Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

R -- On-Site Shredding Services | Baltimore VARO | 96gal bins a month

Notice Date
7/6/2020 10:31:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
36C10E20Q0213
 
Response Due
7/16/2020 5:00:00 AM
 
Archive Date
09/14/2020
 
Point of Contact
kimberly.tomasi@va.gov, Kimberly Tomasi, Phone: 401-223-3777
 
E-Mail Address
kimberly.tomasi@va.gov
(kimberly.tomasi@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number: 36C10E20Q0213 The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-06, effective date 06/05/2020. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive, and will not be considered for award. The applicable NAIC Code for this solicitation is 561990, size standard $11 million dollars. On-Site Confidential Document Destruction Services (Shredding Services) ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE MONTHLY AMOUNT TOTAL (YEAR) AMOUNT 0001 The contractor shall provide all supplies, services, equipment, tools, labor, facilities, transportation, and supervision to provide on-site confidential document destruction services (shredding services) of eleven (11) 96-gallon secure containers (bins) in accordance with the attached Statement of Work. One scheduled pick-up per month (11 bins). Period of Performance: TBD 11 BINS $___________ $________ $___________ 1001 The contractor shall provide all supplies, services, equipment, tools, labor, facilities, transportation, and supervision to provide on-site confidential document destruction services (shredding services) of eleven (11) 96-gallon secure containers (bins) in accordance with the attached Statement of Work. One scheduled pick-up per month (11 bins). Period of Performance: TBD 11 BINS $___________ $_________ $___________ 2001 The contractor shall provide all supplies, services, equipment, tools, labor, facilities, transportation, and supervision to provide on-site confidential document destruction services (shredding services) of eleven (11) 96-gallon secure containers (bins) in accordance with the attached Statement of Work. One scheduled pick-up per month (11 bins). Period of Performance: TBD 11 BINS $___________ $_________ $___________ 3001 The contractor shall provide all supplies, services, equipment, tools, labor, facilities, transportation, and supervision to provide on-site confidential document destruction services (shredding services) of eleven (11) 96-gallon secure containers (bins) in accordance with the attached Statement of Work. One scheduled pick-up per month (11 bins). Period of Performance: TBD 11 BINS $___________ $_________ $___________ 4001 The contractor shall provide all supplies, services, equipment, tools, labor, facilities, transportation, and supervision to provide on-site confidential document destruction services (shredding services) of eleven (11) 96-gallon secure containers (bins) in accordance with the attached Statement of Work. One scheduled pick-up per month (11 bins). Period of Performance: TBD 11 BINS $___________ $_________ $___________ Description of Requirement 1. BACKGROUND The Veterans Benefits Administration (VBA) Department of Veteran Affairs Baltimore Regional Office at 31 Hopkins Plaza Baltimore MD 21201 Suite 2109 provides services to Veterans. Subsequently, creating sensitive documentation in the course of carrying out the mission and must be properly disposed. The VBA will be requiring shredding services for disposal of approximately 25,000 pounds of material during fiscal year 2020, to include option periods if exercised. 2. SCOPE The contractor shall provide all labor and equipment required to properly shred materials (which may contain but not limited to folders and, other non-paper materials. Folders and, other non-paper materials are described as - 44 U.S.C. 3301: ""Regardless of physical form or characteristics"" means that the medium may be paper, film, disk, or another physical type or form. It also means that the method of recording may be manual, mechanical, photographic, electronic, or any combination of these or other technologies.) And shall also be responsible for disposing of all shredded materials in the approximate volume of 25,000 pounds of material per year. All shredding shall take place in accordance with regulations and directives referenced in Section 6.0 and 9.0. The contractor shall provide 11 96 gallon secure containers (bins) to collect and store materials to be shredded until such time that shredding of the materials occurs. The contractor shall provide 11 bins that have wheels, capable of holding an average of 220 lbs. (96 gallon), and possess locking mechanisms (key, combination lock, etc.). Sets of keys and/or combination for the bin locking mechanisms will be issued to the Veterans Benefits Administration (VBA) Records Management Officer (RMO). The Department of Veterans Affairs (VA), Veterans Benefits Administration (VBA) has one location that will be requiring shredding services once a month located at: Department of Veteran Affairs Baltimore Regional Office 31 Hopkins Plaza Baltimore MD 21201 Suite 2109 3. TYPE OF CONTRACT Firm-fixed price contract. 4. PERIOD OF PERFORMANCE: The base year period of performance shall be 12 months from date of award with potential of four (4) twelve (12) month option years. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Contractor will be required to attend a Pre-Performance meeting prior to the start of work. The Pre- Performance meeting is to ensure that all contractors that will be working at the site described in Section 2.0 have completed the Rules of Behavior TMS course described in Section 8.0 Security / Training. The RMO and Support Services Chief will conduct the meeting. We will be discussing initial bin delivery, monthly pick up schedules, confirming that a certificate of destructions will be issued after each job is completed, and what is needed to gain access at the location site described in Section 2.0. 5. PERFORMANCE OUTCOMES OBJECTIVES The contractor shall arrive with equipment capable of picking up, loading, and on-Site destruction shredding bins at the identified location provided in Section 2.0. Contractor s owned and operated equipment shall produce crosscut shred particles not larger than 1 mm x 5 mm or pulverize/disintegrate paper materials using disintegrator devices equipped with 3/32 inch security screen. At the conclusion of each shredding service visit, the contractor will provide validation to the witnessing Government representative either by electronic signature or by providing a Certificate of Destruction. At the end of each calendar month, the contractor shall provide the RMO with an invoice detailing the number of bins that were collected, weight, date(s) the shredding services was performed, and total value. The RMO will always escort the contractor throughout the building. At no point will the contractor be by his or herself. 6. CONSTRAINTS Contractor shall be capable of shredding approximately 25,000 pounds per year. Contractor owned and operated equipment shall be capable of cross cutting shred articles to the minimal specifications of 1 mm x 5 mm or pulverize/disintegrate paper materials using disintegrator devices equipped with 3/32 inch security screen. RMO shall make unannounced visits to the Contractor s facilities or other locations that are used by the contractor for completing the services requested. Subject to criminal prosecution, contractor personnel shall comply with all manner of confidentiality when engaging in the destruction of any and all VBA temporary records. As per attachment, VA Directive 6371, Destruction of Temporary Paper Records. Any Contractor personnel found to be reading any VBA material shall be promptly removed from the premises where the job is being performed, and the person(s) involved shall not be allowed to have access to any future service requests at VBA locations. The Contractor shall adhere to the VBA policies applicable to all record destruction as outlined in VA Handbook 6300, Records and Information Management, VA Directive 6371, Destruction of Temporary Paper Records, and VBA Directive 6300, Records and Information Management. These guidelines are designed to protect sensitive and private information from being disclosed to unauthorized parties and adhere to the Privacy Act and the Health Insurance Portability and Accountability Act (HIPAA), Privacy rules and regulations. Examples of sensitive information include but not limited to: personal identifiable information (PII), personal health information (PHI), benefits, VBA sensitive information, personnel and or personal information; financial, budgetary, research, quality assurance, confidential commercial, critical infrastructure, investigatory, and law enforcement information. The contractor shall provide a contingency plan for instances where equipment malfunction occurs during the shredding process within twenty-four work hours. Contractor shall maintain a current listing of employees. The list shall include the employee s name, address, phone number, level of security, and position held. The list shall be validated and signed by the company Facility Security Officer and provided to the RMO. An updated listing shall be provided when an employee s status or information changes. The Contractor has twenty-four hours to inform the RMO, in writing that the employee does not work for them. Due to termination, transfer, suspension, or extended absence from the employer s duty position. If the employee is reinstated a written notification must be provided to the RMO. Contractor and Staff shall comply with Homeland Security Presidential Directive-12 (HSPD-12), NIST 800-53, Office of Management and Budget (OMB) guidance M-05-24, as amended, and Federal Information Processing standards Publication (FIPS PUB) Number 201, as amended. Contractor personnel shall immediately report to the RMO and provide any information or circumstances of which they are aware may pose a threat to the security of Department of Veterans Affairs personnel, Contractor personnel, resources, classified, and unclassified information. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or their contractor-owned or privately-owned vehicle while on VBA premises and locations. If the RMO finds it in the best interest of the Government he/she may at any time during the performance of this contract may order the Contractor to remove any of his/her personnel from further performance under this contract for reasons of their moral character, unethical conduct, security reasons and violation of on-site building rules. In the event that it becomes necessary to replace any Contractor personnel for any of the above reasons, the Contractor shall bear all costs associated with such removal, including the costs for the replacement of any personnel so removed. These charges will not be chargeable to the Government. In the event of an accident on the Department of Veterans Affairs premises or locations involving Government personnel or property, the Contractor shall submit a report immediately to the RMO in a company letterhead that shall include the following: (1) the time and date of occurrence; (2) the place of occurrence; (3) a list of personnel directly involves; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances. The Contractor shall not hold any discussions or release any information related to the contract to anyone not having a direct interest in performance of this contract, without written consent of the RMO. This restriction applies to all news releases of information to the public, industry, or Government agencies. The Contractor shall not advertise information about projects performed for this contract without Government review and approval. Advertisement is considered but not limited to promotional brochures, posters, tradeshow handouts, world-wide-web-pages, magazines, newspapers, and similar promotions. 7. PLACE OF PERFORMANCE / HOURS OF OPERATION The VBA facilities listed in paragraph Section 2.0 are Federal Government Facilities and require proper identification for all personnel entering the grounds/facilities. Services shall be performed at the following locations, dates and times: Department of Veteran Affairs Baltimore Regional Office 31 Hopkins Plaza Baltimore MD 21201 Suite 2109. If a Federal Holiday falls on a day scheduled for shredding, the shredding will resume the next official workday between the scheduled hours as per each location. All additional service requests shall be accomplished within forty-eight hours after the contractor has been notified by VBA. Unless directed by the RMO, or Baltimore Regional Office, work at the site shall not take place on Federal Holidays or weekends. Driver shall contact the RMO or designated representative at least one hour prior to arrival at the shred material pick up locations by calling his/her direct extension (Office: 410-230-4530 EXT 2290 Cell 215-900-1825 or email charles.pearsall@va.gov). 8. Changes to the Statement of Work (SOW) Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 9. Billing / Invoices Invoices shall be paid monthly, 30 -days in arrears. The contractor shall provide an invoice that will include: Contract Number Company Name and Address Invoice Date Invoice Number (Note: Each invoice must have a different Invoice Number) Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the Invoice. Terms for any discount for prompt payment Name, title and phone number of the company point of contact to notify in case of a defective invoice 10. Holidays Work at the government site shall not take place on Federal holidays or weekends. There is ten (10) Federal holidays set by law (USC Title 5 Section 6103). Under current definitions, four are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October 11. Government Points of Contact Charles Pearsall Baltimore VARO RMO 410-230-4530 ext. 2290 Kimberly M. Tomasi - Contracting Officer - kimberly.tomasi@va.gov 12. SECURITY General All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA, including the Privacy Act, 5 U.S.C. ยง552a, and VA personnel, regarding information and information system security. Contractors must follow policies and procedures outlined in VA Directive 6500, Information Security Program; and VA Handbook 6500.6, Contract Security which are available at: http://www1.va.gov/vapubs and its handbooks to ensure appropriate security controls are in place. Access to VA Information and VA Information Systems VA will supply the Contractor with the minimum logical (technical) and/or physical access to VA information and VA information systems for employees, sub-contractors: (1) to perform the services specified in the contract, (2) to perform necessary maintenance functions for electronic storage or transmission media necessary for performance of the contract, and (3) for individuals who first satisfy the same conditions, requirements, and restrictions that comparable VA employees must meet to have access to the same type of VA information. All Contractors and subcontractors working with VA Sensitive Information are subject to the same investigative requirements as those of regular VA appointees or employees who have access to the same types of information. The level of background security investigation will be in accordance with VA Directive 0710, Handbook 0710, which are available at: http://www1.va.gov/vapubs, and VHA Directive 0710 and Implementation Handbook 0710.01, which are available at: http://www1.va.gov/vhapublications/index.cfm. Contractors are responsible for screening their employees. The following are VA's approved policy exceptions for meeting VA background screenings/investigative requirements for certain types of Contractor personnel: Contractor personnel not accessing VA information resources, such as personnel hired to maintain the medical facility grounds, construction contracts, utility system contractors, etc. Contractor personnel with limited and intermittent access to equipment connected to networks on which no VA sensitive information resides Contractor personnel with limited and intermittent access to equipment connected to networks on which limited VA sensitive information resides and with limited and intermittent access to facilities at which they are escorted Training All Contractor and subcontractor personnel requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and networks: Sign and acknowledge understanding of and responsibilities for compliance with the National Rules of Behavior related to access to VA information and information systems Successfully complete VA Information Security Awareness training and annual refresher training as required Successfully complete VA Privacy Awareness training and annual refresher training as required Successfully complete any additional Information Security or Privacy training as required for VA personnel with equivalent information system access The Contractor shall provide to the RMO a copy of the training certificates for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. These online courses are located at www.tms.va.gov. To self-enroll, click the Create New User button on the red bar and complete the assigned training. The RMO will provide the contractor with the appropriate information to complete self-enrollment. Technical issues with TMS should be directed to the TMS help desk at vatmshelp@va.gov or 1.866.496.0463. Failure to complete this mandatory training within the timeframe required will be grounds for suspension or termination of all physical and/or electronic access privileges and removal from work on the contract until such time as the training is completed. If it is determined that a background investigation is required, the following language should be included, in its entirety. Contractor Personnel Security All contract employees who require access to the VA site(s) and/or access to VA local area network (LAN) systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (SIC). These requirements are applicable to all subcontractor personnel requiring the same level of Background Investigation. The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at http://www1.va.gov/vapubs/viewPublication.asp?Pub_ID=487&FType=2 Background Investigation The contract employee level of background investigation required for this effort is: NACI Contractor Responsibilities 1. The Contractor shall bear the expense of obtaining background investigations or reciprocals of previous investigations held that meet or exceed the required investigation level. The cost of background investigations is based on the current Office of Personnel Management (OPM) rate at the time the application is processed at OPM. Fiscal Year 2016 rates are as follows: Low Risk (NACI) $392, Moderate Risk (MBI) $1,388, High Risk (BI) $4,476 or Reciprocals are $75. VA will pay for investigations or reciprocals processed through the VA SIC and conducted by OPM in advance; however, the Contractor shall reimburse the full cost of background investigations/reciprocals to VA within 30 days of Bill of Collections received from VA. VA shall send up to three plus one final delinquent notice to the Contractor. If the Contractor does not adhere to the Bill of Collections, future invoices may be subject to be offset by VA to recoup background investigation/reciprocal costs. 2. Immediately after contract or task order award, the RMO will provide the Contractor with the following background investigation documents to be completed by the Contractor and returned to the RMO to begin the background investigation process for all contract employees working on the contract who will have access to VA facilities, VA systems, or privacy data: a. Background Investigation Request Worksheet b. Optional Form 306 Declaration of Federal Employment c. Fingerprint Request Form 3. Upon receipt of the above-stated documents from the RMO, the Support Services Division (SSD) will perform preliminary onboarding review and process the request through the SIC. Upon notification of favorable fingerprint results by the SSD, the contractor may begin work while the background investigation is ongoing. Thereafter, the Contractor will receive an email notification from the SIC identifying the website link that includes detailed instructions regarding completion of the background clearance application process in the Electronic Questionnaires for Investigations Processing (e-QIP) system. E-QIP is an online, Internet accessible system where the contractor employee shall complete the security questionnaire required for OPM to process the background investigation. 4. Contractors who have a current favorable background investigation previously conducted by OPM or Defense Security Service (DSS) may be accepted through reciprocation. When a previous clearance is currently held, it does not preclude the vendor from submitting a complete Background Investigation Package as stated above to the RMO immediately after contract or task order award for all contract employees who will be working on the contract. 5. The Contractor shall prescreen all personnel who require access to VA site(s) and/or access to VA LAN systems to ensure they maintain a U.S. citizenship or Alien Registration that authorizes them to work in the U.S. and are able to read, write, speak and understand the English language. 6. Contract performance shall not commence before: The SSD has confirmed favorable fingerprint results, or SIC confirms that it has received the Contractor s investigative documents, the documents are complete, and that the investigation information has been released to OPM for scheduling of the background investigation, or SSD or the SIC has confirmed that the verified investigation will be reciprocated. 7. The RMO will notify and forward the Contractor a copy of the Certificate of Eligibility (Form 4236) if the investigation has been reciprocated. The Contractor, if notified of an unfavorable adjudication by the Government, shall withdraw the employee from consideration from working under the contract. Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default. 8. The Contractor will be responsible for the actions of those contract and subcontract employees they provide to perform work for VA. In the event damage arises from work performed by Contractor personnel, under the auspices of the contract, the Contractor will be responsible for resources necessary to remedy the incident. 9. Should the Contractor use a vendor other than OPM or DSS to conduct investigations, the investigative company must be certified by OPM/DSS to conduct Contractor investigations. The Vendor Cage Code number must be provided to the VA SIC, which will verify the information and conclude whether access to the Government s site(s) and/or VA LAN systems can be granted. 10. The investigative history for Contractor personnel working under this contract must be maintained in the databases of either OPM or the Defense Industrial Security Clearance Organization (DISCO). 11. Contractor will ensure personally-identifiable information (PII) and other sensitive temporary records are handled in a secure manner. At a minimum, this contract shall require documentation that any contractor who will handle the records until final destruction is completed, is bonded, insured, National Association for Information Destruction (NAID) certified for paper/printed media destruction and can provide reasonable physical safeguards for the data throughout the destruction process. Government Responsibilities 1. After the SIC has adjudicated the background investigation package from the Contractor, the SIC will send an e-mail notification to the Contractor and their POC identifying the e-QIP website link that includes detailed instructions regarding completion of the background clearance application process and the level of background that was requested. 2. Upon receipt of required investigative documents, SIC will review the investigative documents for completion and initiate the background investigation by forwarding the investigative documents to OPM to conduct the background investigation. If the investigative documents are not complete, the SIC will notify the vendor of deficiencies and include corrective instructions. 3. VA will pay for investigations and reciprocals processed through the VA SIC and conducted by OPM in advance, however, the Contractor shall reimburse the full cost of background investigations/reciprocals to VA within 30 days of Bill of Collections from VA. VA shall send up to three plus one final delinquent notice to the Contractor. If the Contractor does not adhere to the Bill of Collections, future invoices may be subject to be offset by VA to recoup background investigation costs and may be considered grounds for default. 4. The RMO will notify and forward the Contractor a copy of the Certificate of Eligibility (Form 4236) if the investigation has been reciprocated. The RMO will also notify the Contractor of an unfavorable adjudication by the Government. Security Incident Investigation: The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action the breaches VA security procedures. The contractor/subcontractor shall immediately notify the RMO and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the RMO at the conclusion of the task order. 2. The RMO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the RMO for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the RMO. TECHNICAL REFERENCES VA Directive 0710, Personnel Suitability, and Security Program VA Directive 6371, Destruction of Temporary Paper Records VA Handbook 6300.1, Records Management Procedures VA Directive 6300, Records, and Information Management Period of Performance: Base Year of 12 months from date of award with potential four (4) 12-month option periods. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) INSTRUCTIONS TO OFFERORS The Department of Veterans Affairs is soliciting quotes from SDVOSB vendors to provide confidential on-site document destruction services (shredding services). The government anticipates a single (all or none), firm fixed price award. Please complete the following solicitation documents and email them to kimberly.tomasi@va.gov: SF-1449, page one, blocks 17a, 30a, 30b and 30c. Section B.2 Price/Cost Schedule. Written statement limited to two pages or less demonstrating the offeror has the required experience. At least two completed past performance questionnaire. Offerors shall ensure the following information is on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. Failure toprovide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) and verified as an SDVOSB in Vetbiz to receive an award. Only quotes submitted by Service-Disabled Veteran Own Small Business will be accepted by the Government. Any quote that is submitted by a contractor that is not a Service- Disabled Veteran Own Small Business will not be considered for award. Note that only VA verified SDVOSBs in the VIP database at the time of contract award will be considered for award and non VIP verified firms will be considered non responsive and ineligible for award. FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. Offers will be evaluated on Best Value Price, past performance, and experience. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) Insurance Work on a Government Installation (JAN 1997) (a) Workers compensation and employer s liability. Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer s liability section of the insurance policy, except when contract operations are so commingled with a contractor s commercial operations that it would not be practical to require this coverage. Employer s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not perm...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b055604a680f4e86a028a70fd1cb3a93/view)
 
Place of Performance
Address: Department of Veterans Affairs / VBA Baltimore VA Regional Office 31 Hopkins Plaza, Suite 2109, Baltimore, MD 21201, USA
Zip Code: 21201
Country: USA
 
Record
SN05711933-F 20200708/200706230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.