Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
DOCUMENT

N -- OR Booms & Lights - Attachment

Notice Date
4/24/2012
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24812Q1057
 
Response Due
5/14/2012
 
Archive Date
6/13/2012
 
Point of Contact
Thomas Lucas
 
E-Mail Address
.Lucas@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION General Information Document Type: Combined Solicitation/Synopsis Solicitation Number:VA248-12-Q-1057 Posted Date:4/13/2012 Response Date:5/14/2012 @ 1PM EST Classification Code:N065 Set Aside:SDVOSB NAICS Code:423450 Contracting Office Address NCO 8 ATTN: Thomas Lucas 10000 Bay Pines Blvd, Bldg 2 RM 325 Bay Pines, FL 33744 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-56 April 2, 2012. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450, with a small business size standard of 100 employees. The Network Contracting Office 8 is seeking to purchase the installation of operating room lights (LED), video switch, and ceiling mounted utility booms for the four (4) surgical suites in the 14,000 square foot ambulatory surgical clinic, Bay Pines FL. Notice BRAND NAME applies to this acquisition, Stryker products and installation services must be quoted no substitutes will be accepted. An executed BRAND NAME Justification and Approval is included at the end of this Combined Synopsis/Solicitation. All interested companies shall quote for the following: Supplies Stryker Visum Surgical LEDs Stryker Part #DescriptionQty Unit PriceTotal Price 682-400-231 Mounting Plate Single Heavy Duty 8 682-001-551Hardware Kit, Boom Or Susp, Eng8 682-000-205LCVisum LED / Flat Panel w/Cables Camera Ready LC4 682-400-138PKG Visum LED Surgical Light, Camera Ready1 682-400-148PKG EDS Light Suspension Central Axis, 9P/FP LC1 682-001-574DASSY, EDS Light Susp, Drop Tube, 400M1 682-001-597PKG, Accessory Box L1 and L2 w/Cam1 682-001-636Assy, EDS Light Susp, Dual Ceiling Cover, 80 mm1 682-001-204LCVisum LED / Flat Panel w/cables (non-camera ready)4 682-400-137PKG, Visum LED Surgical Light, Non Camera ready1 682-400-147PKG, EDS Light Susp Central Axis, 5P/FP LC1 682-001-574DASSY, EDS Light Susp, Drop Tube, 400mm1 StrykeCam In-Light LED Surgical Camera Stryker Part #DescriptionQty Unit PriceTotal Price 682-400-029Visum LED Inlight Camera4 682-000-165 In-Light Camera Preparation4 682-000-811Camera Handle W/Ridge (pkg 3)12 682-000-111XBoom Pre-Installation Kit1 682-100-000Flexis-500MM-Articulatingeds200 Proctor Station 4 682-100-000Flexis-500MM-Articulatingeds200 Proctor Station4 Boom Data PlatesFlexis Data Plates Artic.Eds200 Proctor Station4 Boom Data PlatesFlexis Data Plates Artic.Eds200 Proctor Station4 Boom AccessoriesFlexis Acc Equipmt Artic.Eds200 Proctor Station4 682-400-032Universal Light Handle Adapter ULH (Flimsy)12 Switchpoint Infinity 3 Video Router Stryker Part #DescriptionQty Unit PriceTotal Price 678-001-00016 Input/16Outputspi 3-1-24 100-224-409Uninterrupted Power Supply Uninterrupted Power4 678-000-085PTZ Camera System4 680-000-188Cable Kit EQP Boom & FPM & Flat Panel Monitor4 678-000-174Anesthesia Boom Cable kit4 100-224-468Cable Assy Rugged Fiberoptic DVI 12 100-224-181Assy Plate 1 Gang 1.5Hole4 888-8888-900Project Services1 888-8888-201Installation ORIS Infinity/Ibc4 888-8888-321Installation BNL Boom8 888-8888-323Installation BNL-Light, Flat Panel Suspension8 888-8888-401Installation Staging Charge4 682-000-190Camera Handles Pkg5 Preinstall GuidesPreinstall Guides1 Installation Per O.R. Suite Sub Total4 Services The OR lights and Booms shall be installed on the Stryker designed mounting plates that are already installed in the OR Suites. Medical gases and electrical connections are pre wired and pre piped to above the mounting plates in the interstitial. The delivery/task order period of performance is 270 calendar days. Place of Performance Address:Bay Pines VAMC 10000 Bay Pines Blvd. Bldg106 Bay Pines, FL Postal Code:33744 Country:UNITED STATES Award Award shall be made to the quoter, whose quotation offers the lowest overall price for the Stryker OR equipment and installation. A combination of items from submitted quotes may be used to make award. I.E. Instead of making award for all four OR suites as listed above, award may be made from only a combination for two O.R. Suites or three O.R. Suites. All quoters shall submit the following: Quotes shall be submitted via Email in either a.pdf,.doc or.docx format. The email subject line must contain the following "VA248-12-Q-1057 OR Booms and Lights". All quotations shall be sent to the Email address: Thomas.Lucas@va.gov. This is an open-market combined synopsis/solicitation for equipment as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 5/14/2012 @ 1PM EST at Network Contracting Office 8 Email Address Thomas.Lucas@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Quotes Faxed will not be accepted. Service Disabled Veteran-owned Small Business Verification: This combined synopsis/solicitation is 100% set asides for verified Service Disabled Veteran Owned Small Business (SDVOSB). The award of this requirement shall not be delayed due to loss of SDVOSB verification. Proposals submitted by non-verified SDVOSB shall be excluded from award consideration Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist: Thomas Lucas Thomas.Lucas@va.gov. Point of Contact DVA NCO 8 Thomas Lucas 10000 Bay Pines Blvd. Bldg 2 RM 325 Thomas.Lucas@va.gov Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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 full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, "Instructions to Offerors-Commercial Items" FEB 2012 FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" APR 2012 Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Priced contract resulting from this solicitation. (End of Provision) Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Network Contracting Office 8 Mark Johnson 10000 Bay Pines Blvd. Bldg 2 RM 325 Bay Pines FL 33744. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) The following contract clauses apply to this acquisition: "FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" FEB 2012 "FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" APR 2012 852.203-70Commercial Advertising (JAN 2008) 852.203-71Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.211-70Service Data Manuals (NOV 1984) 852.219-10VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) 852.237-70Contractor Responsibilities (APR 1984) 852.246-70Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008) 852.273-76Electronic Invoice Submission (Interim-October 2008) GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (APR 2012) (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: [ X] (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). [ ] (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 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [ X] (4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (FEB 2012) (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). [ X] (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf-items). [ X ] (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JAN 2012) (41 U.S.C. 2313). [ ] (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). [ ] (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [ ] (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [ ] (11) [Reserved] [ ] (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [ ](ii) Alternate I (NOV 2011) of 52.219-6. [ ](iii) Alternate II (NOV 2011) of 52.219-6. [ ] (13)(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. [ X] (14) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637 (d)(2) and (3)). [ ] (15)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2011) (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 IIII (JUL 2010) of 52.219-9. [ ] (16) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [ ] (17) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [ ] (18) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). [ ] (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) [ ] (ii) Alternate I (JUNE 2003) of 52.219-23. [ ] (20) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (DEC 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [ ] (21) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [ ] (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657 f). [ X ] (23) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). [ ] (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (APR 2012) [ ] (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the Women-Owned Small Business Program (APR 2012) [ X] (26) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). [ X] (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). [ ] (28) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). [ X ] (29) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). [ X] (30) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). [ X] (31) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). [ X ] (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C.4212). [ X] (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) [ X] (34) 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.) [ ] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (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.) [X] (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). [ ] (37)(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. [ X] (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) [ X] (39) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d). [ ] (40)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (MAR 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, and Pub. L. 112-41). [ ] (ii) Alternate I (MAR 2012) of 52.225-3. [ ] (iii) Alternate II (MAR 2012) of 52.225-3. [ ] (iii) Alternate III (MAR 2012) of 52.225-3. [ X] (41) 52.225-5, Trade Agreements (MAR 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [ X] (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [ ] (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150) [ ] (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150) [ ] (45) 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)). [ X ] (46) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [ ] (47) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). ( [ X] (48) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). [ ] (49) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). [ ] (50) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). [ ] (51)(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: [ ] (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.). [ ] (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 (SEPT 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 (DEC 2010) (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 ($1,000,000 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) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (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)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. ____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 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) See attached document P03 REDACTED JA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24812Q1057/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-Q-1057 VA248-12-Q-1057.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=327343&FileName=VA248-12-Q-1057-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=327343&FileName=VA248-12-Q-1057-002.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: Bay Pines;10000 Bay Pines Blvd. Bldg 106;Bay Pines FL 33744
Zip Code: 33744
 
Record
SN02730293-W 20120426/120425000151-ae0b5ed6d09a870e472557528a4ab156 (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.