Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2015 FBO #4803
DOCUMENT

65 -- Pacific Islands Durable Medical Equipment - Attachment

Notice Date
1/16/2015
 
Notice Type
Attachment
 
NAICS
621610 — Home Health Care Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
VA26115Q0197
 
Response Due
1/29/2015
 
Archive Date
2/28/2015
 
Point of Contact
Angela Oppenheimer
 
Small Business Set-Aside
N/A
 
Description
This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offers are being requested, and a written solicitation shall not be issued. The proposed contract action is for supplies or services for which the Government intends to award using full and open competition. Interested persons may submit offers, and all eligible offers received prior to the date specified in FedBizOpps shall be considered by the Government. The NAICS code is 621610 and the size standard is $15 million. This acquisition is unrestricted. "Oahu "Hawaii (Big Island) "Maui "Kauai "Molokai "Lanai "American Samoa "Saipan This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 effective December 26, 2014. Only emailed requests received directly from the requester are acceptable. This acquisition is being conducted under the authority of the commercial item test program at FAR 13.5. Only electronic offers will be accepted. Offers are due to angela.oppenheimer@va.gov by 1:00 PM. Pacific Time, January 29th, 2015. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT Please note: the VA estimates that following number(s) of patients to be served monthly at each site: Oahu: 44 Big Island: 20 Maui: 5 Kauai: 5 Molokai: 3 Lanai: 3 American Samoa: 27 Saipan: 5 ***Contractor shall perform all CLINs in accordance with the attached statement of work, attached wage determinations, and attached security language. Contractor shall complete and return attached Contractor Security Control Assessment, attached Business Associate Agreement (if a national one does not exist), and Attached Rules for Contractor personnel prior to beginning work, but no later than 10 days after award of contract.*** PERIOD OF PERFORMANCE: 03-01-2015 through 02-29-2016 Line Item: 0001 Description: Routine delivery/set-up, or pick-up of equipment or repairs at Veteran's home within delivery zone of 100 miles, round-trip from the closest contractor location able to perform the job. Includes all required patient education and instruction. Mileage rate shown in (A0004) shall apply for mileage exceeding the 100-mile distance. This does not include deliveries from the DME warehouse to the VA. Please note: Estimates stated are per year. FacilityEst. Qty/Unit Unit Price Total Cost I. Delivery a. Oahu375 delivery$___________$___________ b. Hawaii100 delivery $___________$___________ (Big Island) c. Maui50 delivery $___________$___________ d. Kauai 25 delivery $___________$___________ e. Molokai 15 delivery $___________$___________ f. Lanai15 delivery $____________$___________ g. American100 delivery $___________$___________ Samoa h. Saipan25 delivery $___________$___________ II.Setup a. Oahu375 setup$___________$___________ b. Hawaii100 setup $___________$___________ (Big Island) c. Maui50 setup$___________$___________ d. Kauai 25 setup $___________$___________ e. Molokai 15 setup $___________$___________ f. Lanai15 setup $____________$___________ g. American100 setup $___________$___________ Samoa h. Saipan25 setup$___________$___________ III.Repairs a. Oahu200 repairs$___________$___________ b. Hawaii50 repairs $___________$___________ (Big Island) c. Maui25 repairs$___________$___________ d. Kauai 10repairs$___________$___________ e. Molokai 10repairs$___________$___________ f. Lanai10repairs $____________$___________ g. American50 repairs $___________$___________ Samoa h. Saipan15 repairs$___________$___________ TOTAL CLIN 0001$_________________ Line Item: 0002 Description: Expedited delivery/set-up, or pick-up of equipment or repairs at Veteran's home within delivery zone of 100 miles, round-trip from the closest contractor location able to perform the job. Includes all required patient education and instruction. Mileage rate shown in (A0004) shall apply for mileage exceeding the 100-mile distance. This does not include deliveries from the DME warehouse to the VA. Estimates stated are per year. EST. QTY/UNIT UNIT PRICE EST. AMOUNT I.Delivery a. Oahu375 delivery$___________$___________ b. Hawaii100 delivery $___________$___________ (Big Island) c. Maui50 delivery $___________$___________ d. Kauai 25 delivery $___________$___________ e. Molokai 15 delivery $___________$___________ f. Lanai15 delivery $____________$___________ g. American100 delivery $___________$___________ Samoa h. Saipan25 delivery $___________$___________ II.Setup a. Oahu375 setup$___________$___________ b. Hawaii100 setup $___________$___________ (Big Island) c. Maui50 setup$___________$___________ d. Kauai 25 setup $___________$___________ e. Molokai 15 setup $___________$___________ f. Lanai15 setup $____________$___________ g. American100 setup $___________$___________ Samoa h. Saipan25 setup$___________$___________ III.Repairs a. Oahu200 repairs$___________$___________ b. Hawaii50 repairs $___________$___________ (Big Island) c. Maui25 repairs$___________$___________ d. Kauai 10repairs$___________$___________ e. Molokai 10repairs$___________$___________ f. Lanai10repairs $____________$___________ g. American50 repairs $___________$___________ Samoa h. Saipan15 repairs$___________$___________ TOTAL CLIN 0002$_________________ Line Item: 0003 Description: Emergency delivery/set-up, or pick-up of equipment or repairs at Veteran's home within delivery zone of 100 miles, round-trip from the closest contractor location able to perform the job. Includes all required patient education and instruction. Mileage rate shown in (A0002) shall apply for mileage exceeding the 100-mile distance. Deliveries from the DME warehouse to the VA. Estimates stated are per year. EST. QTY/UNIT UNIT PRICE EST. AMOUNT I.Delivery a. Oahu375 delivery$___________$___________ b. Hawaii100 delivery $___________$___________ (Big Island) c. Maui50 delivery $___________$___________ d. Kauai 25 delivery $___________$___________ e. Molokai 15 delivery $___________$___________ f. Lanai15 delivery $____________$___________ g. American100 delivery $___________$___________ Samoa h. Saipan25 delivery $___________$___________ II.Setup a. Oahu375 setup$___________$___________ b. Hawaii100 setup $___________$___________ (Big Island) c. Maui50 setup$___________$___________ d. Kauai 25 setup $___________$___________ e. Molokai 15 setup $___________$___________ f. Lanai15 setup $____________$___________ g. American100 setup $___________$___________ Samoa h. Saipan25 setup$___________$___________ III.Repairs a. Oahu200 repairs$___________$___________ b. Hawaii50 repairs $___________$___________ (Big Island) c. Maui25 repairs$___________$___________ d. Kauai 10repairs$___________$___________ e. Molokai 10repairs$___________$___________ f. Lanai10repairs $____________$___________ g. American50 repairs $___________$___________ Samoa h. Saipan15 repairs$___________$___________ TOTAL CLIN 0003$_________________ Line Item: 0004 Description: Rate per mile beyond the delivery zone of 100 miles, round-trip from the closest contractor location able to perform the job to Veteran's home. Applies to set-ups, pick-ups, and repairs at Veteran's home. Estimates stated are per year LocationDescriptionEst. QtyUnit PriceExtended Price OahuPrice per mile exceeding delivery zone 20$____________$___________ Big IslandPrice per mile exceeding delivery zone 40$____________$___________ MauiPrice per mile exceeding delivery zone 5$____________$___________ KauaiPrice per mile exceeding delivery zone 0$____________$___________ MolokaiPrice per mile exceeding delivery zone 0$____________$___________ LanaiPrice per mile exceeding delivery zone 0$____________$___________ American SamoaPrice per mile exceeding delivery zone 10$____________$___________ SaipanPrice per mile exceeding delivery zone 1$____________$___________ TOTAL CLIN 0004$_________________ Line Item: 0005 Description: Labor for Repairs: Rate per hour for the repair of equipment purchased by VA Prosthetics. This rate is NOT to be used for any requested equipment set-ups such as hospital beds or pick-ups as these are a flat fee (A0001-A0003) and no additional labor charge is permitted. The routine rate below shall be used for routine repairs that need to be completed within 3-business days. The expedited rate shall be used for expedited repairs that need to be completed within 1-business day. The emergency rate shall be used for emergency repairs that need to be completed within 4-hours of request. (Labor only). EstimatedRoutine ExpeditedEmergency Hours a. Oahu800hour$___________$___________$___________ b. Hawaii 200hour$___________$___________$___________ (Big Island) c. Maui120hour$___________$___________$___________ d. Kauai 40hour$___________$___________$___________ e. Molokai24hour$___________$___________$___________ f. Lanai24hour$___________$___________$___________ h. American 200hour$___________$___________$___________ Samoa i. Saipan40hour$___________$___________$___________ TOTAL CLIN 0005$_________________ GRAND TOTAL$_____________________________ ? Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITYALL DELIVERY ADDRESSES: Direct to Patient Offers are due by the date specified in FBO at 3:00 pm Pacific Time. ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS In order to be responsive to this solicitation, the Contractor shall fill out all applicable spaces and certifications. In addition, the Contractor shall submit a Technical Proposal to be considered for award. The Technical Proposal shall provide sufficient information to demonstrate the corporate capabilities to satisfactorily perform the work detailed in Supplies or Services and Prices/Costs section. ? SUBMISSION OF SOLICITATION PACKAGE: Offerors must submit an offer for at least one location in its entirety. For example, an Offeror may submit an offer for Oahu, but it must also respond to the Oahu portion of each CLIN. Offerors may respond to more than one location, as long as each location is addressed entirely. For example, an Offeror may submit an Offeror for Oahu AND Lanai, but must respond to both locations for each CLIN. The Offeror shall submit an offer in six volumes: 1) Technical Approach, 2) Technical Capabilities, 3) Past Performance, 4) VA Mission, 5) Official Representations and Certifications, and 6) Price. Offerors may use his/her company's own bid form or letterhead to submit his or her technical and price quote. The format used for all offers shall include product description, size, catalog number and current pricing. Offers MUST be emailed to the Contracting Officer at angela.oppenheimer@va.gov. Delivery by any other method shall not be considered further for award. Offerors are highly encouraged to use PKI-encryption when emailing their offer, to help insure their data is transferred to the VA in a secure and confidential manner. PLEASE NOTE: THE CONTRACTING OFFICER DOES NOT HAVE THE ABILITY TO RECEIVE RESPONSES THROUGH FILE TRANSFER SITES SUCH AS DROPBOX, WETRANSFER, ETC. In addition to pricing information, Offerors shall provide the following information with their offer to facilitate evaluation: I.TECHNICAL APPROACH (1)ABILITY TO MEET JOINT COMMISSION STANDARDS The Offeror shall explain their proposed approach to meeting Joint Commission Standards of Care in administering this program. (2)ABILITY TO MEET VISIT TIMELINESS, PATIENT TRAINING, AND DOCUMENTATION REQUIREMENTS The Offeror shall explain their proposed approach to meet visit timeliness, documentation, patient education/training requirements, and fire-safety requirements. Specifically, the Offeror shall explain how they will make timely deliveries and have all documentation paperwork completed on 95% or greater of all deliveries. (3)ABILITY TO ACHIEVE AT LEAST 90% CUSTOMER SATISFACTION The Offeror shall explain their proposed approach to achieve at least 90% customer satisfaction with services throughout the life of the contract. II.TECHNICAL CAPABILITIES (1)CONTRACTOR PAST RELEVANT EXPERIENCE The Offeror shall demonstrate past durable medical equipment service experience by providing recent and relevant durable medical equipment contracts and-or service agreements where they provided a full range of delivery and set-up of durable medical equipment including but not limited to: hospital beds, mattresses, specialty commodes, trapezes, patient lifts, etc. The contractor shall provide evidence of at least (2) relevant contracts or service agreements. (Please note, "Relevant" under the Technical Capabilities factor has a different definition than under the Past Performance factor.) Relevant contracts and-or service agreements are those that are similar in scope, magnitude, and complexity similar to the durable medical equipment program currently provided in the VA Pacific Islands Health Care System. Scope is defined as a program that services patients needing durable medical equipment in a wide geographic area. Magnitude is defined as the number of patients served. Complexity is defined as providing the range of durable medical equipment services (for example, hospital beds, mattresses, specialty commodes, trapezes, patient lifts, etc.) No more than three total relevant contracts or service agreements shall be submitted to the contract officer. Offerors shall fully explain the degree to which their submitted contracts or service agreements are relevant to the requirements. (2)QUALIFICATION OF OFFEROR'S TEAM AND DIRECT SERVICE STAFFS The contractor shall develop its own organization chart specific to its organization and team. At a minimum, the organization chart shall identify key personnel, the contractor, and all subcontractor entities, their responsibilities, structure, and prime lines of authority. The contractor shall list management staff personnel that shall manage this contract and provide resumes for each including titles, duties, degrees, certifications, and # of years of management experience in the durable medical equipment field. The contractor shall also list the direct service staff personnel that shall provide services under this contract and provide resumes for each including titles, degrees, certifications, and # of years of experience in the home durable medical equipment field. If a position is not filled, Offeror shall provide a summary of the position qualification requirements and describe how they will fill this position prior to start of performance under any resulting award. III.CONTRACTOR PAST PERFORMANCE The Offeror shall request that their current and previous organizations they have or had contracts or service agreements for home durable medical equipment services and provide a summary statement that answers the following questions regarding their firm's past performance: 1.Quality (a)Compliance with contract requirements, use of quality supplies, visit timeliness, compliance with JC standards (if required by contract or service agreement). (b)Extent reports and documentation was accurate, complete, and on time. (c)Extent contractor managed operations, personnel, and provided oversight without need for client to intervene 2.Customer Satisfaction (a)Extent client and patients were satisfied. (b)Extent contractor services were on time. (c)Would client work with contractor again? Offerors shall request a summary statement for each contract and-or service agreement submitted and provide a copy of the cover page sent to each client to the VA Contract Officer as proof the request was made showing the client name, title, address, and phone number with the application packet. Contracts or service agreements shall be within the past 3-years and relevant with similar scope. Current and past clients shall be instructed to fax or email their completed summary statement directly to the VA Contract Officer by the offer submission deadline in order to be considered. The Government reserves the right to verify previous performance by reviewing sources not necessarily provided by the Offeror, such as the Past Performance Information Retrieval System (PPIRS) database or other governmental databases, interviewing owners or references, or obtaining past performance information from any available source. In addition to the summary statement the Offeror shall provide information on past contracts or service agreements (within last 3-years) in which they have been terminated or received a CURE NOTICE and for each instance provide accompanying information as to the details for such action(s) with an explanation of why they were terminated and-or issued a cure notice. IV.VA MISSON Offerors shall describe how their approach will integrate with and fulfill the VA mission: "To fulfill President Lincoln's promise 'To care for him who shall have borne the battle, and for his widow, and his orphan' by serving and honoring the men and women who are America's Veterans." V.OFFICIAL REPRESENTATIONS AND CERTIFICATIONS Offerors shall provide a completed FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. Offerors shall either (i) complete and return this provision or (ii) complete official representations and certifications online at https://www.sam.gov and complete and return the appropriate parts of FAR 52.212-3. Please note: Official Representations and Certifications is not part of an evaluation factor; however, it will be used to determine an Offeror's eligibility to receive award. VI.PRICE Offerors shall provide a price schedule substantially the same as is in this solicitation for each location being proposed upon. VII.Additional Instructions Preparation of Offers: The VAMC will not pay any costs incurred in preparation and submission of offers. General Instructions for Offer Submission: All offers shall be submitted electronically to angela.oppenheimer@va.gov. (End of Addendum) ? FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) Please note, this procurement falls under FAR 13. While the solicitation may use terms that are conceptually similar to those in FAR 15, such terms may not have the same meaning in this case (such as strength, weakness, deficiency, etc.). (b) The Government may award multiple contracts resulting from this solicitation to the responsible Offeror(s) whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. However, no more than one contract shall be awarded per geographic location. The VA, in its tradeoff, may consider the relative benefits and detriments of awarding a single contract to one Offeror for multiple regions versus multiple small awards (one for each region) to separate Offerors. The following factors, in descending order of importance, shall be used to evaluate offers: (1) Technical Approach with respect to the following elements (please note, while these are areas of importance, they are not sub-factors and shall not be rated individually). These elements are considered to be of equal importance. Technical Approach shall be evaluated using the scheme described below, and an Offeror shall receive an "acceptable" or better on Technical Approach to be considered for award: (a)Ability to meet Joint Commission standards (b)Ability to meet timeliness, patient training, and documentation requirements (c)Ability to meet at least 90% customer satisfaction (d)The follow table illustrates the rating scheme for this factor: Rating ParameterDescription OutstandingOffer meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. GoodOffer meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. AcceptableOffer meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate. MarginalOffer does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. UnacceptableOffer does not meet requirements and contains one or more deficiencies. Offer is not awardable. (2)Technical Capability with respect to the following elements (please note, while these are areas of importance, they are not sub-factors and shall not be rated individually). These elements are considered to be of equal importance. Technical Capability shall be evaluated on a pass/fail basis, and an Offeror shall receive an "acceptable" or better on Technical Capability to be considered for award: (a)Past Relevant Experience (b)Qualifications of Offeror's Management Team and Direct Service Staff (c)The follow table illustrates the rating scheme for this factor: Rating ParameterDescription OutstandingOffer meets requirements and indicates an exceptional capability and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. GoodOffer meets requirements and indicates a thorough capability and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. AcceptableOffer meets requirements and indicates an adequate capability and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate. MarginalOffer does not clearly meet requirements and has not demonstrated an adequate capability and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. UnacceptableOffer does not meet requirements and contains one or more deficiencies. Offer is not awardable. (3)Past Performance shall be evaluated to its relevance and confidence using the following scheme. Please note, an Offeror must receive a rating of "substantial confidence," "confidence," or "unknown/neutral confidence" in order to be eligible for award: First, past performance shall be evaluated to its relevance, defined as the following ratings. Rating ParameterDescription RelevantPast performance effort involved at least a similar scope and magnitude of effort and complexities this solicitation requires. Not RelevantPast performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Only relevant past performance efforts will be rated as to confidence, as defined by the following ratings: Rating ParameterDescription Substantial ConfidenceBased on the Offeror's recent/relevant performance record, the Government has a high expectation that the Offeror shall successfully perform the required effort. ConfidenceBased on the Offeror's recent/relevant performance record, the Government has a reasonable expectation that the Offeror shall successfully perform the required effort. Limited ConfidenceBased on the Offeror's recent/relevant performance record, the Government has little expectation that the Offeror shall be able to successfully perform the required effort. No ConfidenceBased on the Offeror's recent/relevant performance record, the Government has little expectations that the Offeror shall be able to successfully perform the required effort. Unknown/Neutral ConfidenceNo recent/relevant performance record is available or the Offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. (4)VA Mission shall be evaluated using the following rating definitions. Please note, an Offeror must receive an "acceptable" or better on Technical Approach to be considered for award: Rating ParameterDescription OutstandingOffer indicates an exceptional understanding of and how Offeror's approach shall integrate with the VA's mission. Strengths far outweigh any weaknesses. Risk of unsuccessful integration is very low. GoodOffer indicates a thorough understanding of and how Offeror's approach shall integrate with the VA's mission. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful integration is low. AcceptableOffer indicates an adequate understanding of and how Offeror's approach shall integrate with the VA's mission. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful integration is moderate. MarginalOffer does not clearly demonstrate an understanding of the VA's mission or how Offeror's approach shall integrate with the VA's mission. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful integration is high. UnacceptableOffer does not demonstrate an understanding of the VA's mission and how Offeror's approach shall integrate with the VA's mission. Offer contains one or more deficiencies. Offer is not awardable. Price/Cost shall also be evaluated. Award shall be made on a trade-off basis. Non-price factors, when combined, are significantly more important than price. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (e) Award Based on Initial Offers: The Government intends to make award without discussions. Accordingly, Offerors are encouraged to submit their initial offers based upon most favorable terms, prices, technical and other factors. The Department of Veterans Affairs may make contract award without further dialog with Offerors regarding this solicitation. However, the Government reserves the right to eliminate all Offerors, except those with the most realistic chance of receiving the ultimate award, for any or all locations-based on evaluation of the factors above or to allow for efficient evaluation. The decision to eliminate Offerors and hold additional dialog is solely within the Government's discretion. (End of Provision) ? 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) (MARCH 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that- (1)Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2)Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1)The Offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.o (2)The Offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) ? IN ADDITION TO THE ABOVE, THE FOLLOWING SOLICITATION PROVISIONS AND CONTRACT CLAUSES APPLY TO THIS SOLICITATION: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) - For the purposes of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (DEC 2014). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEC 2014) - For the purposes of this clause, items (b) 1, 4, 8, 9, 12, 16, 22, 25 - 34, 39, 40, 43, 50, and 51 are considered checked and applicable. Items (c) 1, 2 ("See Wage Determinations"), and 3 are considered checked and apply with the fill-in being, "see wage determination." FAR 52.217-8 Option to Extend Services (Nov 1999) - For the purposes of this clause, the fill-in is "30 days." FAR 52.224-1 Privacy Act Notification (Apr 1984) FAR 52.224-2 Privacy Act (Apr 1984) FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.203-71 Display of Department of Veterans Affairs (Dec 1992) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) - For the purposes of this clause, the fill in is "any State or Territory in which performance under this contract action occurs" VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) VAAR 852.246-71 Inspection (Jan 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purposes of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.209-7 Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-1 Instructions to Offerors - Commercial Items (Apr 2014). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (DEC 2014): Offerors must return this provision with their offer. They may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://www.sam.gov. FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (Jul 2013) FAR 52.233-2 Service of Protest (Sept 2006) For the purposes of this provision, the protest may be served to Angela Oppenheimer, 150 Muir Road, AB7, Martinez, CA 94553-4668. 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26115Q0197/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-15-Q-0197 VA261-15-Q-0197.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817709&FileName=VA261-15-Q-0197-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817709&FileName=VA261-15-Q-0197-000.docx

 
File Name: VA261-15-Q-0197 S02 - Attachment I - Statement of Work_amo.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817710&FileName=VA261-15-Q-0197-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817710&FileName=VA261-15-Q-0197-001.docx

 
File Name: VA261-15-Q-0197 S02 - Attachment II - DOL WD 05-2153 _ 05-2147.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817711&FileName=VA261-15-Q-0197-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817711&FileName=VA261-15-Q-0197-002.pdf

 
File Name: VA261-15-Q-0197 S02 - Attachment III - VA Security Requirements.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817712&FileName=VA261-15-Q-0197-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817712&FileName=VA261-15-Q-0197-003.pdf

 
File Name: VA261-15-Q-0197 S02 - Attachment IV - Contractor Security Control Assessment (CSCA).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817713&FileName=VA261-15-Q-0197-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817713&FileName=VA261-15-Q-0197-004.pdf

 
File Name: VA261-15-Q-0197 S02 - Attachment V - Business Associate Agreement.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817714&FileName=VA261-15-Q-0197-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1817714&FileName=VA261-15-Q-0197-005.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03618972-W 20150118/150116234711-a836be486962743888e89cc371e42a31 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.