Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2019 FBO #6484
SOLICITATION NOTICE

R -- VA Pittsburgh Healthcare System Lab Courier Transportation Services TIERED EVALUATIONS

Notice Date
8/23/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;100 S. Independence Mall West;Philadelphia PA 19106
 
ZIP Code
19106
 
Solicitation Number
36C24419Q1121
 
Response Due
8/30/2019
 
Archive Date
9/29/2019
 
Point of Contact
Contract Specialist
 
Small Business Set-Aside
Total Small Business
 
Description
36C24419Q1121 Page 9 of 10 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/ Solicitation Solicitation Number: 36C24419Q1121 Posted Date: 08/23/2019 Original Response Date: 08/30/2019 Current Response Date: 08/30/2019 Product or Service Code: R602 Set Aside: SMALL BUSINESS; TIERED EVALUATIONS NAICS Code: 492110, Couriers and Express Delivery Services Contracting Office Address The Department of Veterans Affairs Network Contracting Office 4 100 S. Independence Mall West Philadelphia, PA 19106 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation. This solicitation is a request for quotations (RFQ). The government anticipates awarding a five (5) year Fixed Price (FP) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 492110, Couriers and Express Delivery Services, and the Small Business Size Standard is 1,500 employees. This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBzone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. The Department of Veterans Affairs, Network Contracting Office 4, 100 S. Independence Mall West, Philadelphia, PA, 19106, is soliciting offers to provide lab courier transportation services for the VA Pittsburgh Healthcare System (VAPHS) University Drive Division, in Oakland PA, and the H. J. Heinz Division, in Aspinwall, PA. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. All interested companies must provide quotations for the following: Statement of Work VAPHS Lab Courier Transportation Services Purpose VA Pittsburgh Healthcare System (VAPHS) has a requirement for Lab Courier Transportation Services. The Contractor shall transport medical samples and lab specimens between VAPHS University Drive Division, in Oakland PA, and the H. J. Heinz Division, in Aspinwall, PA. All courier trips shall be non-stop, direct delivery, and shall be completed within 45 minutes of notification by VAPHS. Work Hours The Contractor shall be available to provide services twenty-four (24) hours a day, seven (7) days a week, including Federal Holidays. The following ten holidays are observed by the Federal Government: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day specifically declared to be a national holiday by the President of the United States. Courier Rates All trips conducted entirely within a 15-mile radius of VAPHS, University Drive, and H.J. Heinz divisions shall be considered local, base rate travel. VAPHS estimates that 95% of all trips shall be within the 15-mile radius. In the event that services require travel beyond the 15-mile radius, payment for mileage traveled will be limited to one way only, or the distance over which the sample or specimen is transported. The actual distance of the trip from the specified point of origin (pick-up) to the specified final destination (drop-off), including any applicable waiting time, shall determine the total cost per trip. Payments for trips beyond the 15-mile radius limit shall be made under rate per miles and will include the base rate and the rate per mile for distance travelled beyond the 15-mile local base rate travel radius. Any trip with both the pick-up and drop-off locations outside of the 15-miles local base rate travel radius shall use the VAPHS University Drive location as the destination location for the purposes of calculating mileage. Wait Time Wait-time is defined as the time the Contractor spends waiting at a designated pick-up and/or delivery point while performing services, due to VAPHS requirements. The base rate for services shall include a fifteen (15) minute wait grace period at origin and destination. After the 15-minute grace period has passed, the Contractor shall be reimbursed at the rate of one-fourth of the hourly rate for each quarter hour, or fraction thereof. The Contractor shall call the VA Transportation office at 412-360-6783 or 412-360-3620. During non-business hours, weekends and holidays the Contractor shall contact the Administrative Officer of the Day (AOD) at University Drive (412-360-6162) as soon as the Contractor anticipates that a delay may develop for which they expect to claim a wait-time reimbursement. The call is only for the purpose of verifying the arrival time at the pick-up point and is not necessary if the Contractor anticipates no delay for which a claim for wait-time reimbursement will be made. The Contractor s failure to notify appropriate VAPHS personnel, when it determines that wait time will be required, will result in non-payment for the wait time. Non-business hours are 4:30 PM to 8:00 AM, Monday through Friday, and all day on Saturdays, Sundays, and federal holidays. Mileage Limits The local mileage limit is defined as mileage within a 15-mile radius in any direction, of the VAPHS University Drive and VAPHS H.J. Heinz campuses. Mileage will be paid only when trips exceed the 15-mile limit. Any trip within 15-miles will be paid the applicable per trip rate. Any trip exceeding the 15-mile radius will be paid the applicable per trip rate plus the mileage rate to the destination. Mileage Determination The Contractor shall determine trip mileage by using common web applications such as Google Maps, MapQuest, or similar web-based distance computation applications. Disputes involving mileage reimbursement between VAPHS and the Contractor shall be resolved by the Contracting Officer, who will render a decision. Service Disruptions The Contractor shall immediately report all vehicle breakdowns or other problems, which may lead to a disruption of service, to the Contracting Officer s Representative (COR), travel desk or AOD. When a breakdown occurs, the Contractor shall provide a back-up vehicle to complete the trip and preserve the viability of the sample or specimen. If the Contractor encounters extreme weather or other hazardous conditions while performing contracted services and anticipates the condition will cause a delay of service, they shall report the delay to the COR, travel desk or AOD. The Contractor shall report all vehicle accidents, which occur during the performance of contract services, immediately to the COR, travel desk or AOD. The Contractor shall provide a written report to the COR within 24 hours of the occurrence that documents the incident. If the Contractor is unable to gather the facts within 24 hours due to driver incapacitation, etc., the report shall be submitted as soon as possible. The written report shall include the names, addresses, and telephone numbers of any witnesses as well as any applicable Police Reports. Records shall be kept for three (3) years for each accident, including a list of any repair work required to return the vehicle to service, if applicable. Service Orders All courier trips shall be unscheduled trips and, if within the 15-mile radius, shall be completed within 45 minutes of order being placed. The Quality Assurance and Surveillance Plan (QASP) lists the required trip completion success rates. Repeated failures to meet the designated trip completion time in accordance with the QASP and this Performance Work Statement (PWS), may lead to poor Contractor performance ratings and/or other adverse action. The Contractor s drivers shall report to the travel desk, AOD, or other VAPHS personnel at the locations where samples or specimens are to be picked-up from and delivered to. Courier service requests shall be placed only with the Contractor s dispatch office by authorized VAPHS personnel and shall include the specimen pick-up and drop-off locations. Any Contractor costs incurred for travel or stops unrelated to the requested trip will be the responsibility of the Contractor. Contractor Requirements The Contractor comply with all Federal, state, and local laws to include 49 CFR, U.S. Department of Transportation, Parts 27, 37, 38, 571, and all state Public Service Commission (PSC) regulations governing all control, operation and licensing requirements. All records submitted to and/or compiled by the PSC regarding inspection findings and safety records, etc. may be reviewed prior to contract award and periodically throughout the term of contract. Contractor shall not have access to any VA networks or VA sensitive information. All Contractor employees that perform services under this contract shall possess the capabilities required to perform the services included in this PWS. A list of Contractor employees shall be provided to the COR within three business days of contract award. Any driver changes shall be provided by the fourth day of each month when additions or deletions have been made during the previous month. The Contractor shall comply with VAPHS physical security guidelines and will either check in with VAPHS Police each time they come on-site to perform services, or by obtaining a VAHPS Contractor ID badge in accordance with VAPHS Policy. The VA ID badge must be worn at all times while on VAPHS property. Driver Conduct and Qualifications Drivers shall not accept samples or specimens unless they are placed in a VAPHS approved sealed sample bag or sample container. Drivers shall not leave samples or specimens unattended. When delivering a sample, drivers will not leave until the sample is handed off to the appropriate VAPHS personnel. If no one is available at the designated drop-off location, the driver will report to the AOD or VAPHS Police and request that they contact the Lab. Drivers that accumulate two unrelated, substantiated complaints in a one-month period or, three complaints in a three-month period, shall be prohibited from providing any further services under this contract. Drivers shall be knowledgeable in the use of and location of any applicable vehicle safety equipment. Drivers shall wear vehicle seatbelts while operating a motor vehicle in the performance of contract related duties. Drivers shall not use alcohol or illegal drugs (excludes physician prescribed drugs that do not impair the ability of the driver to operate a motor vehicle). Drivers shall follow vehicle non-smoking policies. Drivers shall have no more than four current violation points on their driver s license, and no violation points for reckless driving. The Contractor shall provide the COR with a copy of a valid driver s licenses for all drivers that will perform work under this contract. The Contractor shall not utilize add-on or replacement personnel to perform contract services who do not meet the qualifications listed in this PWS. The Contractor s drivers shall wear appropriate attire and a photo identification badge that identifies the Contractor s organization. Drivers shall not carry firearms or other weapons. Drivers shall not gamble. Drivers shall maintain professional standards of conduct. Drivers shall not conduct personal business while performing contract duties. Drivers shall not solicit nor accept tips or gratuities in any form. Vehicle Inspections VAPHS reserves the right to inspect all Contractor vehicles that will be utilized in the performance of this contract. Inspections may be conducted upon contract award and when the Contractor changes vehicles. The Contractor shall provide the COR with a list of all vehicles that will be used to provide services, including license plate numbers, state inspection information, vehicle registration and proof of insurance. An updated list shall be provided to the COR quarterly. The Contractor shall contact the COR to coordinate the date, time, and location for inspections. The Contractor s vehicles shall be made available for inspections at any time if sufficient notice is provided to the Contractor. Any vehicle found not in conformity with the above standards, or any vehicle receiving two or more unsatisfactory findings within a five-day period, shall be removed from contract service. VAPHS reserves the right to request the immediate removal from service any vehicle not in compliance with the standards listed in this PWS. Failure to comply may result in non-payment for services which were provided while using the non-compliant vehicle. Contractor Communication Capabilities The Contractor shall acquire and maintain telephone service and accept VAPHS service requests 24 hours per day, seven days per week, including federal holidays. The Contractor shall acquire and maintain vehicle communications capability (two-way radio or cellular telephone service). Insurance Coverage Requirements The Contractor shall obtain insurance coverage that meets the following minimum levels of coverage and shall provide the Contracting Officer with proof of coverage: Bodily injury liability insurance coverage, written on the comprehensive form of policy, of at least $500,000 per occurrence $200,000 per person $20,000 per occurrence for property damage An endorsement to the effect that cancellation or any material change to the coverage which would adversely affect the interest of the VAPHS shall not be effective unless a thirty-day written notice of cancellation or change is provided to the Contracting Officer. The term shall endeavor is not acceptable as issued by Insurance Carrier. VHA Healthcare Directives The Contractor shall comply with the requirements of the following VA Healthcare Directives: Note: The Contractor shall not provide VAPHS with any personal healthcare information for any of its employees providing services under this contract. The healthcare directive information shall consist of a written statement that all of its employees are compliant with the policies. Tuberculosis Testing - All contractor personnel shall provide documentation of a Purified Protein Derivative (PPD) test performed within the past year. In case of a past positive PPD test, a negative chest radiographic report to rule out active tuberculosis shall be provided. The PPD test shall be repeated annually. Seasonal Influenza Vaccination - VHA Directive 1192, Seasonal Influenza Prevention Program for VHA Health Care Personnel. Contractor will certify annually to the COR(s) that all employees working at VAPHS facilities have received a seasonal influenza vaccination Contractor Records The Contractor shall maintain a standardized record keeping system which details vehicle inspections, maintenance actions taken and accidents and repairs for all vehicles providing services under this contract. Trips Logs and Invoices The Contractor shall maintain a log of all requests for service. The log shall include the following entries: Contract and VAPHS purchase order numbers. Date and time of all service calls. Pick-up and delivery locations. Actual time of arrival at pick-up and delivery locations. Wait time at pick-up and delivery locations, if wait charges are being claimed. The Contractor shall submit a monthly log summary and invoice within one week after the previous month s end. The log summary shall list all trips completed during the month. Invoices shall be reviewed and reconciled with the log summary. Supporting documentation may be submitted for payment consideration. Invoices shall include charges listed in purchase order contract line item number (CLIN) format. (Flat rate, mileage and/or wait time, if applicable.) Quality Assurance and Surveillance Plan (QASP) The QASP (ATTACHMENT A) provides a systematic method to evaluate the Contractor s performance. This QASP explains the following: What will be monitored How monitoring will take place Who will conduct the monitoring How monitoring efforts and results will be documented The QASP does not detail how the Contractor accomplishes the work. Rather, the QASP is created with the premise that the Contractor is responsible for management and quality control actions to meet the terms of the contract. It is VAPHS responsibility to be objective, fair, and consistent in evaluating performance. The QASP is a living document and VAPHS may review and revise it on a regular basis. Copies of the original QASP and revisions shall be provided to the Contractor and the Contracting Officer (CO). The following personnel shall oversee and coordinate surveillance activities: The CO shall ensure compliance with the contract terms and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the Contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the Contractor s performance. The COR is responsible for the technical administration of the contract and shall monitor the Contractor s performance and maintain a quality assurance file. The COR shall not make any contractual commitments or authorize any contractual changes. 7. PRICE/COST SCHEDULE All amounts and totals in the table below are estimates. The contractor shall only be paid for work and supplies provided to and accepted by VA. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 330.00 EA __________________ __________________ Base rate for courier services for laboratory and test samples. Contract Period: Base POP Begin: 09-30-2019 POP End: 09-29-2020 0002 2,000.00 EA __________________ __________________ Mileage for each mile traveled outside of the mileage threshold. Contract Period: Base POP Begin: 09-30-2019 POP End: 09-29-2020 0003 20.00 EA __________________ __________________ Waiting time (after the grace period wait time ends) Contract Period: Base POP Begin: 09-30-2019 POP End: 09-29-2020 1001 330.00 EA __________________ __________________ Base rate for courier services for laboratory and test samples. Contract Period: Option 1 POP Begin: 09-30-2020 POP End: 09-29-2021 1002 2,000.00 EA __________________ __________________ Mileage for each mile traveled outside of the mileage threshold. Contract Period: Option 1 POP Begin: 09-30-2020 POP End: 09-29-2021 1003 20.00 EA __________________ __________________ Waiting time (after the grace period wait time ends) Contract Period: Option 1 POP Begin: 09-30-2020 POP End: 09-29-2021 2001 330.00 EA __________________ __________________ Base rate for courier services for laboratory and test samples. Contract Period: Option 2 POP Begin: 09-30-2021 POP End: 09-29-2022 2002 2,000.00 EA __________________ __________________ Mileage for each mile traveled outside of the mileage threshold. Contract Period: Option 2 POP Begin: 09-30-2021 POP End: 09-29-2022 2003 20.00 EA __________________ __________________ Waiting time (after the grace period wait time ends) Contract Period: Option 2 POP Begin: 09-30-2021 POP End: 09-29-2022 3001 330.00 EA __________________ __________________ Base rate for courier services for laboratory and test samples. Contract Period: Option 3 POP Begin: 09-30-2022 POP End: 09-29-2023 3002 2,000.00 EA __________________ __________________ Mileage for each mile traveled outside of the mileage threshold. Contract Period: Option 3 POP Begin: 09-30-2022 POP End: 09-29-2023 3003 20.00 EA __________________ __________________ Waiting time (after the grace period wait time ends) Contract Period: Option 3 POP Begin: 09-30-2022 POP End: 09-29-2023 4001 330.00 EA __________________ __________________ Base rate for courier services for laboratory and test samples. Contract Period: Option 4 POP Begin: 09-30-2023 POP End: 09-29-2024 4002 2,000.00 EA __________________ __________________ Mileage for each mile traveled outside of the mileage threshold. Contract Period: Option 4 POP Begin: 09-30-2023 POP End: 09-29-2024 4003 20.00 EA __________________ __________________ Waiting time (after the grace period wait time ends) Contract Period: Option 4 POP Begin: 09-30-2023 POP End: 09-29-2024 GRAND TOTAL __________________ 8. EVALUATION OF QUOTATIONS The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price, technical capabilities, and past performance. Specific quote requirements are detailed below in ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items. Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the quote that best benefits the Government by fulfilling the requirement. Additional information pertaining to Comparative Evaluation below: What Comparative Evaluation is: It is the direct comparison of one quotation/offer with another in a uniform and fair manner to determine which quote/offer provides the Government what it needs, where and when as identified in the RFQ It is an assessment of which response is the best as a whole Once one quotation/offer is found acceptable, it is compared side by side to the remaining ones, and the best one is chosen What Comparative Evaluation is not: It does not individually evaluate quote/offers against specified evaluation factors It does not assign a rating using a color, numerical, or other rating methodology It does not require additional evaluation to determine if minimal advantage is worth a minimal or normal price difference, but not prohibited It is not a low price technically acceptable (LPTA) or trade-off process Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. All quotes must be submitted by the deadline to be considered for evaluation. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. 9. CLAUSES AND PROVISIONS The full text of FAR and VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html and http://www.va.gov/oal/library/vaar/index.asp. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) (ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items ) All offers must include: Solicitation number for this requirement: 36C24419Q1121 Name, address, telephone number, DUNS number of contractor. Contractor POC information to include: name, title, telephone number and email. The contractor must submit a capability statement demonstrating their technical capability, general and Government experience, and ability to meet the full scope of the statement of work (SOW) within the period of performance. Technical capability statements which merely restate the SOW requirements will not be favorably evaluated. Technical capability statements must include the following: 1] Contractor shall provide a detailed work plan demonstrating ability to respond to and complete VA courier service requests in accordance with the standards indicated in the SOW. In addition, this work plan should include an in-depth staffing plan. 2] Contractor shall provide a detailed and well-defined Quality Assessment workflow with a focus on adherence to the VA performance standards. The workflow must demonstrate how the contractor will meet and adhere to any VA polices or processes in providing reliable and timely courier services. Completed Price Schedule (Section 7. above) to include Unit Price, Total Price, and Grand Total. Failure to provide complete pricing, including pricing for each CLIN, will result in the contractor s package being determined to be incomplete. Contractor shall provide three past performance references of similar size and scope. Past performance references shall include customer point of contact and phone number, a contract number or project title, and a short description of the effort to include role performed and dollar value of the effort. The Contracting Officer may utilize all available records (e.g. PPIPRS and FAPIIS) as well to evaluate a contractor s past performance. Acknowledgement of any solicitation amendments. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The following provisions are incorporated into 52.212-1 as an addendum to this contract. Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.217-5 Evaluation of Options (52.217-5) 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 15 days. (End of Clause) (Addendum to FAR 52.217-8 OPTION TO EXTEND SERVICES) For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. (End of Addendum to FAR 52.217-8) 852.270-1 Representatives of Contracting Officers (JAN 2008) (END OF ADDENDUM TO FAR 52.212-1) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) Contractors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) (ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS) Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 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 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 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 ofthis contract, including the exercise of any options under this clause, shall not exceed five years. (End of Clause) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) 852.203-70 Commercial Advertising (MAY 2008) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (a) This solicitation includes: 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside; FAR 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) (a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments. (b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments. (End of clause) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) (END OF ADDENDUM TO FAR 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018) The following subparagraphs of FAR 52.212-5 are applicable: (b)(14)(i), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (b)(22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (b)(25) 52.222-3, Convict Labor (JUNE 2003) (b)(27) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (b)(28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (b)(30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (b)(33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (b)(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (b)(45)(i), Privacy Training (JAN 2017) (b)(49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (b)(55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (c)(2) 52.222-41, Service Contract Labor Standards (AUG 2018) (c)(3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (c)(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (AUG 2018) (c)(8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (c)(9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 10. ADDITIONAL INFORMATION This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a five (5) year Fixed Price (FP) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The contractor must list exception(s) and rationale for the exception(s). All quotations must be sent via email to Thomas Cossentino, Contract Specialist, thomas.cossentino@va.gov Submission must be received not later than 2:00 PM EDT on 08/30/2019. Late submissions must be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. It is the responsibility of the contractor to ensure the Government s timely receipt of their quote. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Thomas Cossentino, thomas.cossentino@va.gov no later than 10:00 AM EDT on 08/28/2019. Contractor must comply with all applicable wage & hour laws and is responsible for the correct wage titles. Wage Determination can be obtained online at: https://www.wdol.gov/ 11. ATTACHMENTS: Attachment A - Quality Assurance Surveillance Plan (QASP) Attachment B - Performance Review Worksheet Attachment C - Complaint Worksheet Attachment D- Solicitation Notice of Tiered Evaluations (End of Document) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q1121/listing.html)
 
Record
SN05416663-F 20190825/190823230041 (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.