SOLICITATION NOTICE
H -- FY25: Radiation Safety Physics Services
- Notice Date
- 6/27/2025 10:11:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24825Q0788
- Response Due
- 7/9/2025 7:00:00 AM
- Archive Date
- 08/08/2025
- Point of Contact
- Elder Vazquez, Contract Specialist, Phone: 939-321-7682
- E-Mail Address
-
elder.vazquezmelendez@va.gov
(elder.vazquezmelendez@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Items Page 12 of 12 A.1 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; quotes are being requested, and a written solicitation document will not be issued. The solicitation number is 36C24825Q0788 issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 Effective 06-11-2025. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far This solicitation is being conducted under FAR Part 13 Simplified Acquisition Procedures, and FAR Part 12, Acquisition of Commercial Items. This combined synopsis-solicitation is issued as Service Disabled Veteran Own Small Business (SDVOSB) set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a small business size standard of $19.0M. The PSC is H966. The Network Contracting Office (NCO) 8, San Juan Services Team is seeking to purchase non-personal services for Diagnostics Medical Physics Services Detailed specifications and requirements are provided in Attachment 1-RFQ 36C24825Q0788 Diagnostics Medical Physics Services. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Addenda to this provision is applicable and contain the evaluation criteria and basis for award. The document is attached. 52.212-3 Offeror Representations and Certifications Commercial Products And Commercial Services (MAY 2024) (DEVIATION FEB 2025)Done. Offerors shall 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 Products and Commercial Services (Nov 2023), applies to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services (Jan 2025), applies to this acquisition. 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. 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:"" A.2 EVALUATION FACTORS FOR AWARD: The Evaluation factor for this Request for Quote (RFQ) are technical, past performance, and Price. TECHNICAL FACTOR In this factor is important the offeror complies with applicable rules and regulations and will provide quality services promptly. In that regard, the offeror shall; demonstrate compliance with the solicitation requirements. Consequently, possesses and maintains the necessary permits, adequate and trained staff, and the parts and equipment necessary to perform the services as per the PWS. The quotation shall be evaluated to the extent to which it can meet or exceed the Government's requirement as outlined in the solicitation and the evaluation's factors. At a minimum, your technical quote shall include the following: Contractor shall provide all personnel qualification, current board certification, licensure, education, and resumes. Interested vendors shall include their experience and technical competence in Diagnostic Medical Physics work such as Annual Diagnostic Imaging Equipment Evaluations, Dose Optimization and Surveys, Shielding Design and Verification Surveys, Radiation Safety Compliance Reviews, Diagnostic Equipment Monitoring and Testing Compliance, Record Keeping and Documentation Management. Contractor shall provide a Diagnostic Medical Physics Work Plan that addresses strategies for effective resource allocation, defines timelines for quarterly task completion, ensures the implementation of quality control measures, and secures appropriate staffing to meet the project's needs throughout the year. Contractor shall provide sample reports for annual, emergency (e.g., post-repair or suspected malfunction) or initial equipment performance evaluations, dose optimization assessments and shielding calculations and surveys. Past Performance Factor: An offeror past performance is important in determining its ability to successfully perform the services described in the PWS. The Government is interested in ensuring that the offeror has a successful history of recent and relevant past performance. In order to be considered relevant and recent, all references shall be similar in scope to the solicitation requirement, and services performed within the last five (5) years preceding the submission of this quote. Prospective contractors (quoters) shall submit three (3) references of past or current contract performance preferable hospital related. References may include Federal, State, Local Government, and/or private sector. References shall include company name, telephone number, point of contact, e-mail address, contract amount, and performance period. Past Performance will be evaluated to assess its relative merit with respect to the solicitation requirements. Evaluation will be based on current and past performance information furnished by the quoter, as well as information from available sources such as other government agencies, suppliers, etc. Past Performance information to be considered includes: Timeliness: Met or exceeded the contract schedule of services. Quality of Product and Services: Quoter s ability to comply with the contract requirements, effectiveness of its quality control system, field associated quality control problems and corrective action taken. Safety: Quoter s compliance with safety regulations and resolution of safety problems encountered. Customer Satisfaction: Satisfaction of prior customers and end users. This includes the willingness of prior customers to do business with the quoter again if given the choice. In the case of a quoter without a record of relevant past performance or for whom information on past performance is not available, quoter will not be evaluated favorably or unfavorably on past performance. PRICE FACTOR: Price will be evaluated to determine price reasonableness. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. In addition, as part of the price evaluation, the government will evaluate its option to extend services (See FAR Clause 52.217-8) by adding another six months period to the quoter s total price. Thus, the quoter s total price for the purpose of evaluation will include the base period, all options, and a six-month period using the price the quoter incorporated for the last option period listed in the Price Schedule. Evaluation of options shall not obligate the Government to exercise the option(s). The price quoted shall be limited to a maximum of two (2) decimal places. If the quoter's price includes more than two (2) decimals, the government reserves the right to round the amount up or down to limit it to two decimal places. Questions regarding this acquisition shall be emailed to the Contracting Specialist Elder Vazquez at elder.vazquezmelendez@va.gov and Contract Officer Aurea Gonzalez Aurea.Gonzalez@va.gov. All questions shall be submitted as a word document. All questions are due July 2, 2025, at EST 10:00 AM. Offers are due on Wednesday July 9, 2025, by EST 10:00 a.m. Submittal is via email to: elder.vazquezmelendez@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). A3. QUOTE PREPARATION INSTRUCTIONS: To assure timely and equitable evaluation of quotes, prospective contractors (quoters) must follow the instructions contained herein. Quoters are required to meet all solicitation requirements. The quoter response shall consist of a technical, past performance and price submission. Submit to the Contracting Office by the time and place indicated in the solicitation. Price quote Submission: Quoters shall price all line items listed in the price schedule. AND add prices to attachment equipment list. Technical Submission: In demonstrating the ability to comply with the solicitation requirements, quoters shall meet and provide all solicitation technical requirements submissions with their quote in accordance with the PWS and section A.2 Evaluation Factors for Award above. Past Performance Submission: Submit with quote (3) past performance references. Fill-up -VAAR 852.219-75 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION) See attached document: S02- Attachment 1-RFQ 36C24825Q0788 Diagnostics Medical Physics Services S02- Copy of VACHS Equipment List for DMP Services Contract
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ce542a4ed9f4448c8a6736a14298572f/view)
- Place of Performance
- Address: Department of Veterans Affairs Network Contracting Office 8 (NCO 8) VA Caribbean HCS (Admin Bldg) #10 Calle Casia Suite #C216, San Juan, PR 00921, USA
- Zip Code: 00921
- Country: USA
- Zip Code: 00921
- Record
- SN07491833-F 20250629/250627230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |