Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
DOCUMENT

58 -- Telematics Devices for 60 Fleet Vehicles (319) - Attachment

Notice Date
5/15/2017
 
Notice Type
Attachment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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
VA101V17Q0242
 
Response Due
6/6/2017
 
Archive Date
9/13/2017
 
Point of Contact
Heather Hampton
 
Small Business Set-Aside
Total Small Business
 
Description
Page 1 of 12 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 award of a single firm fixed price contract. 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. Solicitation VA101V-17-Q-0242 is issued as a request for quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95, effective Jan. 19, 2017. This procurement is being issued using Cascading Procedures. Reference the below listed Evaluation Addendum detailed in paragraph x., for complete guidance on order of preference. The applicable NAICS Code for this solicitation is 334220 and the Small Business Size limitation is 1,250 employees. The contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision to furnish telematics equipment, monitoring devices, and monitoring services for sixty (60) vehicles in the Columbia, SC VBA Regional Office fleet. The telematics devices are to be installed in the cities where the vehicles are located as shown in the Statement of Work (SOW). Exact install location to be coordinated after award. Please provide pricing for Line Items 0001 - 4003 as shown in the attached price schedule. Description of Requirement This Statement of Work (SOW) delineates the various tasks and activities required for the installation and monitoring of sixty (60) telematics devices for the Columbia, SC VBA Regional Office fleet vehicles. These vehicles are located in multiple states including Florida, Georgia, North Carolina, and South Carolina. The telematics devices will need to be installed in the cities/states where the vehicles are located. Part 1. GENERAL INFORMATION Background: The Columbia VBA Regional Office maintains a fleet of sixty (60) GSA leased vehicles, all of which are based at VA employees homes, for use in out-based functions. VA Handbook 0637 mandates that all GSA leased vehicles are equipped with telematics devices. Telematics devices collect, record, and transmit vehicle operational data. The devices are installed into the vehicles and access the vehicle s dashboard computer and transmit the data directly from the vehicle to a web-based reporting platform. GPS Tracking with Fleet Diagnostics meets the mandates of the EO, which are to collect and report data for vehicle speed, location, idling, utilization, maintenance, fuel consumption and emissions. To maintain compliance with the above requirement, the Columbia VBA Regional Office must purchase and install sixty (60) telematics units that include vehicle diagnostics and the monthly data plan that includes vehicle diagnostics. Scope of Work: The contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision to furnish telematics equipment/monitoring devices, and monitoring services for sixty (60) vehicles in the Columbia, SC VBA Regional Office fleet (see below for list of fleet cars and locations). The equipment (LMU3030 Fleet Manager Device or equal) must be capable of capturing the following data at a minimum: Speed Location Data Idling Utilization (to include miles driven, travel time, number of stops, stop duration, idle time and current address) Maintenance Fuel Consumption Emissions Data 1.2.1. The installed equipment shall also possess the capability of being monitored via Contractor supplied computer software of web-based tracking. 1.2.2. The contractor shall furnish and install telematics equipment in the vehicles, and provide monitoring services for each of the vehicles. Monitoring services shall be available to the Government 24 hours/day, 7 days/week. 1.2.3. Contractor installation of equipment shall take place between the hours of 8 AM and 4 PM, Monday through Friday, at the specified location of the vehicle (exact location within city to be determined after award). Contractor is to coordinate install dates and times in advance with the VBA employee assigned to each vehicle (contact information will be provided after award). GSA Fleet Cars Assigned to the Columbia, SC VBA Regional Office Make/Model Year City State Zip County Chevy Malibu 2012 Seminole FL 33776 Pinellas Chrysler 200 2015 Davenport FL 33837 Polk Ford Focus 2010 Greenacres FL 33463 Palm Beach Ford Fusion 2011 Vero Beach FL 32960 Indian River Ford Focus 2014 Lake City FL 32024 Columbia Ford Focus 2013 Altamonte Springs FL 32714 Seminole Ford Focus 2013 Coral Springs FL 33076 Broward Ford Focus 2016 Lynn Haven FL 32444 Bay Ford Focus 2016 Sarasota FL 34232 Sarasota Ford Focus 2016 Cutler Bay FL 33189 Miami-Dade Ford Forcus 2016 Gulf Breeze FL 32563 Santa Rosa Ford Focus 2016 Treasure Island FL 33706 Pinellas Ford Focus 2016 Tampa FL 33615 Hillsborough Ford Focus 2016 Riverview FL 33578 Hillsborough Ford Focus 2016 Riverview FL 33579 Hillsborough Ford Focus 2016 Rockledge FL 32955 Brevard Ford Focus 2016 Cocoa FL 32927 Brevard Ford Focus 2016 Melbourne FL 32940 Brevard Ford Focus 2016 Apopka FL 32703 Orange Ford Focus 2016 Palm Bay FL 32908 Brevard Ford Focus 2016 Tampa FL 33626 Hillsborough Hyundai Elantra 2015 Tallahassee FL 32309 Leon Hyundai Elantra 2015 Palm Coast FL 32164 Flagler Hyundai Elantra 2015 Belleview FL 34420 Marion Hyundai Elantra 2015 Middleburg FL 32068 Clay Hyundai Elantra 2015 Homosassa FL 34446 Citrus Hyundai Elantra 2015 Osprey FL 34229 Sarasota Ford Focus 2016 Conyers GA 30013 Rockdale Ford Focus 2016 College Park GA 30349 Clayton Ford Focus 2016 Richmond Hill GA 31324 Bryan Ford Focus 2016 Decatur GA 30035 DeKalb Ford Focus 2016 Valdosta GA 31602 Lowndes Ford Focus 2016 Albany GA 31707 Dougherty Ford Focus 2016 Warner Robins GA 31088 Houston Ford Focus 2016 Dacula GA 30019 Gwinnett Ford Focus 2014 Columbus GA 31907 Muscogee Chevy Cruz 2015 Fayetteville GA 30302 Fayette Jeep Patriot 2014 Woodstock GA 30188 Cherokee Chevy Equinox 2016 Snellville GA 30039 Gwinnett Chevy Malibu 2012 Fayetteville NC 28311 Cumberland Ford Focus 2012 Hickory NC 28601 Catawba Ford Focus 2016 Hampstead NC 28443 Pender Ford Focus 2013 Jacksonville NC 28540 Duval Ford Focus 2016 Gibsonville NC 27249 Guilford Ford Focus 2016 West End NC 27376 Moore Hyundai Elantra 2015 Selma NC 27576 Johnston Ford Focus 2015 Advance NC 27006 Davie Ford Focus 2014 Wade NC 28395 Cumberland Chevy Cruz 2015 Morganton NC 28655 Burke Chevy Equinox 2016 High Point NC 27265 Guilford Ford Focus 2011 Columbia SC 29209 Richland Ford Focus 2014 Beaufort SC 29906 Beaufort Ford Focus 2016 Mt Pleasant SC 29466 Charleston Ford Focus 2016 North Augusta SC 29860 Aiken Ford Focus 2016 Columbia SC 29209 Richland Ford Focus 2016 Conway SC 29526 Horry Ford Focus 2013 Inman SC 29349 Spartanburg Ford Focus 2013 Greenville SC 29611 Greenville Hyundai Elantra 2016 Blythewood SC 29016 Richland Chevy Equinox 2016 Columbia SC 29209 Richland PERIOD OF PERFORMANCE All telematics devices shall be installed/configured within forty-five (45) days after receipt of award. The period of performance for monitoring will begin after all devices are installed, and continue with a base period of one year, with four one-year option periods. FEDERAL HOLIDAYS The contractor shall not be required, nor is authorized to perform any work on the following U.S. Government Federal holidays: New Year s Day, Martin Luther King Jr s Birthday, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. RULES AND REGULATIONS 1.5.1. Current rules and regulations applicable to the premises, where the work shall be performed, shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, presenting valid identification for entrance, smoking restrictions and any safety procedures as outlined in the site regulations. 1.5.2. The Contractor shall be responsible for the acts and omissions of all its employees and subcontractors, their agents and employees and all other persons performing any of the work under a contract with the Contractor. 1.6 INVOICING: Payment for all services will be made monthly in arrears upon receipt of an itemized invoice containing the following information: VA Contract Number / Obligation Number Company Name and Address Invoice Date Invoice Number (Note: Each Invoice must have a different Invoice Number) Dates of Services performed Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the invoice. Name, title and phone number of company point of contact to notify in case of a defective invoice. 1.7 SERVICE CONTRACT LABOR WAGES: This contract incorporates the wages and fringe benefits of the following wage determinations. Information listed below appears for each State/County, for each vehicle location city shown above. Service Contract Labor Wages for the Columbia, SC VBA Regional Office State County SCA Labor Wages Occupation Wage (Plus Fringe benefits) FL Pinellas WD 15-4571 (Rev.-1) 01/31/17 Automotive Worker $19.87   Polk WD 15-4541 (Rev.-1) 01/31/17 Automotive Worker $19.87   Palm Beach WD 15-4573 (Rev.-1) 01/31/17 Automotive Worker $15.52   Indian River WD 15-4567 (Rev.-1) 01/31/17 Automotive Worker $17.17   Columbia WD 15-4579 (Rev.-2) 12/30/16 Automotive Worker $16.20   Seminole WD 15-4553 (Rev.-2) 12/30/16 Automotive Worker $16.36   Broward WD 15-4535 (Rev.-2) 12/30/16 Automotive Worker $15.52   Bay WD 15-4559 (Rev.-2) 12/30/16 Automotive Worker $16.59   Sarasota WD 15-4547 (Rev.-1) 01/31/17 Automotive Worker $19.87   Dade WD 15-4543 (Rev.-3) 03/17/17 Automotive Worker $15.52   Santa Rosa WD 15-4561 (Rev.-1) 01/31/17 Automotive Worker $18.80   Hillsborough WD 15-4571 (Rev.-1) 01/31/17 Automotive Worker $19.87   Brevard WD 15-4555 (Rev.-1) 01/31/17 Automotive Worker $17.17   Orange WD 15-4553 (Rev.-2) 12/30/16 Automotive Worker $16.36   Leon WD 15-4569 (Rev.-1) 01/31/17 Automotive Worker $16.05   Flagler WD 15-4533 (Rev.-1) 01/31/17 Automotive Worker $14.87   Marion WD 15-4549 (Rev.-1) 01/31/17 Automotive Worker $15.73   Clay WD 15-4539 (Rev.-1) 01/31/17 Automotive Worker $15.40   Citrus WD 15-5727 (Rev.-1) 01/31/17 Automotive Worker $14.98           GA Rockdale WD 15-4471 (Rev.-4) 03/17/17 Automotive Worker $20.18   Clayton WD 15-4471 (Rev.-4) 03/17/17 Automotive Worker $20.18   Bryan WD 15-4491 (Rev.-1) 01/31/17 Automotive Worker $17.33   DeKalb WD 15-5831 (Rev.-2) 12/30/16 Automotive Worker $20.18   Lowndes WD 15-4493 (Rev.-1) 01/31/17 Automotive Worker $15.89   Dougherty WD 15-4467 (Rev.-4) 03/17/17 Automotive Worker $15.89   Houston WD 15-4495 (Rev.-1) 03/14/17 Automotive Worker $16.98   Gwinnett WD 15-4471 (Rev.-4) 03/17/17 Automotive Worker $20.18   Muscogee WD 15-4527 (Rev.-2) 12/30/16 Automotive Worker $15.94   Fayette WD 15-4471 (Rev.-4) 03/17/17 Automotive Worker $20.18   Cherokee WD 15-4471 (Rev.-4) 03/17/17 Automotive Worker $20.18           NC Cumberland WD 15-4377 (Rev.-1) 01/31/17 Automotive Worker $17.76   Catawba WD 15-4387 (Rev.-2) 12/30/16 Automotive Worker $19.87   Pender WD 15-4397 (Rev.-1) 01/31/17 Automotive Worker $17.76   Onslow WD 15-4389 (Rev.-3).12/30/16 Automotive Worker $17.76   Guilford WD 15-4381 (Rev.-1) 01/31/17 Automotive Worker $20.11   Moore WD 15-4413 (Rev.-2) 12/30/16 Automotive Worker $17.76   Johnston WD 15-4391 (Rev.-2) 12/30/16 Automotive Worker $17.76   Davie WD 15-4399 (Rev.-1) 01/31/17 Automotive Worker $20.11   Burke WD 15-4385 (Rev.-2) 12/30/16 Automotive Worker $17.18           SC Richland WD 15-4429 (Rev.-3) 12/30/16 Automotive Worker $16.86   Beaufort WD 15-5799 (Rev.-2) 12/30/16 Automotive Worker $18.35   Charleston WD 15-4427 (Rev.-2) 12/30/16 Automotive Worker $18.35   Aiken WD 15-4465 (Rev.-1) 01/31/17 Automotive Worker $17.03   Richland WD 15-4429 (Rev.-3) 12/30/16 Automotive Worker $16.86   Horry WD 15-4435 (Rev.-1) 01/31/2017 Automotive Worker $17.76   Spartanburg WD 15-4437 (Rev.-4) 03/17/17 Automotive Worker $15.03   Greenville WD 15-4433 (Rev.-2) 12/30/16 Automotive Worker $14.59 1.7.1. The contractor shall pay each employee that performs work under this contract at least the wages and fringe benefits indicated on the Wage Determination and the table above. The Government may require submission of payrolls, conduct labor interviews, or perform other investigations to determine that clients are receiving the wages and fringe benefits required under this contract. vii. Period of Performance: All telematics devices shall be installed/configured within forty-five (45) days after receipt of award. The period of performance for monitoring will begin after all devices are installed, and continue with a base period of one year, with four one-year option periods. It is anticipated that award will be made on or before June 15, 2017. viii. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are added as addenda: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) 52.204-7 System for Award Management. 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership of Control of Offeror (JUL 2016) 52.204-20 Predecessor of Offeror (APR 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 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) 52.232-38 Submission of Electronic Funds Transfer Information With Offer (MAY 1999) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) 852.270-1 Representatives of Contracting Officers (JAN 2008) (End of Addendum to 52.212-1) ix. FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. 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, price as the only factor considered. Submission of Offers: Offers are due no later than June 6, 2017 by 2:00 PM EST. Offers shall be submitted electronically to Heather.Hampton@va.gov. The email subject line must contain the following: Quote in Response to VA101V-17-Q-0242, Telematics Devices and Monitoring for Columbia, SC VBA. Offers shall be based on the requirements of the solicitation, and must contain the following: Offerors shall clearly record the business size and all business preference categories that it wants to be considered under (see Cascade information below for more details)(i.e. SDVOSB, VOSB, HubZone, WOSB,, etc.) on the cover page of the offer. At a minimum, this cover page shall also include the following information: Business Name, Address, DUNS Number, Name, Phone number, and email address for the Primary Point of Contact, Tax Identification Number (TIN), and any GSA contract number if applicable to this solicitation. This cover page is a mandatory element of your offer as the offers will only be reviewed in accordance with the cascading procedures outlined below. A completed price schedule in the format as provided in the attachment. Acknowledgement of any amendments (if applicable). Solicitation Questions: Questions of a technical nature shall be submitted to the Contracting Officer in writing via e-mail. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is May 23, 2017 by 2:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. Amendments: Amendments to this solicitation will be posted at http://www.fedbizopps.gov(FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable. Addendum to 52.212-2 Evaluation Commercial Items Method of Award Cascade Procedure As follows: 1. Any award(s) resulting from this solicitation will be made using the following cascading order of precedence. For the purposes of determining the eligibility of Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) concerns, the offeror must be verified by the Center for Verification and Evaluation both at the time and date set for receipt of offers and at the time of award. Offers from SDVOSB or VOSB that are not registered at the time and date set for receipt of offers, will not receive first consideration as outlined in the addendum to 52.212-2, Evaluation, but will instead be considered for eligibility based on the applicable business size standard established in the System for Award Management Representations and Certifications. For all other concerns, the business size standard established in the System for Award Management Representations and Certifications will be used for verification of eligibility. In accordance with FAR Subpart 19.14 and PL 109-461, the first consideration for award will be made to eligible Service Disabled Veteran Owned Small Business (SDVOSB) concerns. In order to be considered under this subparagraph, the Government must receive two or more offers from eligible SDVOSB concerns at a fair and reasonable price. If the Government does not receive two or more offers at a fair and reasonable price from eligible SDVOSB concerns, then offers will be considered from eligible Veteran Owned Small Business (VOSB) concerns. If the Government does not receive two or more offers at a fair and reasonable price from eligible VOSB concerns, then offers will be considered from eligible Historically Underutilized Business Zone (HUBZone) concerns. If the Government does not receive two or more offers at a fair and reasonable price from eligible HUBZone concerns, then offers will be considered from eligible Women-Owned Small Business (WOSB) concerns. If the Government does not receive two or more offers at a fair and reasonable price from eligible WOSB concerns, then offers will be considered from any other eligible Small Business concerns. 2. When there is inadequate competition any tier, an otherwise competitive offer from a responsible business concern at that tier will be considered with the eligible offers for the next lower tier. For example, if only one competitive offer is received from a SDVOSB business, that offer will be included with the offer(s) received from all VOSB businesses. If there is still inadequate competition, the offer from the SDVOSB business will then be included with the SB offer(s) received; finally, if there is inadequate competition at the SB tier, the SDVOSB offer will be included with all responsive offers. If the offer being considered among the offers in the next lower tier is also from an eligible SDVOSB concern, then that offer shall receive a 10% price evaluation preference in accordance with VAAR clause 852.215-70. If the offer being considered among the offers in the next lower tier is also from an eligible VOSB concern, then that offer shall receive a 5% price evaluation preference in accordance with VAAR clause 852.215-70. 3. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price as the only factor considered. 4. Pricing will be firm fixed price (FFP) for each line item identified. 5. In the event that two or more SDVOSB or VOSB eligible offers are submitted at a fair and reasonable price, VAAR Clause 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, or VAAR 852.219-11, Notice of Veteran-Owned Small Business Set-Aside will be added to the resultant award(s). (End of Addenda to FAR 52.212-2) x. 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 ____________. xi. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions and clauses are added as addenda: 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) 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. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.232-72 Electronic Submission of Payment Requests (Nov 2012) 852.237-70 Contractor Responsibilities (APR 1984) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract 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 compliance with the subcontracting commitments. (End of Addendum to 52.212-4) xii. 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 a clauses applicable: (1) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (2) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (3) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation & 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) (14) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (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) (33)(i) 52.222-50 Combating Trafficking in Persons (MAR 2015) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) Paragraph c clauses applicable: (2) 52.222-41 Service Contract Labor Standards (MAY 2014) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (THIS IS NOT A WAGE DETERMINATION) EMPLOYEE CLASS WAGE + FRINGE BENEFITS Automotive Tech II - 05070 WG-8 (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) xiii. Additional Contract Requirements or terms and conditions: None xiv. Defense Priorities and Allocations Systems and assigned rating: N/A xv. Offers are due no later than June 6, 2017 by 2:00 PM EST. Offers shall be submitted electronically to Heather.Hampton@va.gov. The email subject line must contain the following: Quote in Response to VA101V-17-Q-0242, Telematics Devices and Monitoring for Columbia, SC VBA. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. For additional information, please contact the Contracting Officer, Heather Hampton at (336) 251-0950, or via e-mail to Heather.Hampton@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0242/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0242 VA101V-17-Q-0242.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3499430&FileName=VA101V-17-Q-0242-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3499430&FileName=VA101V-17-Q-0242-000.docx

 
File Name: VA101V-17-Q-0242 Pricing Schedule for VA101V-17-Q-0242.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3499431&FileName=VA101V-17-Q-0242-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3499431&FileName=VA101V-17-Q-0242-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04508450-W 20170517/170515234649-f53244dd4444f27d60cc17d68537ffa3 (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.