Skip to main content

An official website of the United States government

You have 2 new alerts

J045--TIERED EVALUATIONS SDVOSB->VOSB->SB WASHINGTON DC VA MEDICAL CENTER MAINTENANCE AND REPAIR PLUMBING & MECHANICAL MULTIPLE AWARD BPA RFQ

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Nov 15, 2022 05:06 pm EST
  • Original Date Offers Due: Dec 07, 2022 01:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 05, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Washington, DC VA Medical Center (VAMC) Washington , DC 20422
    USA

Description

The Government intends to award multiple fixed price straight 5 year BPAs resulting from this solicitation to the responsible Quoters whose quote conforming to the solicitation provides the best value to the Government. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. The Government has the discretion to accept other than the lowest priced quote that provides additional benefits. Future Task Orders within the scope of this BPA will be competed between selected BPA holders and evaluated based on the best-value to the Government for future work requirements as the needs arise. This procurement is set-aside according to the order of priority for contracting preferences as established in 38 U.S.C. § 8127 and includes a TIERED EVALUATION APPROACH. Quotes will be evaluated by directly comparing quotes within the same tier with another in a uniform manner to determine which quote provides the Government with its needs, as identified in the RFQ. a) Tier 1: The Government will award a BPA resulting from this solicitation to the responsible SDVOSB Quoter whose quote conforming to the solicitation provides the best value to the Government, price considered. If no quotes were submitted by SDVOSB concerns, or if none of the quotes would result in award at a fair and reasonable price that offers best value to the Government, then the SDVOSB set-aside will be withdrawn and the agency will review quotes from the next tier. b) Tier 2: If no quotes were submitted by VOSB concerns, or if none of the quotes would result in award at a fair and reasonable price that offers best value to the Government, then the VOSB set-aside will be withdrawn and the agency will review quotes from the next tier. c) Tier 3: Within the small business tier, the Government will afford a preference to HUBZone small business concerns and 8(a) participants. If no quotes were submitted by HUBZone small business concerns or 8(a) participants, or if none of the quotes would result in award at a fair and reasonable price that offers best value to the Government, then the Government will review quotes from other small business concerns. The following factors shall be used to evaluate quotes: - Technical Capability - Thorough understanding of the Statement of Work (SOW): Provide evidence of Capability/Expertise to meet the requirements set forth in the SOW, including licensing, experience, and qualified personnel to meet the requirements. - Past Performance - The Government will utilize any information the contractor provides for experience to conduct reference checks if necessary and will also query FAPIIS and CPARS to evaluate contractor past performance. Past Performance questionnaire is requested to be utilized to maximum extent possible but not required. - Price Government will utilize the unit pricing provided to meet the work of the respective SOW sections for standard and emergency situations.

Contact Information

Contracting Office Address

  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA

Primary Point of Contact

Secondary Point of Contact





History