both the NAICS code and PSC code applies to all line items in the Price Schedule. The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO) 10 located at 8888 Keystone Crossing, Suite 1100, Indianapolis, IN 46240 is seeking to establish a contract for Respiratory Fit Testing Services for the VA Northern Indiana Healthcare System (NIHCS). All interested companies shall provide quotations for the following: PRICE SCHEDULE: Base Year: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Marion Fit Testing, CAPR inspection and Monthly Report 12 MO $ $ 0002 Ft Wayne Fit Testing, CAPR inspection and Monthly Report 12 MO $ $ Option Year 1: Line Item Description Quantity Unit of Measure Unit Price Total Price 1001 Marion Fit Testing, CAPR inspection and Monthly Report 12 MO $ $ 1002 Ft Wayne Fit Testing, CAPR inspection and Monthly Report 12 MO $ $ Option Year 2: Line Item Description Quantity Unit of Measure Unit Price Total Price 2001 Marion Fit Testing, CAPR inspection and Monthly Report 12 MO $ $ 2002 Ft Wayne Fit Testing, CAPR inspection and Monthly Report 12 MO $ $ Option Year 3: Line Item Description Quantity Unit of Measure Unit Price Total Price 3001 Marion Fit Testing, CAPR inspection and Monthly Report 12 MO $ $ 3002 Ft Wayne Fit Testing, CAPR inspection and Monthly Report 12 MO $ $ Option Year 4: Line Item Description Quantity Unit of Measure Unit Price Total Price 4001 Marion Fit Testing, CAPR inspection and Monthly Report 12 MO $ $ 4002 Ft Wayne Fit Testing, CAPR inspection and Monthly Report 12 MO $ $ OVERALL CONTRACT VALUE TABLE: Base Year $ Option Year 1 $ Option Year 2 $ Option Year 3 $ Option Year 4 $ Overall Contract Value $ ELECTRONIC INVOICING AND BILLING REQUIREMENTS: Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System the FSC uses a third-party Contractor, Tungsten Network (referred to OB10), to transition vendors from paper to electronic invoice submission. Please go to website: https://www.tungsten-network.com/customer-campaigns/veteransaffairs to enroll in the program and begin submitting the electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI website is: http://www.x12.org Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have questions about the e-invoicing program or Tungsten, please contact the FSC at the phone number or email address listed below: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-Invoice email: vafsccshd@va.gov BILLING AND INVOICING In accordance with this contract, all services shall be billed in arrears monthly. Contractor shall only bill for services and for line-items delivered. A proper invoice that is submitted for payment; shall be accepted and certified for payment if: Monthly invoice is submitted in arrears, no later than the 20th business day of the following month that services were rendered. Invoice contains in addition to the information required for submission of a proper invoice in accordance with FAR 52.212-4(g) the following information: Name and Address of the Contractor Invoice Date and Invoice Number Contract Number Contract Order Number Purchase Order Number Date Range of Services Provided Description of Services Provided Line/Sub-Line-Item number(s) of services provided Quantity of each Line/Sub-Line Item Unit Rate for each Line/Sub-Line Item Total Cost for each Line/Sub-Line Item Total Invoice Cost The Certifying Official will confirm the information in the submitted invoice to the contract and invoice to ensure it is correct and valid. If the invoice submitted is not a proper invoice, the certifying official shall refuse the invoice with a detailed statement as to why the invoice was refused. Contractor shall make corrections and resubmit using a separate invoice number, notating the invoice number it is replacing. Once a proper invoice has been submitted, the VA will have 30 days to certify the invoice for payment. STATEMENT OF WORK: PART I: GENERAL INFORMATION Introduction The Department of Veterans Affairs VA Northern Indiana Health Care System (VANIHCS) located in Fort Wayne and Marion, Indiana requires respiratory protection (RP) fit testing, training, and equipment inspections. Background VANIHCS has upwards of 800 personnel on the RP program between both campuses. Personnel are required to be fit tested and trained annually. Fit testing will be performed for 400-800 personnel per year, spread out over 12 months. Respirators included in the program are N95, elastomeric, CAPR and PAPRs. The Contractor shall provide all management and labor necessary to ensure compliance with all regulatory requirements to satisfy applicable RP guidance. The Contractor shall support the implementation of the requirements of VA Industrial Hygiene Programs Manual to protect employees from exposure to harmful concentrations of hazardous or toxic fibers, dust, fumes, mists, vapors, gases, or oxygen-deficient atmospheres where effective engineering controls are not feasible. Applicable Documents: VA Industrial Hygiene Programs Manual Industrial Hygiene Guidebook 29 CFR 1910.134 Respiratory Protection Part II: WORK REQUIREMENTS & QUALIFICATIONS Technical Requirements Fit Testing, Training, and inspecting/maintaining. Such support shall include the following, routine respirator fit testing and training. The services required include: Annual Requirement: Contractor shall perform fit testing monthly on a mutually agreed upon schedule. Fit testing at the Fort Wayne and Marion Campuses can be performed on consecutive days. Contractor shall inspect up to 241 CAPRs at least once per year on a monthly rotating basis. Approximately 30 fit tests will be required per month, per campus, for a total of 60 per month. Principal performance shall be conducted at both the Fort Wayne and Marion, Indiana campuses. However, the administrative performance may be conducted at the Contractor s worksite. Contractor travel is required to perform services at both the Fort Wayne and Marion, Indiana campuses. Any travel costs shall be in accordance with the GSA Federal Guidelines for reimbursement and shall be incorporated into the per fit test and training cost. Contractor shall have a minimum of one (1) year experience with respiratory protection programs (fit-testing, training, and maintaining). Contractor shall not perform fit tests to individuals who do not have an approved medical evaluation form. Medical clearances will be provided to the Contractor by the COR. Contractors shall assist in the selection of the appropriate respiratory protection and cartridge, if required, for each task evaluated. The medical evaluation screening form remains Government Property. Fit testing and training Qualitative and/or quantitative fit testing shall be performed for all types of respirators. Contractor shall provide OSHA compliant respirator protection training at the time of fit testing, on the proper fit and capabilities of the Government-owned respirator, proper use of respirators including putting on and removing them, limitations of its use, protection factors, proper cleaning, disinfection, and storage, how to inspect it, and when to replace the respirator. Note: for N-95 filtering face-pieces used for airborne infectious disease; replacement schedule shall comply with facility-specific infectious disease policies. This information will be obtained from COR. Additionally, training may require adaptation to comply with facility specific policies, procedures, and practices, and shall be provided if required. Contractor shall submit training syllabus/materials to facility COR for evaluation, relevant updates, and approval as required. Contractor shall use this approved training to conduct the general awareness & OSHA respiratory protection training. Training shall be provided on the use, care, and maintenance for all respirators Training plan shall be reviewed and approved by the VA prior to award of the contract. Once approved, it shall be reviewed upon any changes or once per year. Training plan shall be submitted with quote submission to be approved by the VA prior to award of any contract. Provide training on use, maintenance, and storage of Powered Air Purifying Respirators (PAPR), Contained Air Purifying Respirator (CAPR), Elastomeric and N95 respirators to all VA required staff. Operational checklists can be developed once the Contractor has the chance to review and check the RP equipment. Per manufacturer guidelines, Contractor shall change out filter(s) annually or when required. Filters and other supplies are provided by the Government. Contractor shall create a schedule and provide to COR in a service report format monthly. Fit Testing/Fit Training Forms will be provided to the Contractor electronically. Fit Testing/Fit Training Forms will be provided by the VA. Operational Maintenance Checklists shall be supplied by the Contractor and copies provided to the COR. All forms shall be electronically sent to the COR within 2-business days of each fit test. Space will be provided to perform the fit testing and training. However, in the event space is not available the Contractor shall have the ability to perform mobile fit testing and training. VA COR and Contractor shall determine the space at each medical center at time of services being scheduled. All reports and/or correspondence shall be done electronically. Create and maintain an operational maintenance (Serviceability) checklist and perform monthly operational maintenance checks per manufacturer guidelines on all RP equipment. A sample Operational Maintenance Checklists shall be submitted with quote submission. Contractor shall provide written qualifications of the testing person (s) assigned to provide this service requirement at each facility. Contractor shall have a written version of their testing protocol. Contractor shall have online scheduling site, with email or text reminders Contractor shall provide all necessary labor, supplies (other than N95s, CAPRs, & PAPRs), and all necessary equipment to perform qualitative and quantitative fit testing. Fit testing procedures shall comply using OSHA Accepted Fit Test Protocols. Results and reports are considered Government property and the awarded Contractor shall not release or disseminate without written authorization from the VA. The Contractor shall provide a wallet size card that certifies successful completion for each employee that completes the training and fit testing. The card shall include the employee s name, medical evaluation date, assigned respirator (Make, Model and Size), and training dates. The Contractor shall maintain and track VA employees that have been medically evaluated, trained, certified, and fit tested during the performance of this contract. A copy of this tracking report shall be provided upon request to the VA COR or CO. Contractor shall provide a monthly written update of yearly fit testing/training progress for each facility and submit to the COR. Written update shall include total number of required fit tests required and number of actual fit tests to include a percentage. Qualifications of Contractor Personnel: The awarded Contractor shall provide a Certified Industrial Hygienist (CIH) to oversee field staff doing the fit testing. The CIH shall hold a current certification in comprehensive practice of industrial hygiene from the American Board of Industrial Hygiene. The CIH shall have continuous involvement by managing field staff and oversite of managing the project. The CIH shall be available upon request to discuss progress of the project with the designated Contracting Officer s Representative (COR). Field staff shall be qualified by virtue of education, training, and experience to carry out the requirements of this Statement of Work. The Contractor shall be physically located in the state of Indiana or within 100-mile radius to expeditiously provide on-call services for immediate or urgent need fit testing or training. Fit Testing and training shall begin within two weeks of contract being awarded. PART III: SUPPORTING INFORMATION Security Contractor employees shall obtain a badge from the Engineering Department once they come on-site. Contractor employees shall always wear this badge and a Contractor badge while on-site. Place of Performance VANIHCS - Marion Campus 1700 E 38th Street Marion, IN 46953 VANIHCS Fort Wayne Campus 2121 Lake Ave Fort Wayne IN 46805 Period of Performance 7/1/2022 6/30/2023 with four one-year options to be exercised solely at the Governments discretion. Hours of Work All work shall be performed during normal business hours, 8:00 am 4:30 pm (excluding federal holidays), unless the COR or CO determines that work needs to be completed outside these hours. If services are needed outside normal hours a separate purchase order and separate funding shall be completed prior to work being performed. Federal Holidays can be found at the following link: Federal Holidays (opm.gov) Non-Personal Services The parties agree that the Contractor and any employees shall not be considered VA employees for any purpose. Inherent Government Functions Contractor and Contractor employees shall not perform inherently governmental functions. This includes at minimum, determination of agency policy, determination of Federal program priorities for budget requests, direction and control of government employees (outside a clinical context), selection or non-selection of individuals for Federal Government employment including the interviewing of individuals for employment, approval of position descriptions and performance standards for Federal employees, approving any contractual documents, approval of Federal licensing actions and inspections, and/or determination of budget policy, guidance and strategy. VHA Supplemental Contract Requirements for Combatting COVID-19: Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, shall show proof of vaccination NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, Contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section shall be digitally or physically maintained on each Contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; Contractors shall, always, adhere to and ensure compliance with federal laws designed to protect Contractor employee health information and personally identifiable information. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process Contractors may be asked screening questions found on the following website: COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct patient contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered Contractor workplaces. Contractors shall, always, adhere to and ensure compliance with federal laws designed to protect Contractor employee health information and personally identifiable information. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to Contractor employees being denied entry into VA Facilities. CLAUSES AND PROVISIONS: 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 applies to this solicitation and is amended as follows: North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation. Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number The time specified in the solicitation for receipt of quotations The name, address, and telephone number of the quoter A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary Terms of any express warranty Price and any discount terms Remit to address, if different than mailing address A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically) Acknowledgment of Solicitation Amendments Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of offers. The quoter agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the solicitation. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. Late submissions Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUN S number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUN S number. The quoter should indicate that it is a quoter for a government contract when contacting the local Dun and Bradstreet office. [Reserved]. Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. FAR 52.212-3, Offerors Representations and Certifications Commercial Items Contractors shall be registered in www.sam.gov to include completion of Representations & Certifications (Reps & Certs) at the time of their submission of the quote package. Contractor shall have the NAICS code identified in this solicitation listed in their Reps & Certs at the time of quote submission. 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 (FAC 2022-04 eff. 1/30/22 and VAAR Updated 2008-32 eff. 11/1/2021) apply to this solicitation with the following addenda: FAR clauses applicable: 52.204-13; 52.204-18; 52.217-8; 52.217-9; 52.232-18; 52.232-40 VAAR clauses applicable: 852.212-70; 852.203-70; 852.219-10; 852.232-72; 852.270-1; 852.219-74; 852.219-77 (required to be completed and submitted with quote package); 852.242-71 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2022) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10; 52.209-6; 52.219-6, 52.219-14; 52.219-27; 52.219-28; 52.222-3; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-18; 52.225-13; 52.232-33; 52.222-53 INSTRUCTIONS FOR SUBMISSION OF QUOTE PACKAGE: Preparation of Quotes: The VA will not pay any costs incurred in preparation and submission of quotes. Technical Acceptance will be evaluated by NIHCS evaluation team, to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation. In addition, quotes will be based on the information supplied in response to information requested in the instructions to quoters section and statement of work which are part of this solicitation. The technical evaluator will be given specific evaluation instructions by the contracting officer regarding comparing offers to the evaluation factors specified in the solicitation and will be documented to determine acceptability for each offer. Technical and Past Performance will be evaluated by the evaluation team. Past Performance, Veterans Involvement, and Price will be evaluated by the contracting officer. A comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3), and a Best Value award will be made based upon the evaluation factors. The items identified below detail the criteria used to comparatively evaluate the quoters ability to meet the minimum needs of the Government for this contract work. Therefore, quotes should assure that their ability to meet or exceed the requirements identified in the RFQ is adequately described in their quotes. Failure to meet any one of these requirements may result in rejection of the offer. Basis for Award. The Government will issue a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Past Performance Veterans Involvement Price Only emailed quote packages will be accepted. The quoter shall submit five (5) separate volumes as described below: VOLUME I - Administrative (One copy): Quoter is to return the following information and completed copies of the following: 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: Quoters shall list exception(s) and rationale for the exception(s), if any. Acknowledge Amendments: if none, the quote will need to state not applicable Amendment Number Date of Acknowledgement Name & Tile Signature Shall provide the following Company information at a minimum: Contractor Name Contractor Address Contractor Main Phone Contractor Fax Contractor Primary POC Contractor Primary POC Title Contractor Primary POC Phone Contractor Primary POC Email Contractor Alternate POC Contractor Alternate POC Title Contractor Alternate POC Phone Contractor Alternate POC Email Duns Number SAM ID Number Tax ID Number Business Size Sub-Contractor Company Name Duns Number SAM ID Number Business Size Shall ensure that quoter has completed FAR Clause 52.212-3 Quoter s Representation and Certifications prior to quote submission and has the identified NAICS code listed. Provide completed copy of VAAR 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Deviation) (Sep 2021) Provide Training Plan Provide a Sample Operational Maintenance Checklist(s) VOLUME II Technical Evaluation (One copy): Quoter shall submit one copy of a detailed quote in a format which clearly addresses the evaluation factors listed. Each response shall address each factor in the sequence listed below as well as in 52.212-1 and clearly identify which factor is being addressed. This is not intended to restrict answering in as much detail as the quoter deems necessary to adequately present and address each factor in the quote. The quoter must identify any subcontractors proposed to be utilized for the provision of services required under this solicitation. All elements applicable to the utilization of subcontractors must be addressed in the quote and detail provided. No cost/price information should be included anywhere in the quote except for Volume V. Contractor provided information on and demonstrates the ability to provide the required labor, supervision, services, equipment, deliverables and supplies as described in the Statement of Work (SOW). VOLUME III Past Performance (one copy): Past Performance shall be within the last 3 years (minimum of three and maximum of five) and relevant to respirator fit testing services in the same scope and size of this requirement. CPARS will also be utilized to evaluate past performance. VOLUME IV SDVOSB VIP Registration Verification: As required by Federal Regulation, Contractors that are VIP verified SDVOSB/VOSB shall be verified in Home A A. VetBiz Portal (va.gov) Prime Quoter Quoter to provide the VIP registration letter that provides the expiration date of their registration. If subcontracting: Quoter shall submit the name of any proposed Contractor to include their SAM ID number. If sub-Contractor is a verified SDVOSB/VOSB, a copy of the VIP registration letter for that sub-contractor is to be presented. VOLUME V - Pricing (one copy): Quoter shall complete the Price Schedule included in this solicitation. (No other format is authorized) Quoter shall complete table beneath the Price Schedule included in this solicitation. Quoter shall price all options at time of quote submission. This is a Firm Fixed Price Purchase Order with options. Pricing shall not be listed anywhere else but in the Price Schedule and Totals Table of this quote. The prices in the Price Schedule are to be all inclusive of all services as stated in the Statement of Work. FAR 52.217-8, Option to Extend Services, will be included with this requirement and will be evaluated and priced in accordance with the clause at the pricing during the period of performance right before the clause is used. Pricing shall not be changed if this clause is utilized. Special Notice: Quote packages that do not contain all required information as described in the Statement of Work and Instructions above may not be considered for award. Determination to consider a quote for award will be made by the Contracting Officer. SIMPLIFIED ACQUISITION EVALUATION PROCEDURES: Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. SDVOSB VIP Registration Verification: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government strongly consider above other quoters for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database at time of quotation submission and at time of award (https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price.A For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line-item numbers and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the Contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). Submission of your response shall be received not later than 05/06/2022 at 14:00 PM, Eastern Time via email to the point of contact listed below. Quotes emails shall be Titled: RFQ number Site Description of Services Quoter Company Name Quoters shall follow the submission requirements and instructions in this notice. Quoters that do not submit a complete quote package containing all required items listed within this notice may not be considered for award. Determination to consider a quote for award will be made by the Contracting Officer. Late submissions may not be accepted. It is the responsibility of the quoter to ensure their quote package has been received prior to the closing date and time. Determination to accept a late quote will be made by the Contracting Officer. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below no later than the 7th calendar day at 3:00 p.m., Eastern Time, after the issuance of this notice. Phone calls shall not be accepted. Point of Contact Contracting POC Sally L. Leitch, Contracting Officer, NCO 10, 36C250 Contracting Address Department of Veterans Affairs Veterans Health Administration Network Contracting Office (NCO) 10 8888 Keystone Crossing, Suite 1100 Indianapolis, IN 46240 Contracting POC Phone 317-988-1538 Contracting POC Email Sally.Leitch@va.gov

Award

Medical

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
147
Active Projects
61
Bidding Soon
1,120
All Active Projects
483
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

May 6, 2022

July 1, 2022

June 30, 2023

img_map_placeholder

Multiple Locations, Marion, IN

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.