Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
DOCUMENT

S -- Trash Pick-up - Attachment

Notice Date
2/7/2011
 
Notice Type
Attachment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
VISN-10 Dayton Contracting Activity;Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA25011RQ0082
 
Response Due
2/25/2011
 
Archive Date
4/26/2011
 
Point of Contact
Shelley.Allen@va.gov
 
E-Mail Address
Contracting-Contract Specialist
(Shelley.Allen@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a 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. The solicitation number is VA-250-11-RQ-0082. The solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as a Service Disable Veteran Own Small Business set-aside for commercial items under the North American Industry Classification System (NAICS) Code 562111, Solid Waste Collection, size standard $12.5 million. REQUIREMENT: The Department of Veterans Affairs Medical Center (VAMC), 17273 State Route 104, Chillicothe, OH 45601, intends to negotiate a firm fixed price contract and is seeking quotes for the following: STATEMENT OF WORK DESCRIPTION OF SERVICES: The contractor shall provide all labor, management, equipment, supplies, transportation, applicable licenses and permits, and other items and services necessary to perform general and miscellaneous waste and trash removal services for the removal and disposal of two (Contractor provided) forty (40) cubic yard open top solid waste dumpster, nineteen lockable (Contractor provided) eight (8) cubic yard dumpsters positioned at building locations at the Department of Veterans Affairs Chillicothe (VAMC), 17273 State Route 104, Chillicothe, Ohio 45601. The Contractor shall perform to the standards in the contract as well as all local, state, and federal regulations. All landfill fees shall be paid by the Contractor. The Waste Removal Service deals with refuse and trash collection, transportation, and disposal. It is the Contractor's responsibility to clean up and remove any debris that has fallen from any containers while the exchange is being made. Upon notification by the Contracting Officer or the Contracting Officer's Technical Representative (COTR), the Contractor shall perform emergency refuse and trash removal in areas covered under this contract. All work shall be performed during normal business hours of the Chillicothe VA Medical Center, Which is 7:30am through 4:00pm eastern standard time. Work performed outside the normal hours of coverage at the request of the COTR will be acquired under a separate procurement. Monday through Friday, excluding federal holidays "New Year's Day "Martin Luther King's Birthday "President's Day "Memorial Day "Independence Day "Labor Day "Columbus Day "Veterans Day "Thanksgiving Day "Christmas Day "1 January "Third Monday in January "Third Monday in February "Last Monday in May "4 July "First Monday in September "Second Monday in October "11 November "Fourth Thursday in November "25 December 1. COLLECTION REQUIREMENTS: 1.1. Remove Refuse and Trash: The Contractor shall perform general removal of refuse and trash as identified by the Government in areas identified in section "SUPPLIES AND SERVICES AND PRICES/COSTS". Contractor's responsibilities shall include, but not be limited to, the removal and disposal of all natural refuse and trash and to clean up and remove any debris that has fallen from any containers while the exchange is being made. The pick-up area must be left in a clean and sanitary condition. All refuse and trash hauled by the Contractor shall be contained, tied, or enclosed to prevent leaking, spilling, or blowing. Dispose of all refuse and trash at an off-site location or landfill in accordance with local, state, and federal regulations and procedures. Collections must be made in Contractor's containers, which must be fully enclosed, leak-proof, and fire-retarding, and kept clean. The contractor shall have sufficient personnel, licensed vehicles with appropriate permits, expendable and durable goods to perform the duties required without additional support from the VA. 1.2. Classification of Refuse and Trash. Examples of refuse and trash to be disposed include the following: "Combustible and non-combustible materials. "Vegetation such as leaves, branches, uprooted shrubs, and trees. "Inert environmental refuse and trash such as dirt, mud, rocks, and sand. "Construction refuse and trash such as asphalt, blinds, brick, carpet, concrete, drywall, electrical wires, lamps, glass, insulation materials, copper, steel, aluminum, tile, pipe, plastic, vinyl, and wood. "Personal items such as books, papers, clothing, and cooking utensils. "Household or office items such as appliances, furniture, computer equipment, and telephones. "Food remnants and edible or non-edible garbage but not limited to coffee grounds, tea leaves, egg shells, banana peels, citrus fruit rinds, onion hulls, table scraps, and similar materials. "Miscellaneous Trash such as paper, wrappings, cartons, metal, glass, floor sweepings, waste products of coal and other fuels, wastepaper, lumber, non-repairable wooden items and construction debris. "Patient Care Waste including but not limited to miscellaneous trash in the patient areas, such as tissues, papers, and similar materials used by the patients and for the patients. "Carcasses of dead animals. "Ashes burned refuse from incinerated combustible materials. "Other incinerated refuse such as partially charred or burnt materials such as tin cans, glass containers, other metal or glass items, refuse and trash. 1.3. Routes/Schedules Submittals. The successful Contractor shall establish vehicle routes and collection schedules. They shall be submitted to the Contracting Officer or the Contracting Officer's Technical Representative (COTR) within five (5) business days prior to start of contract performance. The COTR must approve the submittals prior to the Contractor starting work. The Contractor shall collect all refuse, and garbage. No changes are allowed to the schedule or haul route without COTR approval. 1.4. Unscheduled Collections - Emergencies or Special Event Services. Upon notification of an emergency or unscheduled special event services, the Contractor shall respond within one (1) hour to meet with the Contracting Officer or COTR and Government evaluator and initiate emergency services or unscheduled special event services. Upon receiving direction by the contracting officer or COTR, Contractor personnel shall begin work within two hours or unless otherwise mutually agreed upon and approved by the contracting officer or COTR/COTR designee. Work performed outside the normal hours of coverage at the request of the COTR will be acquired under a separate procurement. The Contracting Officer or COTR will notify the Contractor as soon as an unscheduled event requirement is known, but not less than 24 hours prior to the event. Total emergency or special event services shall not exceed 3 calls per year. 1.5. Inclement Weather Schedule. The Contractor shall collect refuse material during periods of inclement weather. In cases of severe weather, the Contracting Officer may authorize exceptions. When exceptions are granted, the Contractor shall make up all missed collections within 24 hours after the severe weather has terminated, unless the contracting officer or COTR authorizes additional time. 1.6. Points of Collection. The Contractor shall position bulk containers for customer ease in depositing refuse. This may require repositioning of containers from time to time. The Contractor shall also position containers to minimize interference with adjacent parking areas, sidewalks, roadways, overhead utilities, trees, and other potential obstructions. 1.7. Cubic Yard Capacity. Proposed capacity of containers is indicated in "Description of Service". The Government reserves the right to change the cubic yard capacity at any collection station or change the number of collection stations as long as it does not increase the overall total cubic yard capacity requirement of this SOW. The Government may also reduce the frequency of collections. 1.8. Government-Approved Containers. Collection of trash and garbage in all areas shall be from Contractor-provided, Government-approved containers. Containers will be rat-proof, fire retarding, and leak proof. Containers shall have easily closeable and lockable lids. Containers shall be maintained in an acceptable appearance, including finish free excessive of rust, holes, etc. 1.9. Washing of Contractor Furnished Containers. Contractor is to wash containers upon request of the COTR, but not more than twice a month. Dumpsters may be washed on site with a pressurized washing unit in a method acceptable to the COTR. Dumpsters may be removed from the site for washing if Contractor prefers, but substitute containers must be furnished during this time. Containers are to be sprayed with approved insecticide and deodorant after each washing. When dumpsters are washed on the VAMC grounds, the Contractor will not allow any liquid to run out of the trash hopper onto the road or grounds. The Contractor will immediately clean up any accidental spills. The Contractor shall be required to complete the dumpster washing report, and leave the report at the office of the COTR, the same day the dumpster is washed. In the event that it is determined by the Contracting Officer that the unit requires additional cleaning and/or maintenance, the contractor will provide this service at no additional cost to the VAMC. 1.10. Maintaining Containers and Collection Area. The Contractor shall return the containers to their original location after servicing, in an upright position with the lids securely in place (closed). The Contractor will also be responsible for immediately cleaning up any spills, debris, etc., which may occur during servicing of containers. All refuse on the ground within ten feet of the container, whether spilled by the Contractor or placed there by VAMC personnel, shall be picked up by the Contractor during collection. The Contractor shall collect debris placed at collection stations; for example, tree branches, sacks, cartons, boxes, cans, tied bundles, or other containers. The Contractor will be responsible for keeping collection areas free of refuse and debris. 2. DISPOSAL: 2.1. Off-Site Disposal. The Contractor shall transport and dispose of all solid waste at a licensed off-site disposal facility selected by the Contractor. Disposal shall be in accordance with existing local, state, and federal regulations. The Contractor must use an Environmental protection Agency (EPA) approved landfill for disposal of all solid waste and submit appropriate certificate validating compliance to this requirement. The Contractor shall be responsible for any permit or fees associated with the use of off-site disposal locations. 2.2. Disposal of Non-marketable Materials. Disposal of non-marketable materials from processing recyclable materials at an off-base facility shall be the responsibility of the Contractor. This includes any recyclable material rejected for any reason. 2.3. Equipment Maintenance. The Contractor shall maintain all Contractor and Government provided containers ensuring they are free of unpleasant odors, dirt, debris, and pests. All containers must remain in good, workable condition. They must remain easily accessible to customers. The Contractor shall perform all cleaning, painting, repair and other maintenance tasks as described in paragraph 1.8 through 1.10. Trucks and trailers used for hauling and collecting shall be washed as required to ensure they are free of odor, dirt, debris, and pests. 3. GENERAL INFORMATION. 3.1. Quality Control. The successful Contractor shall develop and maintain a quality program to ensure refuse services are performed in accordance with commonly accepted commercial practices. The successful Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. 3.2. Quality Assurance. The COTR will periodically evaluate the Contractor's performance to ensure that contracted services are received. The COTR will evaluate the Contractor's performance through intermittent on-site inspections of the Contractor's quality control program and receipt of complaints from VAMC personnel. The Government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections or because of repeated customer complaints. Likewise, the Government may decrease the number of quality control inspections if performance dictates. The Government will also receive and investigate complaints from various customers located at VAMC. The Contractor shall be responsible for initially validating customer complaints. However, the COTR shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s). 3.3. Government Remedies. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (Sept 2005), for Contractor's failure to perform satisfactory services or failure to correct non-conforming services. 3.4. Identification, Parking, Smoking, and VA Regulations. The Contractor's Field Service Engineers (FSEs) shall wear visible identification at all times while on the premises of the VA Medical Center. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the COTR. The VA will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VA. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. 3.5. Conformance Standards. Contract service shall ensure that all work is performed in accordance with Joint Commission, DNR, EPA, DOT, OSHA, and governing federal, local and state regulations and guidelines. Copies of the Contractor's state, local and federal permits and licenses MUST be provided to with the signed quote as noted the addendum to FAR 52.212-1. 3.6. Payment. Invoices will be paid in arrears on a monthly basis. Invoices must include the Contract Number, Purchase Order Number and covered period of service. In addition, all invoices will include total number of pounds, rate per pound as agreed upon in the contract, date of pickup and a copy of the manifest applicable manifests and/certificates of destruction (i.e. report/control numbers). 3.7. Reporting Required Services Beyond The Contract Scope: The Contractor shall immediately, but no later than 24 (twenty four) consecutive hours after discovery, notify the CO and COTR (in writing) of the existence or the development of any instances which the Contractor believe he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COTR with a written estimate of the cost for consideration of additional services under this agreement. 3.8. Insurance: A. Worker compensation and employer's liability. Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes. B. General Liability. Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. C. Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. 3.9. Pre-work Orientation: In accordance with Joint Commission, the Contractor will attend a pre-work orientation meeting prior to the commencement of work on site. The VA will schedule this meeting and it will include discussion of the following topics: A.Fire and Safety B.Infection control C.Disaster procedures D.Transportation routes and general information on the project. E.Other topics deemed necessary The Contractor will be responsible to ensure that Contractor employees coming to the work site will receive the information required above. 3.10. Reconstitution. All waste shall be completely removed in accordance with conformance standards. Areas damaged by Contractor vehicles shall be repaired to meet the appearance of the surrounding area to the satisfaction of the COTR at no additional cost to the Government. 4. SPECIAL CONTRACT REQUIREMENTS: A. Vehicle Specifications. Each vehicle used in the performance of this contract shall meet the specifications required by the State of Ohio, as well as the city/or counties where services are to be performed. B. Permits and Licenses. Prior to performance of any services under this contract, the Contractor shall provide a copy of all permits required in the normal operation of its business to the Contracting Officer. 5. SECURITY REQUIREMENTS. A VA Police background check may be a requirement, at the Government's option, for all Contractors' and any Subcontractors' employee(s) providing services to the Government. The Government's decision to exercise this option will not entitle the Contractors or Sub-Contractors to any contract price adjustments. This shall allow the Contractor to access areas within the Medical Center such as offices, clinics, patient rooms, and other restricted areas. No employee shall be permitted to perform work or access non-public areas unescorted without a background check and written clearance by VA Police. If required by the COTR, the Contractor will be requested to provide the following information: "Name (full, including previous names) of any employee who will be performing work under this agreement. "Social Security Number "Date of Birth "Place of Birth 5.1. Physical Security. The Contractor is responsible for safeguarding all Government documents as indicated in Section 4.13 and 4.14. All vehicles/trucks utilized for pickup of trash and garbage must be properly identified with Contractor name. 5.2. Contractor Personnel. Contractor personnel must wear a common uniform or identification with the Contractor's name printed in neat and professional manner so as to be easily visible and readable. 6. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR). Roger Jones at (740) 773-1141 - is the COTR and is designated to represent the Contracting Officer in furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the Contracting Officer. 6.1. Contractor Reporting Person "Contractor -- Provide telephone number(s) to call for your Service Department: ______________________________________________ "Provide name(s) of contact personnel: _____________________________________________ _____________________________________________ The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to this provision. All quotes must be submitted electronically, no fax, mail or hand delivered quotes will be accepted. Submit quote via email to Shelley.Allen@va.gov. Technical: a.Knowledge of Refuse and Waste Removal- Offeror must provide a narrative addressing disposal of all refuse and trash at an off-site location or landfill in accordance with local, state, and federal regulations and procedures b.Permits Needed - Offeror must submit copies of all current permits required in the normal operation of its business. c.Operation Plan - Offeror must provide a narrative addressing sufficient personnel, licensed vehicles, expendable and durable goods to perform the duties required without additional support from the VA. d.Evidence of Insurance Coverage - Offeror must provide evidence of insurance coverage/certificate of insurance. Name and Address of Insurance Company _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ Name of Contact Person__________________________________________ Telephone No___________________________________________ Vehicles: Please list the type of vehicles to be used in performing the services of this contract: ___________________________________________ ___________________________________________ ___________________________________________ Past Performance: a.Name and contact information, including an e-mail address, for three (3) clients receiving the same or similar services within the past three years. b.Completed Past Performance Surveys from the three (3) entities listed above (see Attachment A). Completed Past Performance Surveys must be returned directly to the contracting office by the person completing the survey. It is the offeror's responsibility to ensure that the surveys are returned by references before the closing date of the solicitation. c.Information that may be perceived as negative from the points of contacts provided, along with an explanation as to the perception and outcome. Price: Price must be provided in accordance with the following format below: ServiceTotal per Year Provide all labor, management, equipment, supplies, transportation, applicable licenses and permits, and other items and services necessary to perform general and miscellaneous waste and trash removal services for disposal. $ ** When combined, Technical and Past Performance are equal to price.** EVALUATION PROCEDURES: The Government will select the best overall offer based on price and the offeror ability to meet the requirements specified in this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. The full text of any FAR and VAAR clauses which are incorporated by reference may be obtained at the following URLs: FAR: http://www.acquisition.gov/far/index.html VAAR: http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm FAR 52.212-4 Contract Terms and Conditions -- Commercial Items. Contract Terms and Conditions -- Commercial Items (Jun 2010) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights -- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C.3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include -- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment. (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt Payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR Part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall- (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the- (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period at fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if- (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on- (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments. (9) The specification. (t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to: (A) Change the name in the CCR database; (B) Comply with the requirements of Subpart 42.12 of the FAR; (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. (End of Clause) FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. MAY 2004 (a) Definition. "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation will be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for-- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if-- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b) (e) Any service-disabled veteran-owned small business concern (nonmanufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) The following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.204-9PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL SEP 2007 FAR 52.217-9OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 2000 FAR 52.232-18AVAILABILITY OF FUNDS APR 1984 FAR 52.232-19AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR APR 1984 VAAR 852.203-70COMMERCIAL ADVERTISING JAN 2008 VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS JAN 2008 VAAR 852.273-74AWARD WITHOUT EXCHANGES JAN 2003 VAAR 852.273-76ELECTRONIC INVOICE SUBMISSION OCT 2008 (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Ohio. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). ___ (6) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). ___ (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (8) [Reserved] ___ (9) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (10) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (11) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (12) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2010) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (13) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___ (14) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (15) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (16) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (17) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). X_ (18) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ___ (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __X (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). ___ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (24) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). ___ (25) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ___ (26) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (27) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (28) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (30) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. ___ (31) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). ___ (32) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (33) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (34) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (35) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (36) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (37) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (38) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (39) 52.232.30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (40) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (41) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (42) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (43) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (44) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) All quotes must be submitted electronically; no fax, mail or hand delivered quotes will be accepted, February 25, 2011 by 9am EST. Submit quote via email to Shelley.Allen@va.gov ATTACHMENT A- PAST PERFORMANCE SURVEY INSTRUCTION FOR COMPLETING PAST-PERFORMANCE SURVEY The Department of Veterans Affairs is considering the Offeror listed below for award of a VA Medical Center Dayton, Ohio contract. Your comments are appreciated regarding this Offeror's past performance. Your comments are considered Source Selection Sensitive; therefore, you are advised that the Federal Acquisition Regulation (15.506) prohibits the release of the names of individuals providing reference information about Offeror's past performance. A.Please evaluate the past performance using only the following ratings without variation. If the rating is Marginal or Unacceptable, please provide additional information in the appropriate block or in the remarks section of this form. You may provide an overall narrative explaining your response in the remark section of the form. B.Indicate the contractor's performance on the identified program. C.The following is the definition for each rating: ""O" = Outstanding: Performance greatly exceeded the contract requirements ""A" = Above Average: Performance exceed the contract requirements ""S" = Satisfactory: Performance met the minimum contract requirements ""M" = Marginal: Performance met the minimum contract requirement, but some material aspects of the contract's performance were less than satisfactory ""U" = Unacceptable: Performance was poor and/or did not satisfy contract Requirements ""N/A = Not Applicable D.Please return Past-Performance Survey by 2/25/2011 to: Dayton VA Medical Center Attn: Shelley Allen (NBC) 4100 W. Third St. Dayton, OH 45428 E-mail: Shelley.Allen@va.gov Fax: (937) 262-5974 PAST-PERFORMANCE SURVEY Offerors Name: _________________________________________________________ Contract Number: ________________________________________________________ Contract Type and Dollar Value: ____________________________________________ Contract Start/End Dates: __________________________________________________ Brief Description of work: ________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ Please rate and provide information/comments for the following:Circle one 1. To what extent did the contractor comply with contract requirements?O A S M U 2. If reports were required, were they accurate in meeting contract requirements?O A S M U 3. To what extent did the contractor use appropriate personnel for contract requirements? O A S M U 4. To what extent did the contractor display technical expertise?O A S M U 5. Use of Quality Control:O A S M U 6. To what extent was contractor able to meet the performance schedule:O A S M U 7. What extent was contractor flexible in responding to changing needs?O A S M U 8. To what extent was the contractor reliable? O A S M U 9. To what extent was the contractor responsive to technical directions? O A S M U 10. To what extent did contractor notify you of problems or potential problems? O A S M U 11. Would you award another contract to the party being evaluated? If no, please explain: Yes No 12. Was the customer satisfied with the end product? If no, please explain: Yes No 13. Have any cure notices, show cause letters,suspension of payment, or termination been issued? If yes, please explain. Yes No 15. Additional Remarks: Printed Name of Evaluator: Signature of Evaluator: Position Title: Telephone Number: Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25011RQ0082/listing.html)
 
Document(s)
Attachment
 
File Name: VA-250-11-RQ-0082 VA-250-11-RQ-0082.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=174953&FileName=VA-250-11-RQ-0082-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=174953&FileName=VA-250-11-RQ-0082-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VISN 10;Department of Veterans Affairs;Chillicothe VA Medical Center;17273 State Route 104;Chillicothe, OH
Zip Code: 45601
 
Record
SN02374568-W 20110209/110207234322-27884a565ee6d4c8f1f4c59ee15c949a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.