DOCUMENT
S -- (S)(660) Service & Certify Laminar Flow Hoods - Attachment
- Notice Date
- 9/3/2015
- Notice Type
- Attachment
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25915Q0592
- Response Due
- 9/15/2015
- Archive Date
- 10/15/2015
- Point of Contact
- Dyllan Lial
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is VA-259-15-Q-0592 and is hereby issued as a Request for Proposal (RFP). The VISN 19 Rocky Mountain Acquisition Center, NCO 19, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf of the VA Salt Lake City Health Care System, 500 Foothill Drive, Salt Lake City, Utah 84148 has a requirement for the following services: A base period and four 1-year possible options for On-Site Hood Cleaning and Inspections The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective July 2, 2015. The North American Industry Classification System (NAICS) code is 561750-Janitorial Services. This procurement will be a 100% Small Business Set-Aside. The Government intends to issue a firm fixed price contract or multiple awards to the responsible Offeror's whose proposal is Lowest Price Technically Acceptable and conforms to the solicitation. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. Provide a price quote for each of the following CLINS and total price (fill in the blanks). PRICING FOR: On-Site LAMINAR FLOW HOOD INSPECTION for the VA Salt Lake City Healthcare System. Price/Cost Schedule Base Year: 10/01/2015 thru 09/30/2016 ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Provide all transportation, equipment, supplies and services needed, and perform Annual and Semi-Annual Laminar Flow Hood Inspection and Certification in accordance with the Statement of Work 12MO____________________________________ GRAND TOTAL__________________ Option Year 1 - 10/01/2016 thru 09/30/2017 ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1001Provide all transportation, equipment, supplies and services needed, and perform Annual and Semi-Annual Laminar Flow Hood Inspection and Certification in accordance with the Statement of Work12MO____________________________________ GRAND TOTAL__________________ Option Year 2 - 10/01/2017 thru 09/30/2018 ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 2001Provide all transportation, equipment, supplies and services needed, and perform Annual and Semi-Annual Laminar Flow Hood Inspection and Certification in accordance with the Statement of Work12MO____________________________________ GRAND TOTAL__________________ Option Year 3 - 10/01/2018 thru 09/30/2019 ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 3001Provide all transportation, equipment, supplies and services needed, and perform Annual and Semi-Annual Laminar Flow Hood Inspection and Certification in accordance with the Statement of Work 12MO____________________________________ GRAND TOTAL__________________ Option Year 4 - 10/01/2019 thru 09/30/2020 ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 4001Provide all transportation, equipment, supplies and services needed, and perform Annual and Semi-Annual Laminar Flow Hood Inspection and Certification in accordance with the Statement of Work12MO____________________________________ GRAND TOTAL__________________ Base Year$__________________ Option Year 1$__________________ Option Year 2$__________________ Option Year 3$__________________ Option Year 4$__________________ Total Cost Base plus Four Option Years:________________________________ STATEMENT OF WORK LAMINAR FLOW HOOD INSPECTION 1. Contractor shall provide LAMINAR FLOW HOOD INSPECTION AND CERIFICATION (see attached equipment list, of this solicitation), located at the VA Medical Center, 500 Foothill Blvd., Salt Lake City, Utah 84148. This service will include all parts, labor, materials, and all other associated costs to complete LAMINAR FLOW HOOD INSPECTION AND CERIFICATION. Contractor shall inspect and test as required by all manufacturer, industry and national board requirements. 2. Contractor shall provide a proposed inspection sheet checklist with the prepared bid, which will clearly state what Contractor personnel will be accomplishing during all TESTING visits. Upon award, this checklist will be prepared and sent to the Contracting Officer's Representative (COR), along with any recommendation for system improvement after each TESTING is completed by the contractor. A copy of the TESTING Checklist will be left with the COR before leaving station the day TESTS are completed. A Formal Report and recommendations along with the TEST Checklists will be mailed to the address below: VA Medical Center Facility Management Maintenance & Construction (138M) ATTN: FLOW HOOD Checklist (Jesse Mortensen) 500 Foothill Blvd. Salt Lake City, UT 84148 Failure to provide the above required TEST Checklist will result in a delay of payment. 3. PM Service will be scheduled with the COR for afterhours listed below, at the convenience of the Government: 3:30p.m. to 4:00 a.m., MOUNTAIN TIME, Tuesday through Thursday, except the following: Federal Holidays: New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day Presidents DayVeterans Day Memorial DayThanksgiving Day Independence DayChristmas Day And any other day declared by executive order of the President of the United States. 4. The Contractor shall provide to the COR any original equipment manufacturer (OEM) updates and will incorporate updates which are required by the OEM to ensure performance to current product specifications. OEM updates shall be communicated to the COR with recommendation. The contractor shall inform the COR of any optional updates provided by the OEM and offer to provide these to the Government. 5. Upon arrival at the medical center, during normal business hours, the contractor shall check in with Engineering main office or Boiler Plant Operator, after normal business hours the contractor shall check-in with the Boiler Plant Operator on duty, located in Building 6. 6. Service calls will be scheduled by the COR, making every effort to arrange this service at a time convenient to both the contractor and the VA. 7. TESTING visits shall not be canceled once scheduled without the express consent of the COR. 8. Contractor shall provide a service report, which includes the CONTRACT NUMBER and the PURCHASE ORDER NUMBER on it, EACH TIME THE CONTRACTOR ACCOMPLISHES ROUTINE TESTING. LACK OF SERVICE REPORT WILL RESULT IN NON-PAYMENT. 9. This contract does not include the supplying of operating supplies, consumable, refinishing (painting) the equipment or furnishing materials for that purpose, or electrical repairs external to the equipment. DELIVERIES OR PERFORMANCE 1. All contractor personnel/technicians shall have successfully completed ANSI/ASHRAE/IESNA Standard 90.1 and VA Design Guide training from an accredited school and shall have acquired a minimum of three (3) years' experience in testing and inspection. A list of contractor personnel and proof of this accomplished training shall be provided to the Contracting Officer upon request prior to award of a contract, and upon change in contractor personnel during the course of the awarded contract. This documentation shall be provided and approved of prior to the performance of any testing under these contractor-by-contractor personnel. 2. Should the need arise for unlisted, unproved contractor personnel to provide testing on Government owned equipment, the contractor will FAX a copy of the above required documentation to the Contracting Officer and the COR simultaneously, prior to the performance of said testing. 3. No unqualified individual will be allowed to perform testing under this contract. Technician trainees or other unqualified individuals may assist or observe, however, they may not be allowed to do so if their presence delays the progress of the testing to be accomplished. The Government will NOT pay for unqualified individuals or technician trainees present. INVOICING/PAYMENTS All payments shall be made in arrears upon receipt of a proper invoice. All invoices will provide the following minimum information: PURCHASE ORDER CONTRACT NUMBER PERIOD OF SERVICE EQUIPMENT SERVICED All invoices shall include all applicable required Service reports. SUBMIT INVOICES TO:All invoicing/payments are to be made electronically in accordance with (IAW) section B.1, Contract Administration Data. A COPY OF THE ABOVE INVOICE WILL BE MAILED TO: VA Medical Center Facility Management Manager, Maintenance & Construction (138M) 500 Foothill Blvd. Salt Lake City, UT 84148 SPECIAL CONTRACT REQUIREMENTS HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA A. DEFINITION "Hazardous material" is defined in Federal Standard No. 313B. (Federal Standards are sold to the public through: General Services Administration (3FFN), Room 6622, 7th & D Sts., S.W., Washington, D.C. 20407). B. GENERAL I. The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require Government activities to apprise their employees of a. All hazards to which they may be exposed; b. Relative symptoms and appropriate emergency treatment; and c. Proper conditions and precautions for safe use and exposure. II. Contractors and their subcontractors of any tier are required to submit hazardous material data for all hazardous materials that they bring on site or have delivered to the medical center. Federal Standard No. 313B (Material Safety Data Sheets, Preparation and the Submission of) includes criteria for identification of hazardous materials. The Standard also prescribes Department of Labor Form OSHA-20 for use with Government contracts. III. Contractors shall submit hazardous material identification on the following: a. All items in or ordinarily catalogued under, the Federal Supply Classes listed in Table 1 of Appendix A of Federal Standard No. 313B. b. Items having hazardous characteristics in the Federal Supply Classes listed in Table II of Appendix A of Federal Standard No. 313B. c. Any other material designated by a Government technical representative as potentially hazardous and requiring safety controls. C. COMPLIANCE FAILURE Failure to comply with the above requirements in this section could be cause for termination in accordance with Default clause listed within the contract. PERSONAL PROTECTIVE EQUIPMENT (PPE) Contractors and their subcontractors of any tier are required to wear personal protective equipment (PPE) in accordance with OSHA Act, 1971 and other Federal, State and Local regulations. Personnel observed in violation of these regulations may be subject to removal from the medical center. The Government assumes no responsibility for injury of contract personnel or subcontractors of any tier if the injury is a direct result of noncompliance or disregard for these regulations. GENERAL PERFORMANCE AND EQUIPMENT LIST OUTLINE Conduct isolation room, dirty room, and clean room testing and certification. All testing is performed in accordance and compliant with ANSI/ASHRAE/IESNA Standard 90.1 and VA Design Guide. Testing may include: 1.Airflow volume / velocity readings - assures that both unidirectional and non-unidirectional flow areas are properly balanced and unidirectional zones are maintaining proper air patterns 2.Room air exchange rates - states if the area is meeting its design airflow 3.HEPA filter integrity testing - tests HEPA filters and system for leaks 4.Non-viable particle counting - reports the amount of airborne particulate of a specified size in the clean zone 5.Temperature / relative humidity testing - examines whether the air HVAC controls are functioning properly and uniformly 6.Pressure cascade monitoring - verifies that room differential pressures are operating according to design Department/Location Building/ RoomEquipment TypeManufacturerModelSerial numberInventory#Certification Frequency Pharmacy IV Mix RoomB.14 Rm.G301DLFBBakerEG-432052385EE19669Semi-Annual Pharmacy IV Mix RoomB.14 Rm.G301DLFBBakerEG-432052384EE19669Semi-Annual Pharmacy IV Mix RoomB.14 Rm.G301DLFBBakerEG-632052352EE19670Semi-Annual Pharmacy IV Chemo RoomB.14 Rm.G301EBSC II B2BakerBCG-401107697Semi-Annual Pharmacy IV CenterB.14 Rm.G301Phm CleanRoom+ ISO 8.0Main ANTE Rm#101Semi-Annual Pharmacy IV CenterB.14 Rm.G301Phm CleanRoom+ ISO 7.0BUFFER Rm#102Semi-Annual Pharmacy IV CenterB.14 Rm.G301Phm CleanRoom- ISO 8.0Chemo Storage Rm#104Semi-Annual Pharmacy IV CenterB.14 Rm.G301Phm CleanRoom- ISO 7.0Chemo MIX Rm#105Semi-Annual Pharmacy IV CenterB.14 Rm.G301Phm CleanRoom+ ISO 7.0Chemo ANTE Rm#106Semi-Annual Clinical Lab.- Prep. RoomB.14 Rm.1A04AGross.Encl.Thermo El. GrLab-96009600704278EE41034Annual Clinical Lab.- MicrobiologyB.14 Rm.1B08BSC II A2Labconco34600-01110643682 CAnnual Clinical Lab.- ImmunopathologyB.14 Rm.1B20CFHKewanee4'CFHPM#230183Annual Clinical Lab.- HistologyB.14 Rm.1B33ExH-ConopyCustom28x70"Histo-1Annual Clinical Lab.- HistologyB.14 Rm.1B18AExH-ConopyCustom28x70"Histo-2Annual Ortho Lab-FootB.01 Rm.1A15CFHCustom-SS 3'CFH-SSOrtL-01EE32091Annual Ortho Lab-FootB.01 Rm.1A15CFHLabconco 2.5'CFHOrtL-02EE12137Annual Nuclear MedicineB.01 Rm.1E06CFHLabconco4'CFH59075EE7933Annual Dental Clinic LabB.590 Rm.1A15ExH-ConopyCustom24x48"DTL-01Annual Dental Clinic LabB.590 Rm.1A15ExH-ConopyCustom24x48"DTL-02Annual Clinical Lab.- HistologyB.14 Rm.1B33Ductless HoodShandon3'Hyperclean121783235Annual Clinical Lab.- HistologyB.14 Rm.1B33Ductless HoodFumeGardMod:912100709Annual Clinical Lab.- PathologyB.14 Rm.1A06ADuctless HoodShandon3'Hyperclean121785-249Annual Cl.Lab.- Bone MarrowB.14 Rm.1B30Ventilation AnalysisAnnual SPD suiteB.01 Rm.2B42Ventilation AnalysisCtr.Envi.RmSterile Proc.& DeconB;01-2B42Annual SPD suiteB.01 Rm.2B42BVentilation AnalysisCtr.Envi.RmClean Sterile PrepB;01-2B42BAnnual SPD suiteB.01 Rm.2B46AVentilation AnalysisCtr.Envi.RmDecontaminationB;01-2B46AAnnual Scope ProcessingB.01 Rm.3B01AVentilation AnalysisCtr.Envi.RmSTERIS RoomB;01-3B01AAnnual GI/Bronchoscopy Med Prec Rm.B.01 Rm.4D28Ventilation Analysis Dirty Core - 4D284 North - GIAnnual GI ProcessingB.01 Rm.4D29Ventilation AnalysisCtr.Envi.RmScope ProcessingB;01-4D29Annual Dental Clinic LabB.590 Rm.1A13-90Ventilation AnalysisDental LabsDirty/Soiled Utility1A13-90 Pat.Isolation RoomB.01 Rm.2C05A-1Ventilation Analysis B.01 Rm.2C05A-12 EastAnnual Pat.Isolation RoomB.01 Rm.2C14A-1Ventilation Analysis B.01 Rm.2C14A-12 EastAnnual Pat.Isolation RoomB.01 Rm.2A21A-1Ventilation Analysis B.01 Rm.2A21A-12 WestAnnual Pat.Isolation RoomB.01 Rm.2A23A-1Ventilation Analysis B.01 Rm.2A23A-12 WestAnnual Pat.Isolation RoomB.01 Rm.3A19A-1Ventilation Analysis B.01 Rm.3A19A-13 WestAnnual Pat.Isolation RoomB.01 Rm.3A21A-1Ventilation AnalysisB.01 Rm.3A21A-13 WestAnnual Pat.Isolation RoomB.01 Rm.3D23A-1Ventilation AnalysisB.01 Rm.3D23A-1Surgery ICUAnnual Pat.Isolation RoomB.01 Rm.3D25A-1Ventilation AnalysisB.01 Rm.3D25A-1Surgery ICUAnnual GI/Bronchoscopy Med Prec Rm.B.01 Rm.4D24Ventilation AnalysisMed. Procedure - 4D244 North - GIAnnual GI/Bronchoscopy Med Prec Rm.B.01 Rm.4D26Ventilation AnalysisMed. Procedure - 4D264 North - GIAnnual GI/Bronchoscopy Med Prec Rm.B.01 Rm.4D30Ventilation AnalysisMed. Procedure - 4D304 North - GIAnnual Pat.Isolation RoomB.14 Rm.2A33A-14Ventilation AnalysisB.14 Rm.2A33A-14MICUAnnual Pat.Isolation RoomB.14 Rm.2A35A-14Ventilation AnalysisB.14 Rm.2A35A-14MICUAnnual Exam RoomB.14 Rm.GA45-14Ventilation AnalysisB.14 Rm.GA45-14Emerg.Dep.Annual Surgery - O.R. 1B.14 Rm.3B27Ventilation AnalysisOR.1. - 3B273 SurgeryAnnual Surgery - O.R. 2B.14 Rm.3B21Ventilation AnalysisOR.2. - 3B213 SurgeryAnnual Surgery - O.R. 3B.14 Rm.3B32Ventilation AnalysisOR.3. - 3B323 SurgeryAnnual Surgery - O.R. 4B.14 Rm.3B33Ventilation AnalysisOR.4. - 3B333 SurgeryAnnual Surgery - O.R. 5B.14 Rm.3B34Ventilation AnalysisOR.5. - 3B343 SurgeryAnnual Surgery - O.R. 6B.14 Rm.3B35Ventilation AnalysisOR.6. - 3B353 SurgeryAnnual Surgery - Clean CoreB.14 Rm.3B29Ventilation AnalysisClean Core - 3B293 SurgeryAnnual Surgery - Frozen Section LabB.14 Rm.3B10AVentilation AnalysisFrozen Sect.Lab - 3B10A3 SurgeryAnnual ? GOVERNMENT PRIMARY POINTS OF CONTACT (POC's): Submit offers or any questions to the primary POC Dyllan Lial 303-372-7068 or dyllan.lial@va.gov DEADLINES: Submit questions and offers to the primary POC. All questions or requests for information must be in writing and are due by COB on September 9, 2015 by 4:00 P.M. MST. It is acceptable to submit proposals by email NLT September 15, 2015 by 4:00 P.M. MST. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.SAM.gov. Also, in order to be eligible for the award the company must be registered in SAM. Please send RFP to: dyllan.lial@va.gov PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, technical, past performance and price considered. The following factors shall be used to evaluate offers: BASIS OF AWARD: 1) The government intends to issue a firm fixed price contract or multiple awards to the responsible Offeror whose proposal conforms to the solicitation evaluation factors. EVALUATION FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Offer that meets the Lowest Price technically acceptable. Who is located within a 50 miles radius of facility where work is performed for emergency outcalls as needed. Offerors who propose to perform the work for an unrealistically low price will not be considered for award. Where applicable, the techniques and procedures described under FAR 13.106-2 will be the primary means of assessing proposal reasonableness. An offeror's proposal shall represent the offeror's best efforts to respond to the solicitation. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All such offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offeror's must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A.Price: Lowest Price technically acceptable B.Technical: Technical can be measured by the offeror's ability to perform requirements to meet technical, specifications, contract terms and conditions, and all local, state, and federal regulations as related to performing projects. C. Past Performance Confidence Assessment: 1) Past Performance, the offeror shall provide relevant performance information on all offerors based on (1) the past and present references provided by the offeror and (2) data independently obtained from other government and commercial sources as well as questionnaires. Relevant performance includes performance of efforts involving contracting support that is similar or greater in scope, magnitude and complexity than the effort described in this solicitation. Past Performance that does not meet the regency requirement, will be excluded from evaluation. 2) Past performance will address areas pertaining to the following attributes to which an assessment will be made: 3) Quality: The quality of work can be measured by how well the offeror conformed to or met contract requirements, specifications and standards of good workmanship (e.g. commonly accepted technical professional, environmental, or safety and health standards.) TABLE 1- PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. 4) Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. Offeror's with no relevant past or present performance history shall receive the rating ?Unknown Confidence, meaning the rating is treated neither favorably nor unfavorably. 5) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFP. For each effort evaluated, a relevancy determination of the offeror's present and past performance, including joint ventures, subcontractors and/or teaming partners, will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. Relevancy will be assessed for contracts that are most similar to the effort, or portion of the effort, for which that contractor is being proposed, and may contribute to an overall higher relevancy determination for the offeror. The Government is not bound by the offeror's opinion of relevancy. The following relevancy definitions apply: VERY RELEVANT: Past/present performance programs involved essentially the same magnitude of effort and complexities this solicitation requires. RELEVANT: Past/present performance programs involved much of the magnitude of effort and complexities this solicitation requires. SOMEWHAT-RELEVANT: Past/present performance programs involved some of the magnitude of effort and complexities this solicitation requires. NOT RELEVANT: Past/present performance programs did not involve any magnitude of effort and complex. 6) Recent past performance is defined as past performance on contracts within the last three years from the issue date of this solicitation. Past performance for contracts exceeding the timeframe for this definition of recency will be excluded from evaluation. 7) If the lowest priced evaluated offer is judged to have a ?Substantial Confidence? performance rating, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (b) 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). (c) 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. Offeror to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items, Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; applies to this acquisition with following addendum: The following FAR clauses apply to this solicitation and are incorporated in full text: 52.217-8- 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 calendar 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 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar 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 of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) 52.232-19- Availability of Funds for the next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond September 30, of any fiscal year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 each Fiscal Year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) The following FAR clauses apply to this solicitation and are incorporated by reference: 52.237-2- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 52.237-3- Continuity of Services (Jan 1991), 52.228-5- Insurance-Work on a Government Installation (Jan 1997),. The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Utah. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase cardare considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.. (End of Addendum to 52.212-4) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontracts Awards (FEB 2010), FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Dec 2010), FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011), FAR 52.222.21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-3, Convict Labor (JUN 2003), FAR 52.222-26, Equal Opportunity (MAR 2007), FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010),FAR 52.222-41 Service contract Labor standards (May 2014), FAR52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment ( MAY 2014), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008),FAR 52.232-34 Payment By Electronic Funds Transfer-other than System for Award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25915Q0592/listing.html)
- Document(s)
- Attachment
- File Name: VA259-15-Q-0592 VA259-15-Q-0592.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2297544&FileName=VA259-15-Q-0592-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2297544&FileName=VA259-15-Q-0592-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-15-Q-0592 VA259-15-Q-0592.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2297544&FileName=VA259-15-Q-0592-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Salt Lake City Healthcare System;500 Foothill Dr;Salt Lake City UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN03870917-W 20150905/150904000325-3730d19918f7d2a963ee10e551cd245a (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 |