Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2017 FBO #5532
DOCUMENT

R -- VACO CP Web Based Portal - Attachment

Notice Date
1/13/2017
 
Notice Type
Attachment
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V17Q0048
 
Response Due
2/13/2017
 
Archive Date
3/15/2017
 
Point of Contact
Rebecca S. Quilhot
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. VA101V-17-Q-0048 The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-93. The solicitation is set aside for Service-Disabled Veteran- Owned Small Business concerns only. The applicable NAICS Code for this solicitation is 511130 and the Small Business Size limitation is $27.5 Million. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business (SDVOB) concerns in accordance with Public Law 109-461, Veterans First Program. Only offers from SDVOB concerns that are registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time date set for receipt of offers shall be considered for award. Offers from SDVOB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. The contractor shall provide all resources necessary to accomplish the deliverables as described in the Statement of Work below. Description of Requirement This Statement of Work delineates the various tasks and activities required for a Subscription to a Web-Based Portal that contains financial and Public information for the VA Central Area Office and all Field use to improve such processes for the handling of returned mail, return payments, Vocational Rehabilitation participation and to improve investigations and reporting allegations of misuse of Beneficiary funds. The contractor shall provide all resources necessary to accomplish the deliverables as described in the Statement of Work. Part 1. General Information 1. Background: The Department of Veterans Affairs, Veterans Benefits Administration has a requirement for a Subscription to a Web-based portal that contains financial and Public Information, for the VA Central Area Office located at 1800 G Street NW, Washington, DC 20006. 1.2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverable described in the statement of work (SOW), except as otherwise specified. The purpose of the SOW is to acquire a subscription to a web-based browser in order to obtain current Veteran addresses, credit bureau, criminal history and other public information. With this access VBA employees will increase the ability to quickly and efficiently obtain an address for delivery of returned mail and prevent misuse of beneficiary funds, as recommended by the Office of Inspector General (OIG). In addition, this service will provide information that will assist with return payments and Vocational Rehabilitation participation. This information will reduce the possibility of waste, fraud, and abuse by reducing the likelihood of over- payment and strengthen the internal controls necessary to prevent theft and corruption. Access to this information will help prevent misuse of beneficiary funds. Criminal background information is vital to provide better oversight of fiduciaries and meet National Instant Criminal Background Check System relief requests. 1.3. Background: Due to the majority of Compensation and Pension (C&P) beneficiary s now using direct deposit for their benefits, many addresses in C&P s Master Record are no longer current. If there has been no recent reason to send essential mail, often the only letter the beneficiary receives is the yearly Cost of Living Adjustment (COLA) letter, which is nonessential mail. Guidance has been released, and information included in our procedures manual, that required Regional Offices to utilize a credit bureau reporting company as one of the options to obtain a better address and resend the letter prior to suspending benefits for returned mail. In addition, prior audit reports and investigations by the Office of Inspector General (OIG) and the Office of Investigation (OI) indicate that the estates of incompetent beneficiaries have historically been vulnerable to potential misuse of funds. These findings are supported by previous OIG investigations, which have resulted in an increased number of fiduciary fraud cases. The intent of the Fiduciary Program is to eradicate the misuse of funds by adequately protecting VA-derived income and estates of incompetent beneficiaries. One component the Pension and Fiduciary Staff can use to accomplish this goal is a credible system that will eliminate the appointment of unqualified Fiduciaries based on comprehensive background checks. 1.4. Performance Period: The period of performance is April 1, 2017, to April 1, 2018 (base year) with four one-year options. Work at the government site shall not take place on Federal holiday or weekends unless directed by the Contracting Officer. 1.5. Type of Contract: Firm-Fixed-Price 1.6. Place of Performance: Primary place of performance will be at the contractor s facility. 1.7. BPA Number & Title: Not Applicable Part 2. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting or has advised the contractor that a kick off meeting waived. A. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any) associated costs by task, together with associated sub-milestones dates. The contractor s subtask structure shall be reflected in the technical proposal and detailed projected management plan (PMP). 2. All written deliverables will be phrased in layperson language. Statistical and other technical terminology will not be used without providing a glossary of terms. 3. Where a written milestone deliverable is required in draft form, the VBA will complete their review of the draft deliverable within ten work days from date of receipt. The contractor shall have seven work days to deliver the final deliverable from date of receipt of the government s comments. 4. The contractor shall provide, via email, minutes of all government/contractor meetings within three calendar days after completing the meeting. 5. Contractor shall provide validation that their web site has not been compromised within the last two years. 6. Contractor shall demonstrate that the web site is secure. 7. Contractor shall provide information to demonstrate that their web site is monitored routinely for corruption. Part 3. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Task and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A. of this SOW. Task One: The contractor shall provide a detailed PMP and briefing for the VBA project team, which presents the contractor s plan for completing the task order. The PMP shall provide a transition plan for the existing contract. The contractor s plan shall be responsive to this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. The contractor shall keep the PMP up to date throughout the period of performance. Deliverable One: A detailed PMP and briefing. Task Two: Through a subscription service, the contractor shall provide access for no more than 850 VBA employees to a secure web-based database containing current addresses, SSNs, dates of birth, email addresses, and telephone numbers that is searchable by name, SSN, and date of birth. Access will be provided for two levels of access (user and enhanced user), to be provided by the VBA project manager for all 850 employees. These access levels will limit the types of information available to the users and provide access to reports for all users. Of the 850 employees, 150 employees will be enhanced users that will have full access to reports needed for fiduciary background check. Access to the web-based database shall be available 24 hours a day, seven days a week, excluding routine scheduled back-ups and upgrades, which shall require advanced notification to the VBA. Deliverable Two: VBA employee access to a secure web-based database for 700 users and 150 enhanced users. Task Three: The contractor shall provide training to all users. Also, training shall be provided to user prior to any updates/changes are made to the web-based portal if necessary. The contractor should provide training in person, virtually or any other methods that will be more advantages to users. The contractor should also provide recorded training that can be post it on web-based platform for users. Deliverable Three: Provide training with electronic/ hardcopy instruction materials and quick reference guide, whichever is appropriate. Task Four: The contractor shall provide telephone service support to users to assist with the use of the web-based platform and password resets or any technical issues. The contractor shall designated a POC to include the name, email address, and phone number of contact to the COR and any other personal in VBA the COR deem necessary. Deliverable Four: Provided service support via telephone and email. Task Five: The contractor shall provide report capability through web-based ware for VBA. The contractor will ensure VBA Administrators have access to reports that contain information entered by users. The contractor shall have capability or an ADHOC report for VBA to track the number and name of searched persons by users. Deliverable Five: Report capability. Part 4. EVALUATION OPTIONAL TASKS AND ASSOCIATED DELIVERABLES N/A Part 5. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delays, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with applicable regulations. Part 6. CHANGES TO STATEMENT OF WORK Any changes to this 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 parties other than the CO shall be borne by the contractor. Part 7. REPORTING REQUIREMENTS 1. The contractor shall provide the Contracting Officer s Representative (COR) with quarterly or as needed written progress reports. These are due to the COR or and other person identified by COR by the second workday following the end of each calendar month throughout the project's on a quarterly basis or upon request by the COR. 2. The progress report will cover all work completed during the preceding month and will present the work to be accomplished during the subsequent month. This report will also identify any problems that arose and a statement explaining how the problem was resolved. This report will also identify any problems that have arisen but have not been completely resolved with an explanation. Part 8. TRAVEL Travel is not anticipated at this time. If any travel is required, travel and per diem shall be reimbursed in accordance with Federal Travel Regulations. Each contractor invoice must include copies of all receipts that support the travel costs claimed in the invoice. Travel must be pre-approved by the COR. Travel must be priced separately in the price schedule. Local travel within a 50-mile radius from the contractor s facility is considered the cost of doing business and will not be reimbursed. This includes travel, subsistence, and associated labor charges for travel time. Travel performed for personal convenience and daily travel to and from work at the contractor s facility will not be reimbursed. Travel, subsistence, and associated labor charges for travel time for travel beyond a 50-mile radius of the contractor s facility are authorized on a case-by- case basis and must be pre-approved by the COR. Part 9. GOVERNMENT RESPONSIBILITIES N/A Part 10. CONTRACTOR EXPERIENCE REQUIREMENTS KEY PERSONNEL These skilled experienced professional and/or technical personnel are essential for successful contractor accomplishment of the work to be performed under this contract and subsequent task orders and options. These are defined as key personnel and are those persons whose resumes were submitted. The contractor agrees that the key personnel shall not be removed, diverted, or replaced from work without approval of the CO and COR. Any personnel the contractor offers as substitutes shall have the ability and qualifications equal to or better than the key personnel that is being replaced. Requests to substitute personnel shall be approved by the COR and the CO. All requests for approval of substitutions in personnel shall be submitted to the COR and the CO within 30 calendar days prior to making any change in key personnel. The request shall be written and provide a detailed explanation of the circumstances necessitating the proposed substitution. The contractor shall submit a complete resume for the proposed substitute, any changes to the rate specified in the order (as applicable) and any other information requested by the CO needed to approve or disapprove the proposed substitution. The CO will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing. Part 11. SECURITY VA Information and Information System Security/Privacy Requirements General All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA, including the Privacy Act, 5 U.S.C. §552a, and VA personnel, regarding information and information system security. Contractors must follow policies and procedures outlined in VA Directive 6500, Information Security Program; and VA Handbook 6500.6, Contract Security which are available at: http://www1.va.gov/vapubs and its handbooks to ensure appropriate security controls are in place. Access to VA Information and VA Information Systems VA will supply the Contractor with the minimum logical (technical) and/or physical access to VA information and VA information systems for employees, sub-contractors: (1) to perform the services specified in the contract, (2) to perform necessary maintenance functions for electronic storage or transmission media necessary for performance of the contract, and (3) for individuals who first satisfy the same conditions, requirements, and restrictions that comparable VA employees must meet to have access to the same type of VA information. All Contractors and subcontractors working with VA Sensitive Information are subject to the same investigative requirements as those of regular VA appointees or employees who have access to the same types of information. The level of background security investigation will be in accordance with VA Directive 0710, Handbook 0710, which are available at: http://www1.va.gov/vapubs, and VHA Directive 0710 and Implementation Handbook 0710.01, which are available at: http://www1.va.gov/vhapublications/index.cfm. Contractors are responsible for screening their employees. The following are VA's approved policy exceptions for meeting VA background screenings/investigative requirements for certain types of Contractor personnel: Contractor personnel not accessing VA information resources, such as personnel hired to maintain the medical facility grounds, construction contracts, utility system contractors, etc. Contractor personnel with limited and intermittent access to equipment connected to networks on which no VA sensitive information resides Contractor personnel with limited and intermittent access to equipment connected to networks on which limited VA sensitive information resides and with limited and intermittent access to facilities at which they are escorted The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce s National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST s Web site at: http://checklists.nist.gov. To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in VA Information and Information System Security/Privacy Requirements for IT Contracts located at the following Web site: http://www.iprm.oit.va.gov. VA Information Custodial Requirements VA information provided to the Contractor for either the performance or administration of this contract shall only be used for those purposes. No other use is permitted without the CO s express written authorization. This clause expressly limits the Contractor s rights to use data as described in Rights in Data - General, FAR 52.227-14(d)(1). The Government shall retain the rights to all data and records produced in the execution or administration of this contract. Prior to termination or completion of this contract, Contractor will not destroy information received from VA or gathered or created by the Contractor in the course of performing this contract without prior written approval by the CO. A Contractor destroying data on VA s behalf must do so accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, and applicable VA Records Control Schedules. All data and reports shall be transferred to VBA upon contract completion. The Contractor shall not make copies of VA information, electronic or otherwise, except as necessary to perform the terms of the agreement or to preserve electronic information stored on Contractor electronic storage media for restoration in case any electronic equipment or data used by the Contractor needs to be restored to an operating state. The Contractor shall not use technologies banned in VA in meeting the requirements of the contract (e.g., Bluetooth-enabled devices). Physical Security If the contract requires taking VA data to a contractor site and the data contains Personally Identifiable Information, the contractor will provide an independent physical security assessment of their facility to the COR prior to commencing work. General guidelines for physical security can be found in VA Directive 0730, Section 6 (Physical Security) and VA Memorandum (subj: IT Oversight & Compliance Information Physical Security Assessments) dated October 24, 2007. Training All Contractor and subcontractor personnel requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and networks: 1. Sign and acknowledge understanding of and responsibilities for compliance with the National Rules of Behavior related to access to VA information and information systems 2. Successfully complete VA Information Security Awareness training and annual refresher training as required 3. Successfully complete VA Privacy Awareness training and annual refresher training as required 4. Successfully complete any additional Information Security or Privacy training as required for VA personnel with equivalent information system access The Contractor shall provide to the COR a copy of the training certificates for each applicable employee within one (1) week of the initiation of the contract and annually thereafter, as required. These online courses are located at https:/EES-Learning.net Failure to complete this mandatory training within the timeframe required will be grounds for suspension or termination of all physical and/or electronic access privileges and removal from work on the contract until such time as the training is completed. Contractor Personnel Security All contract employees who require access to the VA site(s) and/or access to VA local area network (LAN) systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (SIC). These requirements are applicable to all subcontractor personnel requiring the same level of Background Investigation. The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at http://www1.va.gov/vapubs/viewPublication.asp?Pub_ID=487&FType=2 Background Investigation The contract employee level of background investigation required for this effort is: NACI Contractor Responsibilities 1. The Contractor shall bear the expense of obtaining background investigations. The cost of the background investigations is as follows: Low Risk (NACI) $333, Moderate Risk (MBI) $1080, High Risk (BI) $3,425. VA will pay for investigations processed through the VA SIC and conducted by the Office of Personnel Management (OPM) in advance, however, the Contractor shall reimburse the full cost of background investigations to VA within 30 days of Bill of Collections from VA. VA shall send up to three plus one final delinquent notice to the Contractor. If the Contractor does not adhere to the Bill of Collections, future invoices may be subject to be offset by VA to recoup background investigation costs. 2. Immediately after contract or task order award, the Contractor must submit a completed Attachment B form (VBA Contractor Background Investigation Request Worksheet) for all contract employees working the contract, who have access to VA facilities, VA systems, or privacy data, to the COR. 3. The Contractor and Contractor point of contact (POC) will receive an email notification from SIC identifying the website link that includes detailed instructions regarding completion of the background clearance application process and what level of background was requested. Reminder notifications will be sent if the complete package is not submitted by the due date. 4. The Contractor shall prescreen all personnel who require access to VA site(s) and/or access to VA LAN systems to ensure they maintain a U.S. citizenship or Alien Registration that authorizes them to work in the U.S. and are able to read, write, speak and understand the English language. 5. Contractors who have current favorable background investigation conducted by OPM or Defense Security Service (DSS) may be accepted through reciprocation. However, it does not preclude the Contractor from submitting a completed Attachment B form immediately after contract or task order award for all contract employees working on the contract to the COR. 6. Contract performance shall not commence before SIC confirmation that it has received the Contractor s investigative documents, that they are complete, and that the investigation information has been released to OPM for scheduling of the background investigation. Once the Contractor s background investigation has been released to OPM for scheduling of the background investigation, contract performance may commence. The COR will notify and forward the Contractor a copy of the Certificate of Eligibility (form 4236) when the investigation has been favorably completed and adjudicated. The Contractor, if notified of an unfavorable adjudication by the Government, shall withdraw the employee from consideration from working under the contract. Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default. 7. If the security clearance investigation is not completed prior to the start date of the contract, the contract employee may work on the contract with an initiated status while the security clearance is being processed. However, the Contractor will be responsible for the actions of those contract and subcontract employees they provide to perform work for VA. In the event damage arises from work performed by Contractor personnel, under the auspices of the contract, the Contractor will be responsible for resources necessary to remedy the incident. 8. Should the Contractor use a vendor other than OPM or DSS to conduct investigations, the investigative company must be certified by OPM/DSS to conduct Contractor investigations. The Vendor Cage Code number must be provided to the VA SIC, which will verify the information and conclude whether access to the Government s site(s) and/or VA LAN systems can be. 9. The investigative history for Contractor personnel working under this contract must be maintained in the databases of either OPM or the Defense Industrial Security Clearance Organization (DISCO). Government Responsibilities 1. After the COR has received Attachment B form(s) from the Contractor, the SIC will send an e-mail notification to the Contractor and their POC identifying the website link that includes detailed instructions regarding completion of the background clearance application process and what level of background was requested. 2. Upon receipt of required investigative documents, SIC will review the investigative documents for completion and initiate the background investigation by forwarding the investigative documents to OPM to conduct the background investigation. If the investigative documents are not complete, the SIC will notify the vendor of deficiencies and include corrective instructions. 3. VA will pay for investigations and reciprocals processed through the VA SIC and conducted by OPM in advance, however, the Contractor shall reimburse the full cost of background investigations/reciprocals to VA within 30 days of Bill of Collections from VA. VA shall send up to three plus one final delinquent notice to the Contractor. If the Contractor does not adhere to the Bill of Collections, future invoices may be subject to be offset by VA to recoup background investigation costs and may be considered grounds for default. 4. The COR will notify and forward the Contractor a copy of the Certificate of Investigation when the background investigation has been favorably adjudicated or a Certificate of Eligibility (Form 4236) if the investigation has been reciprocated. The COR will also notify the Contractor of an unfavorable adjudication by the Government. Security Incident Investigation The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action the breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. Part 12. LIQUIDATED DAMAGES This SOW is further subject to the statutory requirement to assess liquidated damages against contractors and/or subcontractors under 38 U.S.C. §5725 in the event of a breach of Sensitive Personal Information (SPI)/Personally Identifiable Information (PII). Said liquidated damages shall be assessed at $37.50 per affected Veteran or beneficiary. A breach in this context includes the unauthorized acquisition, access, use, or disclosure of VA SPI which compromises not only the information s security or privacy but that of the Veteran or beneficiary as well as the potential exposure or wrongful disclosure of such information as a result of a failure to follow proper data security controls and protocols. Part 13. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the COTR at the conclusion of the task order. 2. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the 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. Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2016), applies to this solicitation. The following provisions and clauses are added as addenda: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-16 Commercial and Government Entity Code Reporting (JULY 2016) 52.204-17 Ownership of Control of Offeror (JUL 20164) 52.209-5 Certification Regarding Responsibility Matters (OCT 2015) 52.209-11 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (FEB 2016) 52.217-5 Evaluation of Options (JUL 1990) 52.225-25 Prohibition on Contracting Within Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) Offers will be evaluated as follows: Criteria: The Government will evaluate offers submitted in response to this solicitation on a Lowest Evaluated Price, Technically Acceptable basis. All quotes will be evaluated for Technical Acceptability. The Contractor s offer will be compared to the technical requirements depicted within the attached Statement of work (SOW). If the Offered services do not meet or exceed the specifications and quality per the SOW, the Contractor s overall offer will be found to be Technically Unacceptable. Technical Acceptability: The Government will evaluate quotes submitted in response to the solicitation for the technical capability to meet this requirement. Included with each Contractor s quote, the Offeror is to provide a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. Basis for Award: The Government shall make award to that quote that is found to be the Lowest Priced, Technically Acceptable based upon the stated strategy above. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (DEC 2016) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items (May 2015) applies to this solicitation. The following provisions and clauses are added as addenda: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 Five (5) years and Six (6) months. (End of Clause) 52.222-55 Minimum Wages under Executive Order 13658 (DEC 2015) 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC2009) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibility (APR 1984) LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2015) (8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015). (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (27) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26 Equal Opportunity (SEP 2016) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (39) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (49) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) Paragraph c clauses applicable: (1) 52.222-41 Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) (2) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (3) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Service Contract Labor Standards (December 2016): Wage Determination No.: 2015-4281, Revision No.: 4, Date Of Revision: 12/30/2016, Hourly Rate / Class of Employee $18.92/ 14041 Computer Operator 1, Fringe Benefits: $7.79 per hour, N/A N/A Offers are due no later than February 13, 2017 by 12:00 PM Central Time. Offers shall be submitted electronically to email address rebecca.quilhot@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-17-Q-0048. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above viii section and please submit a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, DUNs Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. For additional information, please contact the Contracting Officer, Rebecca Quilhot at (563)424-5874, or via e-mail to Rebecca.quilhot@va.gov ATTACHMENT A SCHEDULE OF DELIVERABLES Deliverable No. Deliverable Description Quantity Deliverable Date One Detailed PMP and briefing Within 10 days of award Two Access to web based database 850 Three Provide training with all 850 Necessary materials Four Provide Telephone and Email Support Five Report Capability
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0048/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0048 VA101V-17-Q-0048.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3209370&FileName=VA101V-17-Q-0048-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3209370&FileName=VA101V-17-Q-0048-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04372030-W 20170115/170113234549-ef14ec7b59c04ec7fdf6c6861eedaf0f (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.