Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2016 FBO #5383
DOCUMENT

J -- Troubleshoot/Repair Generator #2 at the Ralph H Johnson VAMC - Attachment

Notice Date
8/17/2016
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Contracting Officer (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24716Q1061
 
Response Due
8/23/2016
 
Archive Date
11/30/2016
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
H
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA247-16-Q-1061 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA247-16-Q-1061 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-88, June 15, 2016. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) This solicitation is issued as a small business set aside for Service Disable Veteran Owned Small Business (SDVOSB). The North American Industry Classification System (NAICS) code is 811310, and the size standard is $7.5 million. (v) This requirement consists of the following: CLINDescriptionQtyUnit of Unit Total Measures PricePrice 001 VENDOR SHALL PROVIDE ONE OR MORE1JB$______$______ TECHNICIANS TO OBSERVE A CEP BUILDING LOAD TRANSFER, OBSERVING GENERATOR #2 AND THE ISO SWITCHGEAR ON A SUNDAY. TECHNICIANS WILL PROVIDE TROUBLESHOOTING, REPAIR AND RETEST PER THE STATEMENT OF WORK. SERVICES TO BE PROVIDED AT RALPH H. JOHNSON VA MEDICAL CENTER, 109 BEE STREET, CHARLESTON, SC, 29401. TOTAL $_________ (vi) The following is a detailed description of the requirements for this solicitation: STATEMENT OF WORK/DESCRIPTION/SPECIFICATIONS GENERAL INFORMATION 1.TITLE OF PROJECT:Troubleshoot/Repair Generator #2 'reverse trip' 2.SCOPE OF WORK:Vendor to supply one or more technicians to observe, troubleshoot and repair 'reverse power' trip of Generator #2, to include retests. Service to be delivered to Ralph H. Johnson VA Medical Center (RHJVAMC) at 109 Bee St, Charleston, SC 2940. 3.BACKGROUND:Generator #2 has experienced several 'reverse power' trips during routine monthly generator testing. 4.PERFORMANCE PERIOD: The vendor shall deliver the service required by this Statement of Work (SOW) within 30 days after date of award unless otherwise directed by the Contracting Officer (CO). The service will require work on a Sunday schedule to be pre-arranged with Electric Shop Supervisor. All clock times listed are based on military 24 hour clock and local time at RHJVAMC. 5.TYPE OF CONTRACT:Firm-Fixed price B.GENERAL REQUIREMENTS: These specifications are a statement of the minimum level of work and services that are to be provided under this contract. They are not intended to be, nor shall they be construed as, limiting specifications or requirements. At a minimum, the contractor shall be required to take all steps and measures which would be taken by a prudent building owner to ensure that the equipment installed can be operated at full capacity for the foreseeable future. 1)Vendor to provide one or more technicians, as necessary to observe Generator #2 and the ISO Switchgear in the Electric Vault (H200) during a CEP Building Load Transfer test (shift from commercial electric power to emergency generators). Technicians will troubleshoot, repair and retest any observed failures of Generator #2 during load transfer test. All work to be accomplished at RHJVAMC, under the supervision and coordination of Mr. Rafael Soto, Electric Shop Supervisor. Building load test will be conducted on a Sunday between the hours of 06:00 a.m. and 18:00 p.m. 2)Additional troubleshooting and repairs may be performed during normal working hours of Monday through Friday 07:00 a.m. to 16:30 p.m. (not including Federal Holidays) provided that there are no electric power interruptions to the facility would occur. 3)Work requiring an interruption of facility electrical power or CEP Building Load Transfer will be coordinated with Electric Shop Supervisor, but Vendor should expect this work to be performed on a Sunday between hours of 06:00 a.m. and 18:00 p.m. C.CHANGES TO STATEMENT OF WORK: Any changes to this Statement of Work (SOW) shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Contractor through the actions of the parties other than the CO shall be borne by the Contractor. D.REPORTING REQUIREMENTS: The Vendor shall obtain all necessary licenses and/or permits to include shipping and handling required to fill the order. In addition, the Contractor shall provide the Contracting Officer's Representative (COR) with a copy of any licenses and/or permits obtained. NOTE: no licenses or permits are expected to be required. E.TRAVEL: All work is to be conducted at the RHJVAMC, 109 Bee St, Charleston, SC 29401. The Contractor is responsible for any anticipated travel and per diem. F.GOVERNMENT RESPONSIBILITIES 1.The VA shall grant the Contractor access permission to all areas of the Savannah Clinic necessary to provide the services required under this contract. Note that the services required under this contract will not involve any access to the VA Information Technology or Information Service Network. No connection or access is authorized. 2.RHJ VAMC will answer questions regarding this requirement at (843)789-7256. G.CONTRACTOR EXPERIENCE REQUIREMENTS: The Vendor shall be an authorized provider of the service provided, and will provide a minimum of three (3) examples of similar work done at other facilities with reference contact information. The Vendor shall be capable of providing full warranty service for any and all installation failures during any warranty period. In the event that warranty work is required, the Electric Shop Supervisor will authorize replacement parts; the Vendor will oversee and/or perform the installation in order to ensure that part's warranty is valid. H.CONFIDENTIALITY AND NON-DISCLOSURE-It is agreed that: 1.The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have 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 CO at the conclusion of the task order. 2.The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, 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 CO 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 CO. I.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS: The C&A requirements do not apply, a Security Accreditation Package is not required. (vii) 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL (OCT 2015) applies to this solicitation in addition to the following addendums to the provision. Addendum to FAR 52.212-1- List all provisions incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); 52.204-17 Ownership Of Control Offeror NOV 2014; 52.225-18 Place of Manufacture (MAR 2015); VAAR 852.237-70 Contractor Responsibilities (APR 1984); VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008). Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: INSTRUCTIONS FOR PROPOSAL SUBMISSION Notification Regarding Use of Non-Government Personnel: The contract specialist for this requirement is non-Government personnel supporting the Contracting Officer and the VHA Network Contracting Office 6. Non-Government personnel will not be used as voting members of an evaluation team. Non-Government personnel will not be used to evaluate past performance. Submission of Offers: Offers shall be submitted by the due date and time provided on the front of this form. One (1) electronic copy shall be submitted. 1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information. 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria and specifications. Price and technical acceptability will be considered. (End of Provision) (viii) 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) applies to this solicitation. (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of Provision) (ix) 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) applies to this solicitation. (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) (x) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) applies to this solicitation. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html & http://www.va.gov/oal/library/vaar/ (End of Provision) FAR #TITLEDATE 52.204-16COMMERCIAL AND GOVERNMENT ENTITYJUL 2015 CODE REPORTING 52.204-17OWNERSHIP OR CONTROL OF OFFERORNOV 2014 52.204-20PREDECESSOR OF OFFERORAUG 1999 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) applies to this solicitation. (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of Provision) (End of Addendum to 52.212-1) (xi) 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014) applies to this solicitation. FAR provision 52.212-2 Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price (including all options) and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price (b) Price (including all options) and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote (including all options) will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) This will be a lowest price technically acceptable (LPTA) purchase. Technical acceptability, minimum qualifications, is defined as meeting the following criteria: The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing the same type and kind of services specified in this solicitation. 2.Documentation that confirms at least two (2) references, for contracts in facilities similar in size and complexity to that of RHJ VAMC Charleston. References must include the period of performance and contact information. 3.Documentation that confirms the company/employees have the required licenses, training certifications and permits to perform the same type and kind of services specified in this solicitation. 4.Documentation that confirms that the company is accredited, licensed and certificated to perform as specified in this solicitation. 5.Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located https:// www.sam.gov (xii) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (APR 2016) applies to this solicitation. All offers shall include a completed copy of the provision at with your offer via the SAM.gov website or a written copy. These pages will not be counted against the 15 page limitation of the submitted offer. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www. HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/"sam HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/" HYPERLINK "https://www.sam.gov/".gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Solicitation Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Failure to obtain SAM registration will result in submissions not being considered for award. (End of Provision) (xiii) 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015) applies to this solicitation and is hereby incorporated by reference, with the same force and effect as if it were given in full text; in addition to the following addenda's to the clause: 52.203-98 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015); 52.204-7 System for Award Management. (Jul 2013); 52.204-13 System for Award Management Maintenance (Jul 2013); 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014); 852.203-70 Commercial Advertising (Jan 2008); 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009); 852.232-72 Electronic Submission of Payment Requests (Nov 2012); 852.237-70 Contractor Responsibilities (Apr 1984). (xiv) 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) applies to this solicitation. (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of Clause) (xv) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) applies to this solicitation. (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government; (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. (End of Clause) (xvi) 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) applies to this solicitation. (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) (xvii) 52.216-1 TYPE OF CONTRACT (APR 1984) applies to this solicitation. The Government contemplates award of a Firm-Fixed-Price, Requirements contract resulting from this solicitation. (End of Clause) (xviii) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) applies to this solicitation. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.solicitation.gov/far/index.html & http://www.va.gov/oal/library/vaar/ FAR NUMBERTITLEDATE 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY JUL 2015 CODE MAINTENANCE 52.232-40PROVIDING ACCELERATED PAYMENTS TO DEC 2013 SMALL BUSINESS SUBCONTRACTORS VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) applies to this solicitation. 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 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) applies to this solicitation. (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 card are 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. (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 Clause) (End of Addendum to 52.212-4) (xix) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) applies this solicitation. The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-6; 52.204-7; 52.204-10; 52.204-12; 52.204-13; 52.204-16; 52.204-17; 52.204-18; 52.204-19; 52.204-20; 52.207-1; 52.209-2; 52.209-6; 52.209-10; 52.219-4; 52.219-8; 52.219-27; 52.219-28; 52.222-3; 52.222-19; 52.222-20; 52.222-21; 52.222-22; 52.222-25; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-41; 52.222-42; 52.222-44; 52.222-50; 52.222-54; 52.223-18; 52.225-13; 52.232-1; 52.232-18; 52.232-33; 52.232-40; 52.233-1; 52.233-2; 52.233-3; 52.233-4; 52.237-1; 52.237-3; 52.246-4; 52.246-20. (xx) n/a (xxi) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xxii) n/a (xxiiii) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than August 19, 2016 at 1:00 pm eastern standard time (EST) to Janica Francis-Hunter, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xxiv) SITE VISIT: A site visit is not contemplated at this time. (xxv) QUOTES/OFFERS: Quotes/Offers are due on August 23, 2016 at 1:00PM eastern standard time (EST). Only electronic offers will be accepted; submit quotation to - Janica Francis-Hunter, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xxvi) CONTACT INFORMATION: Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Janica Francis-Hunter, Contracting Specialist Janica.Francis@va.gov Phone: 843-789-6448 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24716Q1061/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-Q-1061 VA247-16-Q-1061.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2950693&FileName=VA247-16-Q-1061-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2950693&FileName=VA247-16-Q-1061-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Ralph H Johnson VAMC;Department of Veterans Affairs;109 Bee Street;Charleston, South Carolina
Zip Code: 29403
 
Record
SN04227495-W 20160819/160817234512-f26c99245d68c19d86b41881bcf7f103 (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.