R– 3rd Party Insurance
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: R-- 3rd
Classification Code: R - Professional, administrative, and management support services
Solicitation Number: 36C79118R0014
Contact:
Setaside: N/AN/A
Place of Performance (address): Commodities and Services Acquisition Services;
Place of Performance (zipcode): 80401
Place of Performance Country:
Description:
VA Denver Acquisition & Logistics Center
The purpose of this amendment is to ADD additional language to the current RFP FBO#36C79118R0014/Third
The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition and the following addenda apply:
ADDENDUM TO FAR 52.212-1 - SPECIFIC INSTRUCTIONS TO OFFERORS REGARDING PROPOSAL PREPARATION
The following provision is incorporated into FAR 52.212-1 Instructions to Offerors Commercial Items (
1. PROPOSAL SUBMISSION
1.1 Introduction: This section contains general proposal submissions instructions as well as specific proposal requirements for the
1.2 General. The proposal shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the RFP.
2. PROPOSAL INSTRUCTIONS
2.1 General:
2.1.1 The Offeror shall provide information by addressing each Factor in the format and sequence identified in the solicitation. The Offeror must provide information in sufficient detail to allow the Government to make a best value assessment of the Offeror s capability to support the proposed response to the evaluation criteria. Proposals that do not contain the information requested in the solicitation risk being determined unacceptable by the Government. The Government will not assume the Offeror possesses any capability, understanding, or commitment not specified in the proposal.
2.1.2 The proposal must not merely repeat the solicitation requirements, but rather must provide convincing documentary evidence in support of conclusive statements of how contract requirements will be met.
2.1.3 Alternate Proposals: Alternate terms and conditions to proposals will not be accepted.
2.1.4 Proposals shall be valid for a minimum of 90 calendar days from the date the RFP closes. A statement regarding the validity period must be included in the proposal.
2.2 All questions concerning this procurement, either technical or contractual must be submitted in writing to the CO on or before
2.2.1
Denver Acquisition & Logistics Center
ATTN:
Re: VA791-18-R-0014
P.O. Box 25166
or
E-mail: [email protected]
2.2.2 Proposals submitted via courier service, e.g.
Denver Acquisition & Logistics Center
ATTN:
Re: VA791-18-R-0014
Proposals submitted via E-mail should be sent to the following contact.
Email Subject Line: VA791-18-R-0014
2.3 The proposal shall consist of the following:
2.3.1 Each proposal shall be submitted in the English language and consist of and include all of the following:
a. One signed and completed paper copy of the attached Standard Form 1449 (SF 1449) and continuation sheets signed by a person authorized to enter into the proposed contract on behalf of the Offeror. Acknowledgment of all amendments to the solicitation and all continuation sheets are to be filled in as directed, i.e., proposed prices in the Priced Schedule of Premiums in Section B, any fill-ins required, and Certifications and Representations in Sections C and E. The Offeror is directed to thoroughly read the solicitation and fill in the required information in the appropriate solicitation clauses. For any fill-ins that are not applicable, the Offeror must acknowledge by indicating N/A .
b. A complete Price/Cost Schedule, as seen in section B.5 of this document must be filled out entirely. All items and options must be filled in or the proposal will be considered incomplete and will not be evaluated.
c. Representations through System for Award Management. The purpose of electronic Representations and Certifications is to provide all Offerors with a portal in which to submit Reps/Certs in a publicly accessible format, nullifying the requirement to submit identical information in response to each and every Federal contract solicitation. As a requirement under the VADIP solicitation, all Offerors must submit Reps/Certs data into the System for Award Management (SAM) at https://www.sam.gov/ and provide one hard copy and one electronic copy (on CD) submitted as an .XPS file. Any Offeror that has previously submitted Reps/Certs data into SAM is reminded to update the data prior to submitting with the proposal.
(End of Provision)
The provision at 52.212-2, Evaluation Commercial Items, will be used for this procurement. The following addenda to this provision are applicable:
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Award will be made to the lowest priced, technically acceptable, responsible offeror whose proposal conforms to the solicitation requirements, and whose proposal adequately demonstrates that they are able to meet, on a pass/fail basis, all of the Minimum Technical Requirement for each line item as listed in Section B.3 above. If an offeror does not meet all of the minimum technical requirements as stated in Section B.3 above, they will be determined technically unacceptable and their proposal will not receive further consideration.
Award will be made on a lowest price, technically acceptable (LPTA) basis.
The Government will evaluate on a pass/fail basis and the offeror will be considered technically acceptable if it meets all of the criteria listed below for each proposed CLIN.
Carrier must be licensed in all 50 United States,
Carrier shall operate a customer service claims service program to provide customer support through telephone, facsimile, mail and electronic media 24 hours a day seven days a week.
Carrier must carry an A.M. Best Rating of B or--higher.
Coverage for the government-owned vehicles under this contract will be for third party bodily injury (BI) and property damage (PD). Limits of
The price evaluation will be computed by multiplying the estimated quantity of each line item by the unit prices offered for the base year and option years and adding the results of each line item. Unit prices shall not exceed two decimal places. The Government intends to evaluate offers and award a contract without discussions. However, the Government reserves the right to conduct discussion if determined by the Contracting Officer to be necessary
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
9. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. Offers that do not include a completed copy of the provision 52.212-3 may be considered unresponsive and excluded from consideration.
10. Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition.
11. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition to include:
ADDENDA TO CLAUSE 52.212-5:
The following clauses are applicable to this solicitation:
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
52.219-8, Utilization of Small Business Concerns (
52.219-28, Post Award Small Business Program Representation (
52.222-3, Convict Labor (
52.222-21, Prohibition of Segregated Facilities (APR 2015).
52.222 26, Equal Opportunity (
52.222-36, Equal Opportunity for Workers with Disabilities (
52.222-50, Combating Trafficking in Persons (
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
52.225-13, Restrictions on Certain Foreign Purchases (
52.232-33, Payment by Electronic Funds Transfer System for Award Management (
12. The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. There is no DPAS rating.
13. Offers are due via e-mail, fax, or delivery on
Offers must be submitted to one of the following:
Regular Mail:
Commodities & Services Acquisition Service
Attn:
PO Box 25166
Commodities & Services Acquisition Service
Attn:
E-mail:
14. contact information regarding the solicitation is:
GOVERNMENT POINT OF contact:
Agency:
Commodities & Services Acquisition Service (CSAS)
Address: P.O. Box 25166
Overnight
Address:
Primary
Title: Contract Specialist
E-Mail Address: [email protected]
Phone No. (303) 273-6229 Fax No.: (303)-215-9074
Secondary
Title: Contracting Officer
E-Mail Address: [email protected]
Phone No. (303) 273-6208 Fax No.: (303)-215-9074
The following documents are hereby changed from:
Combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart--12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This solicitation is issued as a Request for Proposal (RFP) from the
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective
This procurement is unrestricted. All responsible sources may submit an offer.
NAICS Code: 524210
Small Business Size Standard:
CLINs requested are as listed below:
CLIN 1:
CLIN 2:
CLIN 3:
Description of requirements: Services under this contract consist of third party liability insurance coverage for approximately 100 government-owned vehicles (GOV) up to 130 GOV in the VA Driver Rehabilitation Programs at all participating
Date(s) and place(s) of delivery and acceptance and FOB point:
DELIVERY INFORMATION
Delivery schedule: 10 days after receipt of order (ARO). F.O.B. DESTINATION unless otherwise specified.
Delivery Address: The
Commodities and Services Acquisition Services
Mark for:
7. Offers are due via e-mail, fax, or delivery on
Offers must be submitted to one of the following:
Regular Mail:
Commodities & Services Acquisition Service
Attn:
PO Box 25166
Commodities & Services Acquisition Service
Attn:
E-mail:
15. contact information regarding the solicitation is:
GOVERNMENT POINT OF contact:
Agency:
Commodities & Services Acquisition Service (CSAS)
Address: P.O. Box 25166
Overnight
Address:
Primary
Title: Contract Specialist
E-Mail Address: [email protected]
Phone No. (303) 273-6229 Fax No.: (303)-215-9074
Secondary
Title: Contracting Officer
E-Mail Address: [email protected]
Phone No. (303) 273-6208 Fax No.: (303)-215-9074
TO:
Combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart--12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This solicitation is issued as a Request for Proposal (RFP) from the
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective
This procurement is unrestricted. All responsible sources may submit an offer.
NAICS Code: 524210
Small Business Size Standard:
CLINs requested are as listed below:
CLIN 1:
CLIN 2:
CLIN 3:
Description of requirements: Services under this contract consist of third party liability insurance coverage for approximately 100 government-owned vehicles (GOV) up to 130 GOV in the VA Driver Rehabilitation Programs at all participating
Date(s) and place(s) of delivery and acceptance and FOB point:
DELIVERY INFORMATION
Delivery schedule: 10 days after receipt of order (ARO). F.O.B. DESTINATION unless otherwise specified.
Delivery Address: The
Commodities and Services Acquisition Services
Mark for:
The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition and the following addenda apply:
ADDENDUM TO FAR 52.212-1 - SPECIFIC INSTRUCTIONS TO OFFERORS REGARDING PROPOSAL PREPARATION
The following provision is incorporated into FAR 52.212-1 Instructions to Offerors Commercial Items (
1. PROPOSAL SUBMISSION
1.1 Introduction: This section contains general proposal submissions instructions as well as specific proposal requirements for the
1.2 General. The proposal shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the RFP.
2. PROPOSAL INSTRUCTIONS
2.1 General:
2.1.1 The Offeror shall provide information by addressing each Factor in the format and sequence identified in the solicitation. The Offeror must provide information in sufficient detail to allow the Government to make a best value assessment of the Offeror s capability to support the proposed response to the evaluation criteria. Proposals that do not contain the information requested in the solicitation risk being determined unacceptable by the Government. The Government will not assume the Offeror possesses any capability, understanding, or commitment not specified in the proposal.
2.1.2 The proposal must not merely repeat the solicitation requirements, but rather must provide convincing documentary evidence in support of conclusive statements of how contract requirements will be met.
2.1.3 Alternate Proposals: Alternate terms and conditions to proposals will not be accepted.
2.1.4 Proposals shall be valid for a minimum of 90 calendar days from the date the RFP closes. A statement regarding the validity period must be included in the proposal.
2.2 All questions concerning this procurement, either technical or contractual must be submitted in writing to the CO on or before
2.2.1
Denver Acquisition & Logistics Center
ATTN:
Re: VA791-18-R-0014
P.O. Box 25166
or
E-mail: [email protected]
2.2.2 Proposals submitted via courier service, e.g.
Denver Acquisition & Logistics Center
ATTN:
Re: VA791-18-R-0014
Proposals submitted via E-mail should be sent to the following contact.
Email Subject Line: VA791-18-R-0014
2.3 The proposal shall consist of the following:
2.3.1 Each proposal shall be submitted in the English language and consist of and include all of the following:
a. One signed and completed paper copy of the attached Standard Form 1449 (SF 1449) and continuation sheets signed by a person authorized to enter into the proposed contract on behalf of the Offeror. Acknowledgment of all amendments to the solicitation and all continuation sheets are to be filled in as directed, i.e., proposed prices in the Priced Schedule of Premiums in Section B, any fill-ins required, and Certifications and Representations in Sections C and E. The Offeror is directed to thoroughly read the solicitation and fill in the required information in the appropriate solicitation clauses. For any fill-ins that are not applicable, the Offeror must acknowledge by indicating N/A .
b. A complete Price/Cost Schedule, as seen in section B.5 of this document must be filled out entirely. All items and options must be filled in or the proposal will be considered incomplete and will not be evaluated.
c. Representations through System for Award Management. The purpose of electronic Representations and Certifications is to provide all Offerors with a portal in which to submit Reps/Certs in a publicly accessible format, nullifying the requirement to submit identical information in response to each and every Federal contract solicitation. As a requirement under the VADIP solicitation, all Offerors must submit Reps/Certs data into the System for Award Management (SAM) at https://www.sam.gov/ and provide one hard copy and one electronic copy (on CD) submitted as an .XPS file. Any Offeror that has previously submitted Reps/Certs data into SAM is reminded to update the data prior to submitting with the proposal.
(End of Provision)
The provision at 52.212-2, Evaluation Commercial Items, will be used for this procurement. The following addenda to this provision are applicable:
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Award will be made to the lowest priced, technically acceptable, responsible offeror whose proposal conforms to the solicitation requirements, and whose proposal adequately demonstrates that they are able to meet, on a pass/fail basis, all of the Minimum Technical Requirement for each line item as listed in Section B.3 above. If an offeror does not meet all of the minimum technical requirements as stated in Section B.3 above, they will be determined technically unacceptable and their proposal will not receive further consideration.
Award will be made on a lowest price, technically acceptable (LPTA) basis.
The Government will evaluate on a pass/fail basis and the offeror will be considered technically acceptable if it meets all of the criteria listed below for each proposed CLIN.
Carrier must be licensed in all 50 United States,
Carrier shall operate a customer service claims service program to provide customer support through telephone, facsimile, mail and electronic media 24 hours a day seven days a week.
Carrier must carry an A.M. Best Rating of B or--higher.
Coverage for the government-owned vehicles under this contract will be for third party bodily injury (BI) and property damage (PD). Limits of
The price evaluation will be computed by multiplying the estimated quantity of each line item by the unit prices offered for the base year and option years and adding the results of each line item. Unit prices shall not exceed two decimal places. The Government intends to evaluate offers and award a contract without discussions. However, the Government reserves the right to conduct discussion if determined by the Contracting Officer to be necessary
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
9. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. Offers that do not include a completed copy of the provision 52.212-3 may be considered unresponsive and excluded from consideration.
10. Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition.
11. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition to include:
ADDENDA TO CLAUSE 52.212-5:
The following clauses are applicable to this solicitation:
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
52.219-8, Utilization of Small Business Concerns (
52.219-28, Post Award Small Business Program Representation (
52.222-3, Convict Labor (
52.222-21, Prohibition of Segregated Facilities (APR 2015).
52.222 26, Equal Opportunity (
52.222-36, Equal Opportunity for Workers with Disabilities (
52.222-50, Combating Trafficking in Persons (
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
52.225-13, Restrictions on Certain Foreign Purchases (
52.232-33, Payment by Electronic Funds Transfer System for Award Management (
12. The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. There is no DPAS rating.
13. Offers are due via e-mail, fax, or delivery on
Offers must be submitted to one of the following:
Regular Mail:
Commodities & Services Acquisition Service
Attn:
PO Box 25166
Commodities & Services Acquisition Service
Attn:
E-mail:
14. contact information regarding the solicitation is:
GOVERNMENT POINT OF contact:
Agency:
Commodities & Services Acquisition Service (CSAS)
Address: P.O. Box 25166
Overnight
Address:
Primary
Title: Contract Specialist
E-Mail Address: [email protected]
Phone No. (303) 273-6229 Fax No.: (303)-215-9074
Secondary
Title: Contracting Officer
E-Mail Address: [email protected]
Phone No. (303) 273-6208 Fax No.: (303)-215-9074
Nothing follows.
Link/URL: https://www.fbo.gov/spg/VA/VADDC791/VADDC791/36C79118R0014/listing.html
J– Preventative Maintenance Services for the Volcano IVUS Systems.
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News