Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
DOCUMENT

Z -- HVAC Chiller Overhaul - Attachment

Notice Date
12/10/2013
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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
VA25914R0062
 
Response Due
12/17/2013
 
Archive Date
1/16/2014
 
Point of Contact
Robert Pitre
 
E-Mail Address
Mississippi
 
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 VA259-14-R-0062 and is hereby issued as a Request for Proposal (RFP). The SAO West, Rocky Mountain Acquisition Center, NCO 19, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf of the VA Salt Lake City Health Care System, 500 Foothill Drive, Salt Lake City, Utah 84148, has a requirement for the following services: HVAC Repair & Maintenance for 2 each 900 ton York YK Chillers as per attached Statement of Work. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71 effective November 25, 2013. The North American Industry Classification System (NAICS) code is 238220 - Plumbing, Heating, and Air-Conditioning Contractors and the Small Business Size Standard is $14.0 million. This procurement will be a 100% Small Business Set-Aside. The Government intends to issue a firm fixed price contract to the responsible Offeror's whose proposal is technically acceptable and 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 CLINS. The closing date for receipt of proposals is 20 December 2013 at 4:00:00 PM Mountain Standard Time. Proposals from all qualified, capable and responsible sources will be considered. Questions shall be submitted in writing via email no later than December 12, 2013 4:00 PM Mountain Standard Time to Robert Pitre, robert.pitre@va.gov. Vendors offering a response to this notice should ensure registration in the System for Acquisition Management (SAM) www.sam.gov prior to submission of offers for consideration. Provide a price quote for the following CLIN and total price (fill in the blanks). PRICING FOR: ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1Contractor is to provide all labor and materials to overhaul both 900 ton York YK chillers in accordance with the Statement of Work. 1.00 JB __________________ __________________ GRAND TOTAL__________________ ITEM NUMBERQUANTITYDELIVERY DATE 11.0045 days after notice to proceed STATEMENT OF WORK HVAC Chiller Repair & Maintenance VA Salt Lake City Health Care System I. SCOPE OF WORK. The Contractor shall provide all labor, supervision, tools, equipment and materials to overhaul 2 each 900 ton York YK chillers. II. PLACE OF PERFORMANCE. VA Salt Lake City Health Care System 500 Foothill Drive Building # 27 Salt Lake City, UT 84148 III. SPECIFIC REQUIREMENTS. The contractor shall rebuild 2 each 900 ton York YK Chillers in accordance with service schedule below: Service Schedule: No more than one unit shall be serviced at one time. Service includes but limited to refrigerant recovery/restoration, motor overhaul, compressor rebuild, inspection all gears and seals, replace #2 chiller oil pump (#1 replaced this year), install new bearings and shaft seals with factory OEM parts totaling 8 of each, evacuate and recharge, perform start-up and check for proper operation. The Contractor shall remove all waste oil and products from the medical center's property. The contractor is responsible for proper disposal of all waste in accordance with Federal and state laws. The VA will disconnect and reconnect all electrical. Chillers: (2 each) Model YK P2 P2 H1-CZP York YK Chiller Serial # YBBM975560 York YK Chiller Serial # YBBM975537 IV. PERIOD OF PERFOMANCE. The period of performance will not exceed 45 calendar days after start of repair/maintenance. Extension request shall be submitted to the Contracting Officer and the Contracting Officer Representative 10 days prior to start of extension if applicable. V. HOURS OF WORK AND SCHEDULING. Emergency: The Contractor must have the capability to respond to emergency maintenance calls within two hours for emergency warranty repair assessment and work. Non-emergency: Warranty work will be done during the normal work week Monday through Friday, except holidays 7am to 4:30pm. The warranty work will be scheduled through the COR and will occur during the 2013-2014 off season Nov-March. VI. QUALIFICATIONS. All work for the duration of the contract shall be performed by certified factory-trained personnel for the rebuild of York Centrifugal Chillers trained by the York Factory and must have EPA CFC Universal Certification. The Vendor must have access to OEM York Parts, service manuals and must have experienced York Chiller tear downs within the last three years. VII. CONFIRMATION OF REPAIR WORK. All service to be confirmed and approved by the COR or Plant Supervisor of Operations or his/her designee. When service is completed, the certified technician must indicate on the service ticket the equipment serviced, specific action taken and all parts replaced. The equipment serviced must be identified clearly by name, serial number and location. VIII. COMPLIANCE. The contractor shall be fully responsible for compliance with all VA, local, state, and Federal environmental/occupational safety laws, rules and regulations. The contractor shall follow life and safety codes, and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working processes; example: lockout/tagout. All work for the duration of the contract shall be performed by certified trained technicians. VIV. CONTRACTOR EMPLOYEES. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Example: wearing of distinctive clothing such as uniform, badges, patches, etc. X. ESCORT/CHECK-IN. All contractor personnel working onsite at the VA facility shall check in and out WITH THE BOILER PLANT LOCATED AT BUILDING 7. Access to work areas, and performance monitoring, will be provided by VA electric and HVAC shop personnel. XI. PERFORMANCE REQUIREMENTS SUMMARY (PRS) Desired OutcomePerformance StandardMonitoring Method Completed Warranty Maintenance / Operational ChillerRespond to emergency maintenance calls within two hours for emergency warranty repair assessment and work100% surveillance 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUL 2013) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear above in this solicitation cover sheet. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (i) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (j) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (k) Addendum to FAR 52.212-1, Submission of Proposals: (1) Evaluation Process. This will be a "best value" evaluation The Government seeks to select a best value offeror using Lowest Price Technically Acceptable who will give the Veterans Administration the greatest confidence that it will best meet or exceed its requirements at the lowest price. (2) Submission of offers. The proposal shall consist of three (3) separate and detachable submissions. Submit signed, dated, and reference VA259-14-R-0062 in your offer to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers shall include a technical proposal, a past performance proposal, and price proposal. The offeror shall submit to the Contracting Officer its proposal in the number of copies and number of pages stated below. (3) Proposal Format: (i)Pages: The page size of the Offeror's proposal shall not exceed 8 1/2" x 11". A page is defined as one single side of text 8 1/2" x 11" sheet of paper or one printed side of a foldout page. Foldout pages shall fold entirely within the volume. Each printed side of a foldout counts as one page. Cover page(s) and tab-divider pages will not be considered in the page count of any volume. (ii)Printing: Printing shall be one and one-half spaced with a font size no smaller than what is equivalent to Microsoft Word, Times New Roman, Font 11, with at least a one-inch margin on all sides of the printed page. (iii)Electronic Copy: The offeror shall provide the electronic copy via email to the Contracting Officer in pdf format. (4) Technical Proposal - Factor 1. The Offeror's proposal shall include detailed information and demonstrated ability to perform the type of work described by the Statement Of Work, and the qualifications of the offeror's technical capability as follows: (i)Qualifications and Experience - Offeror shall provide evidence that they have the following qualifications/certifications in the following areas: a.Certified factory-trained personnel for the rebuild of York Centrifugal Chillers trained by York. b.EPA CFC Universal Certification c.Warranty Maintenance & 2 hour response plan d.York Chiller rebuild/overhaul experience within the last three years e. Proof of possession of York service manuals & access to OEM parts (5) Past Performance - Factor 2. (i) The Offeror shall demonstrate successful past performance by providing recent and relevant past performance information on at least one contract for work completed within the past three years concerning previous history and completion of similar scale (size and scope) projects within the same time and cost estimates. Include the following information for each contract and subcontract listed: "Name of the Contracting Agency "Contract Number "Contract Title "Brief description of contract/subcontract and relevance of this requirement "Total contract value "Contract Type "Period of Performance "Contacting Officer and telephone number "Program manager, project officer, or COTR and telephone number Note: Past Performance evaluations may be conducted using information obtained from the National Institutes of Health (NIH), Contractor Performance System (CPS) or Past Performance Information retrieval System (PPIRS) and any other sources deemed appropriate. In the event no meaningful or relevant past performance is available the Offeror shall not be evaluated favorably or unfavorably (6) Price Proposal - Factor 3: Proposal shall consist of: (i)Price Schedule. Price information will be entered in Bid Schedule of the solicitation. Complete each Contract Line Item Number (CLIN), including all option periods. (ii) Total contract price will be the sum of all Contract Line Items (CLINS). The SSA will use the total contract price when making the "best value" selection decision. 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) Introduction: The Government seeks to select a best value offeror using Lowest Price Technically Acceptable who will give the Veterans Administration the greatest confidence that it will best meet or exceed its requirements at the lowest price. This solicitation will be based on acceptable technical factors, past performance and lowest price. The SSA, using sound business judgment, bases the source selection decision on an integrated assessment of the two evaluation factors. (b) Procedures (1) All offerors will be required to prepare and submit their complete proposal submission in accordance with the proposal preparation instructions in Provision 52.212-1 of this request for proposal. Proposals and other information will be evaluated against the evaluation criteria stated in this provision. (2) Discussions: The Government intends to evaluate proposals and award a contract without discussions with offerors. If the Contracting Officer determines that discussions are required, a competitive range, limited to the highest rated proposals for efficiency purposes, will be determined IAW FAR 15.306(c) and discussions will be held with the offerors in the competitive range. Upon completion of discussions, all offerors still in the competitive range will be provided an opportunity to submit a final proposal revision. A common cut-off date for submission of final proposal revisions will be established. (c) Evaluation Factors (1) Factors: The Government will select a best value offeror that conforms to the solicitation, which is most advantageous to the Government based on acceptable technical factors, past performance and lowest price. The following factors shall be used to evaluate offers: Technical, Past Performance, and Price. (2) Technical - Factor 1 (i) Assessment: The Offeror's proposals shall be evaluated using the evaluation factors described below and must address, at a minimum, all elements listed in the solicitation's Instructions to Offerors. The ratings below will be used to reflect the assessment of each evaluation factor. A "strength" is an attribute of the Offeror's proposal which is likely to lead or contribute to successful contract performance. A significant strength is an attribute of the Offeror's proposal which is very substantially likely to lead or contribute to successful contract performance. A "weakness" is an attribute of the Offeror's proposal which is likely to increase the probability of unsuccessful contract performance. A significant weakness is an attribute of the Offeror's proposal which is likely to substantially increase the probability of unsuccessful contract performance. A "deficiency" is a material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. Evaluation Criteria/Weighting: AcceptableIf a Proposal shows that the Offeror meets evaluation standards and weaknesses are readily corrected. Good probability of success. Exceeds the minimum standard requirements for a given rating factor, it should be rated as "Acceptable". UnacceptableIf a Proposal shows that the Offeror fails to meet the minimum requirements of the RFQ and the deficiency is not correctable without a major revision of the proposal, it should be rated as "Unacceptable". Evaluation factors are listed in descending order of importance. Subfactors within evaluation factors are equal with no order of importance: (d) Evaluation Factor - 1: Technical (1) The Offeror's quote shall be evaluated for its ability to perform the type of work described by the Statement Of Work, and the qualifications of the offeror's technical capability as follows: (i) Technical Sub-Factors are: Sub-Factor a: Certified factory-trained personnel for the rebuild of York Centrifugal Chillers trained by York. Sub-Factor b: EPA CFC Universal Certification Sub-Factor c: Warranty Maintenance & 2 hour response plan Sub-Factor d: York Chiller rebuild/overhaul experience within the last three years Sub-Factor e: Proof of possession of York service manuals & access to OEM parts (e) Evaluation Factor - 3: Past Performance (i) The Offeror shall demonstrate successful past performance by providing recent and relevant past performance information on at least one contract for work completed within the past three years concerning previous history and completion of similar scale (size and scope) projects within the same time and cost estimates. Include the following information for each contract and subcontract listed: "Name of the Contracting Agency "Contract Number "Contract Title "Brief description of contract/subcontract and relevance of this requirement "Total contract value "Contract Type "Period of Performance "Contacting Officer and telephone number "Program manager, project officer, or COTR and telephone number Note: Past Performance evaluations may be conducted using information obtained from the National Institutes of Health (NIH), Contractor Performance System (CPS) or Past Performance Information retrieval System (PPIRS) and any other sources deemed appropriate. In the event no meaningful or relevant past performance is available the Offeror shall not be evaluated favorably or unfavorably. (f) Evaluation Factor - 3: Price (i) Lowest Price 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: The following FAR clauses apply to this solicitation and are incorporated in full text: 52.233-2 Service Of Protest (SEP 2006) 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: Robert Pitre Contract Specialist Hand-Carried Address and or Mailing Address: Department of Veterans Affairs Network Contracting Office NCO 19 4100 E. Mississippi Avenue, Suite 900 Glendale CO 80246 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 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 Colorado, Utah and Montana. 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) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (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 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontracts Awards (FEB 2010), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), FAR 219-6, Notice of Total Small Business Set-Aside (NOV 2011), FAR 52.219-8, Utilization of Small Business Concerns (JAN 2011), FAR 52.219-14, Limitations on Subcontracting (NOV 2011), FAR 52.219-28, Post Award Small Business Program Representation (APR 2012), FAR 52.222-3, Convict Labor (JUN 2003), 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 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), FAR 52.232-34 Payment By Electronic Funds Transfer-other than Central Reference, FAR 52.222.51, Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Requirements (NOV 2007).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0062/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-14-R-0062 VA259-14-R-0062.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1119689&FileName=VA259-14-R-0062-006.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1119689&FileName=VA259-14-R-0062-006.docx

 
File Name: VA259-14-R-0062 Wage Determination, Salt Lake City UT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1119690&FileName=VA259-14-R-0062-007.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1119690&FileName=VA259-14-R-0062-007.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: VA Salt Lake City Health Care System;500 Foothill Drive;Salt Lake City, Utah 84148
Zip Code: 84148
 
Record
SN03249304-W 20131212/131210234608-ea90214d136f29eecc92f806bf5590ff (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.