Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
DOCUMENT

J -- PM FOR TEMP-TRAK TEMPERATURE MONITORING SYSTEM - Attachment

Notice Date
11/1/2012
 
Notice Type
Attachment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25913R0054
 
Response Due
11/9/2012
 
Archive Date
12/9/2012
 
Point of Contact
RONNIE R. JONES
 
E-Mail Address
Contract Specialist
(Ronnie.Jones@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 for this requirement is VA-259-13-R-0054 and is hereby issued as a Request for Proposal (RFP). The VISN 19 Rocky Mountain Acquisition Center, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf of the VA Eastern Colorado Health Care System, Denver, Co 80220 has a requirement for the following services: A base period of one year and four 1-year possible options for maintenance service for the Temp-Trak System. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 effective July 26, 2012. The North American Industry Classification System (NAICS) code is 334519-Other Measuring and Controlling Device Manufacturing and the Small Business Size Standard is 500 employees. This procurement will be a 100% small business set aside. Women owned, service disabled veteran owned, veteran owned and small disadvantaged businesses are strongly encouraged to submit quotes. The Government intends to issue a firm fixed price contract to the responsible Offerors whose lowest price and technically acceptable proposal conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. Provide a price quote for each of the following CLINS and total price (fill in the blanks). PRICING FOR : Schedule for Temp-Trak Temperature Monitoring System Base Year- Award Date through September 30, 2013 Line Item Number DescriptionUnitEstimated QuantitiesTotal Cost 0001Preventative maintenance for the Temp-Trak temperature monitoring system Option Year 1- October 1, 2013 through September 30, 2014 Line Item Number DescriptionUnitEstimated QuantitiesTotal Cost 1001Preventative maintenance for the Temp-Trak temperature monitoring system Option Year 2- October 1, 2014 through September 30, 2015 Line Item Number DescriptionUnitEstimated QuantitiesTotal Cost 2001Preventative maintenance for the Temp-Trak temperature monitoring system Option Year 3- October 1, 2015 through September 30, 2016 Line Item Number DescriptionUnitEstimated QuantitiesTotal Cost 3001Preventative maintenance for the Temp-Trak temperature monitoring system Option Year4- October 1, 2016 through September 30, 2017 Line Item Number DescriptionUnitEstimated QuantitiesTotal Cost 4001Preventative maintenance for the Temp-Trak temperature monitoring system Statement of Work Temp-Trak Temperature Monitoring System DEFINITIONS: Acceptance Signature - VA employee authorized to sign off on the ESR, which indicates that PM or unscheduled maintenance is either complete or pending completion Authorization Signature - COR's signature, which indicates COR accepts the work status as stated in the ESR VA - Veterans Affairs VAMC - Veterans Affairs Medical Center NIST - National Institute of Standards and Technology OEM - Original Equipment Manufacturer CO - Contractor Officer COR - Contracting Officer Representative Preventative Maintenance (PM) - Periodic services required to maintain Temp-Trak system so that it may be operated in accordance with its intended design and functional capacity with minimal malfunction, down time, and inoperative conditions Field Service Engineer (FSE) - Contractor personnel authorized to perform maintenance (corrective and / or preventative) services on the VA premises Engineering Service Report (ESR) - Documentation of the services rendered for each scheduled or unscheduled maintenance event under the terms and conditions of the contract Contract Year - Begins the day the contract is awarded and ends a year after the contract award date 1.0Purpose 1.1The contractor shall furnish all labor, parts, supplies, and equipment necessary to provide unscheduled maintenance and periodic preventive maintenance as well as user training for Cooper-Atkins Corporation's temperature monitoring system designated as Temp-Trak. Services shall be performed in accordance with terms, conditions, and specifications contained herein. Equipment is located at the Denver VA Medical Center, 1055 Clermont Street, Denver, Colorado 80220 2.0HOURS OF COVERAGE 2.1Normal hours of coverage for an on-site visit are Monday through Friday from 8:00 a.m. to 4:30 p.m. Mountain Time (MT), excluding the federal holidays listed as follows: Federal Holidays: New Year's DayDr. Martin Luther King Jr's Birthday Presidents' Day Memorial DayIndependence DayLabor Day Columbus DayVeteran's DayThanksgiving Day Christmas Day Any other day specifically declared a National Holiday by the President of the United States 2.2When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by US Government Agencies. 2.3The contractor shall provide 24/7 Help Desk Support with competent technical support staff. 3.0PARTS 3.1The contractor shall furnish all spare and replacement parts under the terms of this contract. The price of all parts used to perform all maintenance shall be included in the price of this contract. The VA will not pay for any parts provided by the contractor during the performance of this contract, including scheduled and unscheduled maintenance. Only new standard parts manufactured by the OEM of the equipment or equal shall be furnished to maintain equipment covered under the contract. 3.2The contractor shall extend Temp-Trak hardware warranty to at least three (3) years and replace hardware at no charge as a result of OEM's workmanship 3.3The contractor shall perform a NIST Re-Certification of probes with a 4 point transmitter calibration device. 3.4The contractor shall provide certificates 3.5The contractor shall replace up to (50) NIST probes that includes at least air, solid, and glycol probes as well as replenish all batteries during service 4.0SERVICE MANUALS, TOOLS, EQUIPMENT 4.1The VA shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation such as operational and service manuals, schematics, and parts list necessary to meet the performance requirements of this contract. 4.2The contractor shall provide a printed Master Copy of Temp-Trak Help Document - Reference Guide 5.0SCHEDULED MAINTENANCE 5.1The contractor shall perform PM Service to ensure that the Temp-Trak equipment performs in accordance with the OEM's specifications. An outline of the PM schedule and procedures shall be provided to the CO within two (2) weeks of the award of the contract. 5.2PM service shall include but need not be limited to the following: 5.2.1At least one (1) annual on-site visit for at least two (2) days. Dates as determined by the VA. 5.2.2Provide a written description of the Preventative Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed. 5.2.3Review operating system software diagnostics to ensure Temp-Trak system is operating in accordance with the OEM's specifications. 5.2.4Perform remedial, non-emergent maintenance 5.2.5Test and replace faulty and worn parts and / or parts likely to fail or become faulty or worn 5.2.6Inspection and replacement of worn or frayed electrical wiring and cables. 5.2.7Return Temp-Trak equipment to the operating condition and mode 5.2.8Complete Departmental Alarm Testing for at least three (3) alarms per department 5.2.9Complete Departmental Alarm Escalation Testing for at least three (3) alarms per department 5.2.10Identify and Troubleshoot any "Missed Communications" 5.2.11Confirm proper identification of all hardware within the system 5.2.12Provide and replace transmitter batteries indicating "Low Battery Alert" 5.2.13Perform at least one (1) annual remote access system review / checkup. Date(s) as determined by the VA. 5.3All PM service and repairs shall be performed during normal hours of coverage unless requested or approved by the COR. 5.4All exceptions to the PM Service shall be arranged and approved in advance with the COR. The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COR at the completion of the PM service. 5.5Work performed outside normal hours of coverage, at the request of the FSE, shall be considered service during normal hours of coverage and shall be exempt from labor hour charge 6.0UNSCHEDULED MAINTENANCE 6.1The contractor shall provide 24 / 7 Help Desk Support by trained, technical professionals. 6.2Optional: the contractor shall provide repair service which may consist of calibration, cleaning, adjusting, replacing parts, and maintaining the equipment. This includes all intervening service calls performed between scheduled maintenance. All required parts shall be furnished to the VA at no cost. The contractor shall repair the equipment to a functional level equivalent to the OEM's specification 6.3Only the CO, COR, or alternate designated by the CO has the authority to approve or request an unscheduled maintenance service call to the contractor. 6.4Optional: the contractor's FSE shall respond on site within forty eight (48) hours after receipt of request for service. The contractor shall provide parts, if required to administer repair, within twenty four (24) hours of diagnosing the problem. 6.5Optional: there shall be no hourly charge to the VA for unscheduled maintenance performed within the normal hours of coverage defined in this contract. Work performed outside the normal hours of coverage, at the request of the COR, shall be invoiced at the price listed in the contractor's schedule. Invoicing may include service time plus one (1) hour for travel. In the event of a VA caused delay, the VA will pay hourly labor charges for the unscheduled service that inadvertently extends beyond the specified normal hours of coverage. 6.6The contractor shall provide all software upgrades and builds upon their release at no additional cost 7.0DOCUMENTATION, REPORTS 7.1The documentation shall include detailed descriptions of the scheduled or unscheduled maintenance procedures performed, including replaced parts and prices (for outside normal hours of coverage) required to maintain the equipment in accordance with the OEM's specifications. Each ESR, where applicable, documents the following data legibly and in complete detail: 7.1.1Name of contractor and contract number 7.1.2Name of FSE who performed the services 7.1.3Contractor service ESR number / log number 7.1.4Date, time (start and end), equipment downtime, and hours on-site for service call 7.1.5VA purchase order number(s) covering the call if outside normal working hours 7.1.6Description of problems reported by the COR/user (if applicable) 7.1.7Identification of equipment to be serviced; Equipment Entry number 7.1.8Manufacturer's name, device name, model number, and serial number 7.1.9Any other manufacturer identification numbers 7.1.10Itemized description of service performed including, if applicable: 7.1.10.1Labor and Travel 7.1.10.2Parts (with part numbers) 7.1.10.3Materials and corrective action 7.1.10.4Total Cost to be billed (if applicable) 7.1.11Signatures 7.1.11.1FSE performing services described 7.1.11.2Authorized VA Employee Equipment User who witnessed service described 7.1.12Note: Any additional charges claimed must be approved by the COR before service is completed 8.0REPORTING REQUIREMENTS 8.1The contractor shall log in with Biomedical Engineering prior to performing any on-site services. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall log out with Biomedical Engineering and submit ESR(s) to the COR. All ESR's shall be submitted to the equipment user for an "acceptance signature" and then to the COR for an "authorization signature". 9.0OPERATION UPTIME REQUIREMENT 9.1The Temp-Trak system shall be operable and available for use 95% of a 24-hour day. Downtime will be computed from notification of problems during a 24-hour day. Operation uptime will be calculated using month as the basis of calculation. 10.0EQUIPMENT DOWNTIME REQUIREMENT 10.1The contractor shall be liable to the VA for losses of production due to significant equipment downtown. Significant downtime is defined as ten (10) or more nonproductive / nonoperational hours per month of the Temp-Trak system. Downtime records shall be maintained by the both the COR and contractor. 10.2If equipment downtime exceeds 48 consecutive hours, the VA may contract with an alternate source to resolve the problem. The CO will make this re-procurement decision and all associated fees, in excess of what would have been paid under the terms of the contract, will be subjected to payment by the incumbent contractor. 11.0EQUIPMENT TRAINING 11.1Contractor shall provide unlimited web based training seminars 11.2Contractor shall provide at least three (3) hours of in-person software training per year 12.0PAYMENT 12.1Payment will be made on a yearly basis after services for the contract year have been rendered by the contractor. 12.2Invoices must include at a minimum: Contract Number / Purchase Order Number, equipment covered under the invoices (include serial numbers), and covered period of service 13.0ADDITONAL CHARGES 13.1There will be no additional expense for the time spent at on-site visits during or after the normal coverage hours, while awaiting the arrival of additional FSE's and / or delivery of parts. 14.0REPORTING REQUIRE SERVICE BEYOND THE CONTRACT SCOPE 14.1The contractor shall immediately, no later than 24 consecutive hours after discovery, notify the CO or the COR in writing the existence or development of any defects in, or repairs required for, the Temp-Trak system, which the contractor does not consider its responsibility under the terms of the contract. The contractor shall furnish the VA with a written estimate of the cost to make the necessary repairs. 15.0CONDITION OF EQUIPMENT 15.1The contractor accepts responsibility for the equipment in "as is" condition. Failure to inspect the equipment prior to award of this contract will not relieve the contractor from performance of the requirements of this contract. 16.0COMPETENCY OF PERSONNEL SERVICING EQUIPMENT 16.1Each respondent must have an established business comprised of an office and full time staff. The staff shall include a fully qualified FSE and fully qualified alternate FSE 16.2"Fully Qualified" is based on successful completion of factory training and experience in the field. For Training, the FSE(s) shall have successfully completed a formalized training program for the Temp-Trak system. The FSE(s) shall have field experience with respect to scheduled and unscheduled preventative maintenance and remedial maintenance of the Temp-Trak system. 16.3The FSE(s) shall be authorized by the contractor to perform the maintenance services. All work shall be performed by fully qualified competent FSE(s). The contractor shall provide copies of all factory certificates for FSE(s) (if requested) showing types of equipment and dates of training for the Temp-Trak system. When deemed appropriate, the CO and / or COR reserve the right to prohibit the contractor personnel from working on VA equipment. 17.0TEST EQUIPMENT 17.1Prior to commencement of on this contract, the contractor shall provide the VA copies of all current calibration certificates for all test equipment to be used by the contractor on VA equipment. This certification shall also be provided on a periodic basis when requested by the VA. Test equipment calibration shall be traceable to a national standard. 18.0VA REGULATIONS 18.1Contractor employees shall wear visible identification at all times when on premises of the VAMC 18.2Contractor employees are responsible for parking in appropriate designated sections. The VA will not be responsible for parking violation incurred by the contractor. Information on parking is available from the VA police station 18.3Smoking is prohibited inside any VA facility 18.4Possession of firearms is prohibited. Enclosed containers, including tool boxes, may be subject to search at the discretion of the VA 19.0CONTRACT SECURITY 19.1The C&A requirements do not apply; a Security Accreditation Package is not required as determined by Handbook 6500.6 Appendix A, #6. 19.2Vendor must be in compliance with the information security attachment: INFORMATION SECURITY/PRIVACY REQUIREMENTS VA Maintenance/Installation Contracts 1. VA INFORMATION CUSTODIAL LANGUAGE Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). 2. SECURITY INCIDENT INVESTIGATION The term "security incident" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. 3. LIQUIDATED DAMAGES FOR DATA BREACH a. Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. b. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. 4. TRAINING a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Privacy and Information Security Awareness and Rules of Behavior training and annually complete required privacy and security training; and (3) Successfully complete any additional information security or privacy training, as required for VA personnel with equivalent information system access. b. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. 5. VA Handbook 6500.6 Appendix D, Contractor Rules of Behavior CONTRACTOR RULES OF BEHAVIOR This User Agreement contains rights and authorizations regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with the Department of Veterans Affairs (VA). This User Agreement covers my access to all VA data whether electronic or hard copy ("Data"), VA information systems and resources ("Systems"), and VA sites ("Sites"). This User Agreement incorporates Rules of Behavior for using VA, and other information systems and resources under the contract. 1. GENERAL TERMS AND CONDITIONS FOR ALL ACTIONS AND ACTIVITIES UNDER THE CONTRACT: a. I understand and agree that I have no reasonable expectation of privacy in accessing or using any VA, or other Federal Government information systems. b. I consent to reviews and actions by the Office of Information & Technology (OI&T) staff designated and authorized by the VA Chief Information Officer (CIO) and to the VA OIG regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with the VA. These actions may include monitoring, recording, copying, inspecting, restricting access, blocking, tracking, and disclosing to all authorized OI&T, VA, and law enforcement personnel as directed by the VA CIO without my prior consent or notification. c. I consent to reviews and actions by authorized VA systems administrators and Information Security Officers solely for protection of the VA infrastructure, including, but not limited to monitoring, recording, auditing, inspecting, investigating, restricting access, blocking, tracking, disclosing to authorized personnel, or any other authorized actions by all authorized OI&T, VA, and law enforcement personnel. d. I understand and accept that unauthorized attempts or acts to access, upload, change, or delete information on Federal Government systems; modify Federal government systems; deny access to Federal government systems; accrue resources for unauthorized use on Federal government systems; or otherwise misuse Federal government systems or resources are prohibited. e. I understand that such unauthorized attempts or acts are subject to action that may result in criminal, civil, or administrative penalties. This includes penalties for violations of Federal laws including, but not limited to, 18 U.S.C. §1030 (fraud and related activity in connection with computers) and 18 U.S.C. §2701 (unlawful access to stored communications). f. I agree that OI&T staff, in the course of obtaining access to information or systems on my behalf for performance under the contract, may provide information about me including, but not limited to, appropriate unique personal identifiers such as date of birth and social security number to other system administrators, Information Security Officers (ISOs), or other authorized staff without further notifying me or obtaining additional written or verbal permission from me. g. I understand I must comply with VA's security and data privacy directives and handbooks. I understand that copies of those directives and handbooks can be obtained from the Contracting Officer's Representative (COR). If the contractor believes the policies and guidance provided by the COR is a material unilateral change to the contract, the contractor must elevate such concerns to the Contracting Officer for resolution. h. I will report suspected or identified information security/privacy incidents to the COR and to the local ISO or Privacy Officer as appropriate. 2. GENERAL RULES OF BEHAVIOR a. Rules of Behavior are part of a comprehensive program to provide complete information security. These rules establish standards of behavior in recognition of the fact that knowledgeable users are the foundation of a successful security program. Users must understand that taking personal responsibility for the security of their computer and the information it contains is an essential part of their job. b. The following rules apply to all VA contractors. I agree to: (1) Follow established procedures for requesting, accessing, and closing user accounts and access. I will not request or obtain access beyond what is normally granted to users or by what is outlined in the contract. (2) Use only systems, software, databases, and data which I am authorized to use, including any copyright restrictions. (3) I will not use other equipment (OE) (non-contractor owned) for the storage, transfer, or processing of VA sensitive information without a VA CIO approved waiver, unless it has been reviewed and approved by local management and is included in the language of the contract. If authorized to use OE IT equipment, I must ensure that the system meets all applicable 6500 Handbook requirements for OE. (4) Not use my position of trust and access rights to exploit system controls or access information for any reason other than in the performance of the contract. (5) Not attempt to override or disable security, technical, or management controls unless expressly permitted to do so as an explicit requirement under the contract or at the direction of the COR or ISO. If I am allowed or required to have a local administrator account on a government-owned computer, that local administrative account does not confer me unrestricted access or use, nor the authority to bypass security or other controls except as expressly permitted by the VA CIO or CIO's designee. (6) Contractors' use of systems, information, or sites is strictly limited to fulfill the terms of the contract. I understand no personal use is authorized. I will only use other Federal government information systems as expressly authorized by the terms of those systems. I accept that the restrictions under ethics regulations and criminal law still apply. (7) Grant access to systems and information only to those who have an official need to know. (8) Protect passwords from access by other individuals. (9) Create and change passwords in accordance with VA Handbook 6500 on systems and any devices protecting VA information as well as the rules of behavior and security settings for the particular system in question. (10) Protect information and systems from unauthorized disclosure, use, modification, or destruction. I will only use encryption that is FIPS 140-2 validated to safeguard VA sensitive information, both safeguarding VA sensitive information in storage and in transit regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with the VA. (11) Follow VA Handbook 6500.1, Electronic Media Sanitization to protect VA information. I will contact the COR for policies and guidance on complying with this requirement and will follow the COR's orders. (12) Ensure that the COR has previously approved VA information for public dissemination, including e-mail communications outside of the VA as appropriate. I will not make any unauthorized disclosure of any VA sensitive information through the use of any means of communication including but not limited to e-mail, instant messaging, online chat, and web bulletin boards or logs. (13) Not host, set up, administer, or run an Internet server related to my access to and use of any information assets or resources associated with my performance of services under the contract terms with the VA unless explicitly authorized under the contract or in writing by the COR. (14) Protect government property from theft, destruction, or misuse. I will follow VA directives and handbooks on handling Federal government IT equipment, information, and systems. I will not take VA sensitive information from the workplace without authorization from the COR. (15) Only use anti-virus software, antispyware, and firewall/intrusion detection software authorized by VA. I will contact the COR for policies and guidance on complying with this requirement and will follow the COR's orders regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with VA. (16) Not disable or degrade the standard anti-virus software, antispyware, and/or firewall/intrusion detection software on the computer I use to access and use information assets or resources associated with my performance of services under the contract terms with VA. I will report anti-virus, antispyware, firewall or intrusion detection software errors, or significant alert messages to the COR. (17) Understand that restoration of service of any VA system is a concern of all users of the system. (18) Complete required information security and privacy training, and complete required training for the particular systems to which I require access. 3. ADDITIONAL CONDITIONS FOR USE OF NON- VA INFORMATION TECHNOLOGY RESOURCES a. When required to complete work under the contract, I will directly connect to the VA network whenever possible. If a direct connection to the VA network is not possible, then I will use VA approved remote access software and services. b. Remote access to non-public VA information technology resources is prohibited from publicly-available IT computers, such as remotely connecting to the internal VA network from computers in a public library. c. I will not have both a VA network line and any kind of non-VA network line including a wireless network card, modem with phone line, or other network device physically connected to my computer at the same time, unless the dual connection is explicitly authorized by the COR. d. I understand that I may not obviate or evade my responsibility to adhere to VA security requirements by subcontracting any work under any given contract or agreement with VA, and that any subcontractor(s) I engage shall likewise be bound by the same security requirements and penalties for violating the same. 4. STATEMENT ON LITIGATION This User Agreement does not and should not be relied upon to create any other right or benefit, substantive or procedural, enforceable by law, by a party to litigation with the United States Government. 5. ACKNOWLEDGEMENT AND ACCEPTANCE I acknowledge receipt of this User Agreement. I understand and accept all terms and conditions of this User Agreement, and I will comply with the terms and conditions of this agreement and any additional VA warning banners, directives, handbooks, notices, or directions regarding access to or use of information systems or information. The terms and conditions of this document do not supersede the terms and conditions of the signatory's employer and VA. _______________________________________________ Print or type your full name Signature ______________________ Date _______________________________________________ Office Phone Position Title ______________________ Contractor's Company Name Please complete and return the original signed document to the CO within the timeframe stated in the terms of the contract. GOVERNMENT PRIMARY POINTS OF CONTACT (POC's): Submit offers or any questions to the primary POC Ronnie R. Jones 303-603-3254 or email: Ronnie.Jones@va.gov DEADLINES: Submit questions and offers to the primary POC. All questions or requests for information must be in writing and are due by COB on November 6, 2012. It is acceptable to submit proposals by email NLT November 9, 2012 @ 4:00 P.M. MST. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Also, in order to be eligible for the award the company must be registered in CCR. Please send RFP to: Ronnie.Jones@va.gov PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: BASIS OF AWARD: 1) The government intends to issue a firm fixed price contract to the responsible Offeror whose proposal conforms to the solicitation and is lowest price technically acceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offeror to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items,(Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; applies to this acquisition with following addendum: FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: 52.217-8- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) 52.232-19- Availability of Funds for the next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond September 30, 2012. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 each Fiscal Year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (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 Utah. 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. (End of Clause) 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. (End of Addendum to 52.212-4) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontracts Awards (FEB 2010), FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012), FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003), FAR 52.219-28, Post Award Small Business Program Representation (APR 2012), FAR 52.222-3, Convict Labor (JUN 2003), FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies(MAR 2012), FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (MAR 2007), FAR 52.222-35, Equal Opportunity for Veterans,(SEP 2010), FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010), FAR 52.222-37, Employment Reports on Veterans(SEP 2010), Far 52.222-41 Service Contract Act of 1965 (NOV 2007), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires ( MAY 1989) FAR 52.223-18 Contractor Registration (MAY 1999); FAR 52.252-2, Clauses Incorporated by Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), 52.228-5 Insurance, Work On A Government Installation(MAR 1996) FAR 52.232-34 Payment By Electronic Funds Transfer-other than Central Reference,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25913R0054/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-13-R-0054 VA259-13-R-0054.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=516245&FileName=VA259-13-R-0054-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=516245&FileName=VA259-13-R-0054-000.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: 4100 E. MISSISSIPPI AVE;STE 900;GLENDALE, CO
Zip Code: 80246
 
Record
SN02922576-W 20121103/121101234140-f2fc4cc5fbc897e9f3be4cf07482d78e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.