Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
DOCUMENT

J -- 459-19-1-622-0003 PM EMERGENCY GENERATOR VA261-14-P-2229 - Attachment

Notice Date
9/24/2018
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
36C26119Q0011
 
Response Due
10/1/2018
 
Archive Date
11/30/2018
 
Point of Contact
Thomas McLain (702) 791-9000 x18929
 
E-Mail Address
Thomas.McLain@va.gov
(thomas.mclain@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
General Information Document Type: Combined Synopsis/ Solicitation Solicitation Number: 36C26119Q0011 Posted Date: 24 September 2018 Original Response Date/Time: 1 October 2018 / 14:00 PDT Current Response Date: 1 October 2018 / 14:00 PDT Product or Service Code: J061 Set Aside: SDVOSB NAICS Code: 811310 Contracting Office Address VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and using the Simplified Acquisition Procedures under the authority of subpart 13.5, 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), and is set aside for qualified Service Disabled Veteran Owned Small Business (SDVOSB) sources. Qualifying sources will need to be verified in Veteran Information Page (VIP) by the closing date of the RFQ. Award will be based on the Lowest Price Technically Acceptable (LPTA) source for meeting or exceeding the requirements as stated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated 08-22-2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $7.5M. Evaluation Criteria: Technically acceptability evaluation criteria will be on a pass or fail basis and based on the following: Contractor Capability Statement: Offeror s capability statement for meeting or exceeding the governments minimum requirement in accordance with the enclosed Statement of Work (SOW). Contractors who merely restate what is in the SOW will receive an unacceptable/fail evaluation rating. Past Performance: Contractor past performance will be based on review of CPARs as shown under FAPIIS/PPIRS. Any uncorrected marginal and unsatisfactory ratings will be referred to the SBA for a Certificate of Competency (COC). If COC is not granted they will receive an unacceptable/fail evaluation rating. Unassigned ratings will be evaluated as neutral. Offer will need to include the associated fully burdened labor rates for the service employees performing the tasks under the scope of the contract (ie. Machinery Maintenance Mechanic). This will be used in making a separate determination that pricing for the award is fair and reasonable to the Government, and meets the Department of Labor requirements under the Service Contract Act of 1965. The services required are covered under the Service Contract Act wage determination for Honolulu, Hawaii. The period of performance is for a one year base period, with 4 one year option periods. Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (NOTE: Offeror is NOT to quote on the Option to Extend Services) The services are for the following: Services Line Item Description Qty/Unit Unit Price Total Price 0001 Emergency Generator Inspection and Maintenance in accordance with the enclosed Statement of Work. (Base Year) 1 Year $ $ 1001 Emergency Generator Inspection and Maintenance in accordance with the enclosed Statement of Work. (Option Year 1) 1 Year $ $ 2001 Emergency Generator Inspection and Maintenance in accordance with the enclosed Statement of Work. (Option Year 2) 1 Year $ $ 3001 Emergency Generator Inspection and Maintenance in accordance with the enclosed Statement of Work. (Option Year 3) 1 Year $ $ 4001 Emergency Generator Inspection and Maintenance in accordance with the enclosed Statement of Work. (Option Year 4) 1 Year $ $ Total Base + 4 Option Years $ STATEMENT OF WORK DEPARTMENT OF VETERANS AFFAIRS PACIFIC ISLANDS HEALTH CARE SYSTEM (VAPIHCS) EMERGENCY GENERATORS INSPECTIONS AND MAINTENANCE 1.0 GENERAL INFORMATION The Contractor shall ensure all work meets performance standards specified in this Performance Work Statement (PWS) and referenced documents. The Contractor shall commence all operations required by the contract as of the first day of the contract period. The Contractor shall furnish all management, labor, supervision, equipment and materials, and transportation to provide inspections, testing, and maintenance services for three (3) industrial sized standby emergency generators as described herein at the Department of Veterans Affairs Pacific Islands Health Care System (VAPIHCS) located on the Tripler Army Medical Center campus at 459 Patterson Road, Honolulu, HI 96819. 1.1 Disclaimer: Notwithstanding any historic data furnished by or for the medical facilities, it is the Contractor s responsibility to furnish the necessary quantities of manpower, supplies, and equipment to provide satisfactory service at the medical facilities. The estimated semi-annual and annual services provides a list of known visits required, however, emergency repairs might be required throughout the contract period of performance. 1.2 Type of Contract: This contract will be awarded as a firm-fixed price contract. 1.3 Schedule of Services: One Base Year, and four (4) 1-year Option Periods. 1.4 Schedule: The VAPIHCS normal business hours usually operate between 8:00 am to 4:00 pm, Monday through Friday, except Federal Holidays. The requested services shall be provided within normal business hours. Some requests may take place after normal business hours of operation for flexible arrangements to accommodate the various locations. Those inspections will be coordinated accordingly between the COR and the Designated Facility POC. 1.4.1 Federal Holidays: National holidays observed by the Federal Government are New Year s Day January 1 Martin Luther King Day Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 1.5 Areas of Coverage: The services to be accomplished for the Department of Veterans Affairs, Pacific Islands Health Care System (VAPIHCS) are located at 459 Patterson Road, Honolulu, HI 96819. Exact locations are described in the Scope of work. 1.6 Payment and Invoices: All payments for services performed will be invoiced through DFAS, Austin, Texas, as stated in the SF1449. Payments will be made in arrears of the specified billing period after receipt of a properly prepared invoice provided all required work has been performed in accordance with contract and this Statement of Work. 1.6.1 All travel expenses will be the responsibility of the contactor and should be included in the estimated cost price. 1.6.2 Government Furnished Equipment (GFE) will NOT be provided and no government computer access will be provided or is required. 2.0 SCOPE OF WORK 2.1 Description: Contractor is to provide all labor, material, and equipment to perform complete semi-annual inspections, annual 4-hour load bank testing, preventive maintenance for the following government-owned, industrial-sized, diesel operating standby emergency generators VAPIHCS. The Offeror will perform all preventative maintenance, inspections, and load Bank testing in accordance to the manufacturer s recommended guidelines, procedures, and manual. All work shall be performed to meet manufacturer s requirements, Joint Commission Accreditation of Hospital Organizations (JCAHO) and other applicable code standards. The Contractor shall also furnish all tools, equipment, test instruments, cleaning materials and parts required. Generator 1: One (1) 200 kW, 480V Caterpillar 3208 standby diesel generator set, serial number 3KJ00716/5YF02819, batteries, battery charger, day tank and other associated equipment. Located at Building 110, Center for Aging, 110 Krukowski Road Honolulu, Hawaii 96819. Generator 2: One (1) 750kW, 480V Caterpillar 3508 standby diesel generator set, serial number 23Z07184, batteries, battery charger, day tank, and associated equipment. Located at Building 30, Ambulatory Care Clinic, 459 Patterson Road Honolulu, Hawaii 96819. Generator 3: One (1) 175kW Caterpillar Olympian D200P4 standby emergency engine-generator set, serial number E5533A/001, batteries, battery charger, day tank, and associated equipment. Located at Building T1, E Wing, 459 Patterson Road Honolulu, Hawaii 96819. 2.1.1 Parts: Contractor shall have a comprehensive inventory of parts and components for all equipment covered under contract, immediately, available for necessary repairs in order to limit equipment downtime. 2.1.2 The Contractor at no additional cost to the government shall provide lubricants, oil, coolant, filters, and belts required during routine preventative maintenance under this contract. The government shall be responsible to refill the fuel tanks. 2.1.3 Contractor shall provide all resources required in performing these maintenance services and inspections, including, but not limited to; parts, materials, lubricants, hydraulic fluids, cleaning fluids, equipment, tools, safety barriers, shipping, travel, and labor. 2.1.4 Contractor is responsible to determine the nature and extent of any work required in restoring equipment to satisfactory condition and operation during routine preventive maintenance. 2.1.5 All service maintenance, inspections and testing will be in accordance with manufacturer s documentation and standards. 2.2 Preventive Maintenance Schedule: Contractor shall perform preventive maintenance in accordance the manufacturer s recommended preventive maintenance procedure as described in the official service manual(s). 2.2.1 The Contractor shall submit a copy of the completed legible procedure/checklist (PM Points) upon completion of the scheduled preventive maintenance to the VA Engineering office. 2.2.2 For load testing, the Contractor shall submit the completed checklist, which notes readings taken during the load test period. All documents to be submitted are in accordance with the Department of Veterans Affairs policies and procedures to meet The Joint Commission s Environment of Care Accreditation Standards. 2.2.3 Annually, the emergency generator sets at the Ambulatory Care Clinic (ACC) and Center for Aging (CFA) will require a 4-hour load bank test. The contractor shall provide labor, materials, and rental back-up generators during these tests. Inspection and readings will be taken by the contractor during these load bank tests. Hook-up and disconnecting of back-up generator shall be performed by the contractor. Safety barriers shall be placed by the contractor. 2.2.4 Semi-annual and Annual preventive maintenance and generator testing will be scheduled as follows: October Semi-annual preventive maintenance and inspection for the emergency generator set at the Ambulatory Care Clinic (ACC), Building 30. February Semi-annual preventive maintenance and inspection for the emergency generator set at the E Wing building. March Semi-annual preventive maintenance and inspection for the emergency generator set at the Center for Aging (CFA), Building 110. April Annual preventive maintenance and inspection for the emergency generator set at the Ambulatory Care Clinic (ACC), Building 30. April Four (4) load bank testing for the emergency generator set at the Ambulatory Care Clinic (ACC), Building 30. Contractor to provide a 225 kW back-up rental emergency generator during the annual preventive maintenance, and four (4) hour load testing. August - Annual preventive maintenance and inspection for the emergency generator set at the E Wing building. August Four (4) load bank testing for the emergency generator set at the E Wing building. September - Annual preventive maintenance and inspection for the emergency generator set at the Center for Aging (CFA), Building 110. September Four (4) load bank testing for the emergency generator set at the Center for Aging (CFA), Building 110. Contractor to provide a 125 kW back-up rental emergency generator during the annual preventive maintenance, and four (4) hour load testing. 2.2.5 For corrective actions noted on semi-annual and/or annual preventive maintenance inspections, the contractor shall notify the COR and/or the Contracting Officer of the extent of repairs for determining the scope and estimated cost. If the scope of the repair is considered to be major, and outside the scope of this preventative maintenance contract, a determination will be made if a separate requirement will need be issued for the repair of the equipment. Subject to VA approval, these items will be scheduled and billed separately. 2.2.6 The contractor shall obtain all necessary licenses and/or permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. 2.2.7 Contractor shall be responsible for any injury to any Contractor s representative, or others, as well as, for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractor s fault or negligence. 2.2.8 Emergency/Urgent Repairs: An emergency repair shall be defined as one in which any portion of equipment is shutdown or is inoperable due to breakdown, malfunction, or any other condition determined by the COR or authorized Government inspector that presents an immediate danger to personnel or threatens to impair the mission of the facility. In some cases, overtime rate will apply and will be billed separately. 3.0 Contractor Qualifications At a minimum, the journeyman shall perform the maintenance and inspection service. The industry standard is at least four (4) years experience and training in the inspection, testing, and maintenance of emergency generator and associated components. All inspections shall be performed by journeyman mechanic as defined above and may be assisted by qualified helpers in conformity with local trade practices. All final inspections of the semi-annual and annual preventative maintenance and the annual load bank testing shall be performed by licensed electricians; proof of license is required. The contractor shall obtain all necessary licenses and/or permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to any Contractor s representative, or others, as well as, for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractor s fault or negligence. 4.0 Points of Contact 4.1 Contracting Officer (CO): The CO is responsible for the administration of this contract. The CO is the only individual authorized, to extent indicated in this contract, to take actions on behalf of the Government, which may result in changes in the contract terms, to include deviation from the statement of work, details, and performance schedules. The Contractor is advised that only the CO, acting within the scope of the contract and his/her duties and responsibilities and, with the advice and consultation with the Contracting Officer s Representative, has the authority to make changes that affect contract prices, quality, quantity, delivery terms and conditions, term of contract. Under no circumstances shall any understanding or agreement, contract modification, change order, or other matters in deviation from the terms of this contract between the contractor and a person other than the contracting officer, be effective or binding upon the Government.   All such actions must be formalized by the proper contractual document executed by the contracting officer. 4.2 The Contracting Officer Representative (COR): Is the designee to represent the Contracting Officer in furnishing technical guidance and advice or generally administer the work being performed under this contract.   The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor(s) relative to financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the Contracting Officer. Those matters are the responsibility of the CO and shall not be delegated. Contractor shall respond only to calls for services place by the following VA personnel in the following order: Contracting Officer Representative (COR) Chief, Maintenance and Operations (M&O) or Work Supervisor/WorkLeader Chief, Engineering Service For each visit to the facility, the contractor must report in person to the M&O Office or a pre-arranged location in the listed buildings as determined by the Chief of M&O, both upon arrival and prior to departure. This procedure is mandatory and the listed phone numbers are for informational purposes only. Contractor shall observe check-in/out procedures as described above so that the VA will be aware of the Contractor s presence at the facility at all times. Upon each departure, Contractor shall serve notice of disposition of work to the Engineering contact office. When a particular repair problem has been resolved, contractor shall provide a complete service report, containing the issue and resolution. 4.3 Authorize Services and Changes to Scope of Work: Only those services specified within are authorized under this contract. All references to the estimated amount of survey and inspection services and areas of coverage provided by the Government are for informational purposes only. Such references do not necessarily indicate the number of inspections, related contractor duties, or locations will remain stable. Before performing any service or repairs of a non-contract nature, notify the Contracting Officers Representative (COR). The COR will request authorization from the Contracting Officer, if related to this contract. The contractor is cautioned that; only Contracting Officer may authorize additional services or repairs for respective contract; and that reimbursement will not be made unless prior authorization is obtained. Any changes to the Scope of Work will be effected by the Contracting Officer (CO) per FAR 52.212-4 Terms and Conditions of the Contract Commercial Items. 5.0 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS: 5.1 Background Investigation: Upon contract award, all key personnel shall be subject to the appropriate type of background investigation or screening per VA/VHA directive 0710 and must receive a favorable adjudication from CCA Personnel Security Specialist or VA Security and Investigations Center (SIC) depending on investigation or screening required.  This requirement is applicable to all subcontract personnel.  If the investigation or screening is not completed prior to the start date of the contract, the Contractor will be responsible for the actions of those individuals they provide to perform work for VA. Contract personnel who previously received a favorable adjudication as a result of a Government background investigation or screening may be exempt from this contract requirement. They must provide documentation to support the previous adjudication. Proof of previous adjudication must be submitted by the Contractor to the VA Contracting Officer. Proof of previous adjudication is subject to verification. Some positions maybe subject to periodic re-investigation/screening. Reference: VHA Directive 0710, Personnel Security and Suitability Program/ May 18, 2007 VA Handbook 0710, Personnel Suitability and Security Program/ September 10, 2004 1.     Position Risk/Sensitivity For all positions required under this contract, the position risk/sensitivity has been designated as: Low Risk 2.     Background Investigation/Screening It is anticipated that the Contractor or contract personnel will be providing services at a VA facility(s) for MORE than 180 days under a single contract or series of contracts, or have access to VA computer data systems. The background investigation/screening commensurate with the requirements of this contract is: NACI 3.    Contractor Responsibilities a.  The Contractor shall prescreen all personnel to ensure they are able to read, write, speak, and understand the English language. b.  The Contractor shall submit or have their contract personnel submit the following required forms to the Personnel Security Specialist or VA Contracting Officer, through the COR or Personnel Security Specialist, within five (5) business days of contract award. 4. Low Risk Investigative Requirements a.  All investigations must be completed through the Electronic Questionnaires for Investigations Process (e-QIP).   All contractors must complete the Authorization for Investigation Worksheet before they can complete the online e-Qip. b. Optional Form 306, Declaration for Federal Employment provide by VA point of contact. c. Electronic Fingerprint Verification or FD 258, U.S. Department of Justice Fingerprint Applicant Chart. d. Once the items requested are completed, the Contractor is authorized to provide services under the contract. As previously stated, if the investigation or screening is not completed prior to the start date of the contract, the Contractor will be responsible for the actions of those individuals they provide to perform work for VA. e. The Contractor, when notified of an unfavorable determination by the Government, shall withdraw the contract person from consideration of working under the contract.   f. Failure to comply with these Contractor personnel security requirements may result in termination of the contract for default. 5.  Government Responsibilities   a.      The VA Contracting Officer will ensure a time for contract personnel to complete the fingerprint portion of this requirement, if any, and the COR will responsible for performing any duties assigned by the VA Contracting Officer with regard to fulfilling the Contractor personnel security requirements described herein. b. Upon receipt, the local VA facility or VA SIC, depending on the type of investigation/screening required, will review the accuracy of the items requested in paragraph above, and forward these items to OPM to conduct their portion of the background investigation or screening, as applicable. c. The requesting VA facility will pay for any portion of the investigation or screening conducted by OPM, if any.   d.  Depending on the type of investigation/screening required, the Personnel Security Specialist, or VA SIC will notify the VA Contracting Officer of the adjudicating results of the background investigation or screening. e. The VA Contracting Officer and Personnel Security Specialist will ensure that the required investigations or screening have been completed or are in the process of being requested. 5.2 Personnel Identity Verification (PIV) of Contractor Personnel In accordance with FAR 52.204-9 and VA Directive 0735 Personal Identity Verification of Federal Employees and Contractors, any contract person who requires routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system will be required to verify their identity prior to providing services under the contract. Prior to providing services under the contract, each contract person will be asked to provide two (2) forms of identification from the Accepted Identification Documentation List to the appropriate VA representative in order to obtain a proper VA-issued identification card. See the Accepted Identification Documentation List provided below. The COR, or designee, will be responsible for sponsoring each contract person that requires a VA-issued identification card. 5.3 Security Accreditation Package 5.3.1 The C&A requirements do not apply to this service requirement and a Security Accreditation Package is not required. Contractor personnel will have NO access to VA sensitive information in their work/service area. 5.3.2 All contractors, whether they have access to PHI or   not, are required to complete the VA Privacy and Information Security Awareness and Rules of Behavior (VA10176) training.   6.0 QUALITY ASSURANCE AND QUALITY CONTROL 6.1 Contractor s Quality Control: In accordance with FAR 46.202-1, the Government shall rely on contractors existing quality control/assurance systems as a substitute for Government inspection and testing before tender for acceptance unless customary market practices for the commercial item being acquired include in-process inspection. Any in-process inspection by the Government shall be conducted in a manner consistent with commercial practice. 6.2 Government s Quality Assurance: 6.2.1 In accordance FAR 46.202-2(b), the Government shall not rely on inspection by the contractor if the COR determines that the Government has a need to test the supplies or services in advance of their tender for acceptance, or to pass judgment upon the adequacy of the contractor s internal work processes. In making the determination, the COR shall consider-- (1) The nature of the supplies and services being purchased and their intended use; (2) The potential losses in the event of defects; (3) The likelihood of uncontested replacement or correction of defective work; and (4) The cost of detailed Government inspection. 6.2.2 The COR will monitor the contractor s performance using a Quality Assurance Surveillance Plan (QASP). The COR and the Contractor will coordinate and agree upon a QASP inspection plan within 30 days after the contract effective date. In accordance with FAR 46.202(3), the following standard inspection requirements shall apply: (1) Require the contractor to provide and maintain an inspection system that is acceptable to the Government; (2) Give the Government the right to make inspections and tests while work is in process; and (3) Require the contractor to keep complete, and make available to the Government, records of its inspection work. 6.2.3 Inspection/Acceptance will be made in accordance with FAR 52.212-4(a), whereas the Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights -- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. End of SOW It is anticipated that a firm-fixed price purchase order shall be awarded to the lowest price technically acceptable [LPTA] offeror meeting or exceeding the requirements of this solicitation. Technical Acceptability would be evaluated on a pass or fail basis based on the evaluation criteria as stated herein. As referenced under FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, and VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference, the following pertains: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.209-7, Information Regarding Responsibility Matters (Jul 2013) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) FAR 52.216-1, Type of Contract (Apr 1984) Firm Fixed Price FAR 52.233-2, Service of Protest (Sep 2006) Contracting Office address. Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following VAAR solicitation provisions apply to this acquisition: VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71, Alternate Protest Procedure (Jan 1998) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) VAAR 852.270-1, Representatives of Contracting Officers (Jan 2008) The following FAR contract clauses apply to this acquisition: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) FAR 52.219-8, Utilization of Small Business Concerns (Nov 2016) FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict labor (June 2003) (E.O. 11755) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits   WG-10   $32.22 + 33.4% FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Options Contracts) (May 2014) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) FAR 52.217-8, Option to Extend Services (Nov 1999) Within 30 Days. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000)- Within 30 days; with a notice at least 60 Days; 5 Years. FAR 52.228-5, Insurance-Work on a Government Installation (Jan 1997) CL-120, Supplemental Insurance Requirements, a. Workers Comp Liability: $100K; b. General Liability:$500K; c. Automobile Liability: $200K per person, $500K per occurrence and $20K for property damage. FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside (Jul 2016) VAAR 852.219-74, Limitations on Subcontracting (Jul 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70, Contractor Responsibilities (Apr 1984) All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item, subtotaled and totaled for all. All "quotations shall be sent to the Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 via email address at thomas.mclain@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein, and set aside for qualified Service Disabled Veteran Owned Small Business sources meeting or exceeding the requirements of this solicitation.    The government intends to issue a Firm Fixed Price purchase order award as a result of this combined synopsis/solicitation that will include the terms and conditions as set forth herein. Submission shall be received not later than 14:00 PDT on October 1, 2018 at Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086. Email quotes to thomas.mclain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Thomas McLain at email address: thomas.mclain@va.gov. All questions regarding this solicitation are required to be submitted not later than 09:00 PDT on October 1, 2018 in order to render a response prior to the closing date and time of this solicitation. Point of Contact Contract Specialist: Thomas McLain, (702) 791-9000 x 18929, email: thomas.mclain@va.gov. (End of Combined Notice)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a4b3e311204b7febcf0717eb7cedc4f)
 
Document(s)
Attachment
 
File Name: 36C26119Q0011 36C26119Q0011.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607316&FileName=36C26119Q0011-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607316&FileName=36C26119Q0011-000.docx

 
File Name: 36C26119Q0011 Attachment 1 SCA WD 2015-5689 Rev 7 dtd 7-30-2018.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607317&FileName=36C26119Q0011-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4607317&FileName=36C26119Q0011-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05102381-W 20180926/180924230942-9a4b3e311204b7febcf0717eb7cedc4f (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.