Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C24422Q1047
The Department of Veterans Affairs, Wilkes-Barre VA Medical Center (WBVAMC), 1111 East End Blvd., Wilkes-Barre, PA 16001, has a requirement for COVID Screener Services. The Department of Veterans Affa...
The Department of Veterans Affairs, Wilkes-Barre VA Medical Center (WBVAMC), 1111 East End Blvd., Wilkes-Barre, PA 16001, has a requirement for COVID Screener Services. The Department of Veterans Affairs (VA), Network Contracting Office 4 (NCO4) is contracting for a Five (5) Year, Firm-Fixed-Priced (FFP) Indefinite Delivery Indefinite Quantity (ID-IQ) contract for COVID Screener Services in support of the WBVAMC. The contractor shall provide COVID Screener Services that cover a 24-hour, 7-day a week schedule without interruption. The COVID Screeners will be stationed to designated ingress/egress checkpoints around the facility where all personnel attempting to gain access are asked a short series of health screening questions associated with the CDC COVID-19 screening protocols, which includes administering a temperature check with a touchless apparatus. Under no circumstances may a COVID Screener leave their assigned COVID Screener Station unattended. Break relief of any kind, regardless of the duration is the responsibility of the contractor to provide its personnel while ensuring 100% coverage of COVID Screener Stations. 24/7 coverage is currently needed for two (2) COVID Screener Stations; One (1) COVID Screener Station requires one (1) COVID Screener, and One (1) COVID Screener Station requires two (2) COVID Screeners PERIOD OF PERFORMANCE: All services under the awarded contract will be initiated by Task Order awards comprised of Six (6) Month performance periods. The Period of Performance is September 20, 2022, through September 19, 2027. The first performance period will be September 20, 2022, through March 19, 2023. CONTRACT AWARD: The Government intends to award a single contract to the responsible Offeror whose offeror conforming to the solicitation will be most advantageous to the Government, price and other factors considered. EVALUATION METHOD: 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 following factors shall be used to evaluate offers: 1) Technical Capability 2) Past Performance 3) Price This acquisition will be set aside for Service-Disabled Veteran-Owned Small-Business concerns. The North American Industry Classification System (NAICS) for this requirement is 561320 with a small business size standard of $30 Million. All interested and responsible parties may submit a quote following solicitation release. The solicitation number is 36C24422Q1047. It is anticipated that the solicitation will be posted to the SAM.gov website on August 23, 2022.