Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2017 FBO #5675
DOCUMENT

H -- Radiological Equipment Compliance Survey Request For Quote - Attachment

Notice Date
6/5/2017
 
Notice Type
Attachment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917Q0601
 
Response Due
6/16/2017
 
Archive Date
7/1/2017
 
Point of Contact
Michael Smith
 
E-Mail Address
2-8302<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement is VA259-17-Q-0601 and is hereby issued as a Request for Quote (RFQ). The VISN 19 Rocky Mountain Acquisition Center, NCO 19, 4100 E Mississippi Ave., Suite 900, Glendale, Colorado 80246, on behalf of the VA Sheridan Medical Center, 1898 Fort Road, Sheridan, WY 82801, has a requirement for the following services: A base period and four 1-year possible options for Radiological Equipment Compliance Surveys at the Sheridan Medical Center, 1898 Fort Road, Sheridan, WY 82801. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective January 13, 2017. The North American Industry Classification System (NAICS) code is 541690 Other Scientific and Technical Consulting Services, with a small business size standard of $15.0 million. This procurement will be a 100% Small-Business set-aside, with priority going to Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB). The Government intends to issue a firm fixed price, contract to the lowest priced, technically acceptable (LPTA) offeror. Only technically acceptable quotes will be considered. The Government intends to evaluate quotes and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. To receive credit as an SDVOSB or VOSB, a firm must be registered in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov). All vendors, regardless of size, must have a current registration in the System for Award Management (SAM) www.SAM.gov Department of Labor Wage Determination 2015-5411, Revision 1, dated 01/25/2017, is incorporated into any contract resulting from this combined Synopsis/Solicitation. Provide a price quote for each of the following CLINS and total price (fill in the blanks) CLINS Description QTY Unit Unit Price Amount 0001 Base Year Provide complete annual radiation compliance surveys of all X-Ray Equipment to identify diagnostic X-Ray systems that fail to comply with applicable performance standard requirements and to protect the public from unnecessary radiation hazard in accordance with the Statement of Work Period of Performance: 7/1/17-6/30/18 1 Year $________ $_________ 1001 Option Year 1 Provide complete annual radiation compliance surveys of all X-Ray Equipment to identify diagnostic X-Ray systems that fail to comply with applicable performance standard requirements and to protect the public from unnecessary radiation hazard in accordance with the Statement of Work Period of Performance: 7/1/18-6/30/19 1 Year $________ $_________ 2001 Option Year 2 Provide complete annual radiation compliance surveys of all X-Ray Equipment to identify diagnostic X-Ray systems that fail to comply with applicable performance standard requirements and to protect the public from unnecessary radiation hazard in accordance with the Statement of Work Period of Performance: 7/1/19-6/30/20 1 Year $________ $_________ 3001 Option Year 3 Provide complete annual radiation compliance surveys of all X-Ray Equipment to identify diagnostic X-Ray systems that fail to comply with applicable performance standard requirements and to protect the public from unnecessary radiation hazard in accordance with the Statement of Work Period of Performance: 7/1/20-6/30/21 1 Year $________ $_________ 4001 Option Year 4 Provide complete annual radiation compliance surveys of all X-Ray Equipment to identify diagnostic X-Ray systems that fail to comply with applicable performance standard requirements and to protect the public from unnecessary radiation hazard in accordance with the Statement of Work Period of Performance: 7/1/21-6/30/22 1 Year $________ $_________ Total of Base Year and All Option Years 5 Year $__________ STATEMENT OF WORK Background The Sheridan VA Medical Center requires compliance surveys for radiological equipment as directed by the U.S. Food and Drug Administration s (FDA):  Title 21 (21CFR1020.30) requirements contained in BRH "Routine Compliance Testing for Diagnostic X-ray Systems or Components of Diagnostic X-ray Systems to which 21 CFR Subchapter J is Applicable", Revised December 1980, DHEW Publication (FDA) 81-8161 and The Veterans Administrations Radiology On Line Guide. Scope Complete annual radiation compliance surveys of all (medical) X-ray equipment at the Sheridan VA Medical Center to identify diagnostic x-ray systems that fail to comply with applicable performance standard requirements and to protect the public from unnecessary radiation hazard. Follow up surveys may be required after obtaining correction of noncompliant systems identified in (3.1.4) above and will be executed by the Contracting Officer prior to coordination by the Point of Contact (POC) Specific Tasks Task 1: The Radiation Survey shall be performed on the following types of x-ray machines: RADIOGRAPHIC UNITS PORTABLE X-RAY SYSTEMS DENTAL RADIOGRAPHIC UNITS COMPUTED TOMOGRAPHY SYSTEMS MAGNETIC RESONANCE SYSTEMS Task 2: All equipment shall be tested as listed in the tables of Appendix B and in accordance with AAPM standards. Further clarification can be found at http://www.aapm.org/pubs/reports/rpt_74.PDF and FDA Title 21 (21CFR1020.30) KVP panoramic dental units shall be tested where possible using a non-invasive meter to evaluate the QC. Task 3: Surveyor requirements. Surveyor shall be a fully Qualified Medical Physicist, i.e., board certified in diagnostic radiology or board certified health physicist, certified by the American Board of Radiology or the American Board of Health Physics. Surveyor shall be required to provide all test equipment and phantoms necessary for testing. Hospital will provide an equipment operator to assist in operating the equipment being tested. Task 4: Survey Documentation. Surveyor shall provide a detailed written report of the survey to include the following site visited modality tested date of test test performed results of test evaluation of findings All reports shall follow the format list at http://www.aapm.org/pubs/reports/rpt_74.PDF Contractor will label all equipment with: Date of Test Results of Test Date of Retest (if applicable) Initials Task 5: Enterprise Management Controls Contractor shall be conducted under the escort of a Biomedical Equipment Support Specialist (BESS) representative from the Dept. of Biomedical Engineering. The BESS representative will provide access, performance monitoring, on-site review, and other assistance as needed. Surveyor shall be required to provide all test equipment and phantoms needed to complete the survey. Surveyor shall provide documentation of calibration certification of test equipment used. Surveyor shall provide a detailed report of work done, findings, and evaluations Performance Monitoring Surveyor shall be accompanied by a BESS representative to ensure proper usage of equipment tested, verify calibration certifications on test equipment used, and to ensure all equipment contracted is tested. Report shall be reviewed for accuracy and completeness. Security Requirements Surveyor shall be around computers that have patient information. However, a VA employee shall operate these devices and shall set up the equipment and there shall be no patient information included. All tests shall be run using a new study under the name of Safety Survey. It is possible that the surveyor may be within visual range of patient information during the course of his/her duties while conducting the survey. Other Pertinent Information or Special Considerations. Surveyor shall need to be able to survey all equipment as listed in Specific Tasks 1 and Appendix A, not just a portion of it. Surveyor must also be available for follow up visit if necessary. Identification of Possible Follow-on Work. In the event that the survey s findings reveal non-compliance of before mentioned regulations (see 3.Background), surveyor may be called back for retesting once corrections have been made so that compliance to these regulations can be satisfied. Inspection and Acceptance Criteria. Acceptance shall be determined once the surveyor has proved detailed documentation of the survey and its findings, evaluations, recommendations and providing no follow up survey testing is required. If follow up is required, acceptance shall be contingent on receipt of final report. Risk Control A Biomedical Equipment Support Specialist (B.E.S.S.) representative shall accompany the surveyor during the survey and a technologist shall be available when applicable Place of Performance. Survey shall be conducted at 1 location: Sheridan VAMC, 1898 Fort Road, Sheridan, WY, 82801 Surveyor shall be responsible for providing his/her own transportation to and from this location. Period of Performance. This is a base plus four option year contract. Period of performance shall be date: Base Year: 07/01/2017 to 06/30/2018 Option Year 1: 07/01/2018 to 06/30/2019 Option Year 2: 07/01/2019 to 06/30/2020 Option Year 3: 07/01/2020 to 06/30/2021 Option Year 4: 07/01/2021 to 06/30/2022 Delivery Schedule. Inspection is to be conducted within 30 days of request. Survey report is due within 30 days after inspection. Follow up inspection (as required) is to be conducted within 90 days of initial failure. References VA Radiology Guide http://vaww1.va.gov/RADIOLOGY/Online_Guide_Personnel.asp Compliance Regulations FDA Title 21 (21CFR1020.30) http://www/accessdata.fda.gov/scripts/cdrh/cfdocs/cfcfr/CFRSearch.cfm?FR=1020.30 GOVERNMENT PRIMARY POINTS OF CONTACT (POC s): Submit offers or any questions to the primary POC Michael Smith michael.smith26@va.gov DEADLINES: Submit questions and quotes to the primary POC. All questions or requests for information must be submitted by email no later than June 9, 2017 @ 4:30 P.M. MST. All quotes must be submitted by email no later than May 16, 2017 @ 4:30 P.M. MST. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.SAM.gov. In order to be eligible for the award, contractors must be registered in SAM. Please send Quote via email to: michael.smith26@va.gov PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://acquisition.gov/far/ & http://www.va.gov/OAL/library/vaar/index.asp ): The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition with following addendum: The following FAR/VAAR provisions apply to this solicitation and are incorporated in full text: 52.204-20 PREDECESSOR OF OFFEROR (JUL 2016) (a) Definitions. As used in this provision Commercial and Government Entity (CAGE) code means (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity; or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term successor does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. (b) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (c) If the Offeror has indicated is in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ____ (or mark Unknown ). Predecessor legal name: ____. (Do not use a doing business as name) (End of Provision) 52.209-5 REPRESENTATION BY CORPORATIONS RAGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) (MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of Provision) 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Michael Smith Ian Boettcher Hand-Carried Address: Department of Veterans Affairs Network Contracting Office 19 4100 E Mississippi Ave, Suite 900 Glendale, CO 80246 Mailing Address: Department of Veterans Affairs Network Contracting Office 19 4100 E Mississippi Ave, Suite 900 Glendale, CO 80246 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 852.215-70 SERVICE DISABLED VETERAN_OWNED AND VETERAN_OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (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 shall receive full credit, and offerors qualifying as veteran-owned small businesses shall 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 shall 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) The following FAR / VAAR provisions apply to this solicitation and are incorporated by reference: FAR 52.204-16 FAR 52.204-17 FAR 52.204-22 FAR 52.232-38 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016) ALTERNATIVE LINE ITEM PROPOSAL SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (JUL 2013) VAAR 852.273-70 LATE OFFERS (JAN 2003) VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) 52.212-2 Evaluation-Commercial Items (OCT 2014) (a) The Government shall award a contract resulting from this solicitation to the responsible contractor whose offer conforming to the solicitation that is the lowest price technically acceptable.   The following factors and sub-factors shall be used to evaluate offers in descending order of importance: TECHNICAL FACTORS (1 through 3) 1) Technical Acceptability:   Technical Acceptability shall be evaluated by the expressed ability to complete all tasks within the attached Statement of Work. 2) Price:   Price shall be evaluated for amount and reasonableness.   3) Service Disable Veteran-Owned Business (SDVOSB) and Veteran-Owned Small Business (VOSB) Status: SDVOSB Offerors shall get credit for a 10% decrease to overall price as offered. VOSB Offerors shall get credit for a 5% decrease to overall price as offered. Non-Veteran Offerors proposing to use SDVOSB or VOSB businesses as subcontractors shall get a 2% decrease to overall price as offered. These offers 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. Method of Award:   Award shall be made on a firm fixed price and shall be based on lowest price technically acceptable, after any SDVOSB/VOSB/Subcontracted SDVOSB or VOSB decreases are adjusted.   The Government intends to make an award based on initial offers, without discussions.   As such, contractors are encouraged to submit their best proposal as their initial offer.   While the Government intends to award based on initial offers, the Government reserves the right to open discussions with all contractors should the Contracting Officer make a determination that discussion would be in the best interest of the Government.   (b) Options. The Government shall evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors not already registered in SAM must to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items. See https://orca.bpn.gov/ for online submittal); The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; applies to this acquisition with following addendum: The following FAR clauses apply to this solicitation and are incorporated in full text: 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 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 5 years. (End of Clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30 of ANY fiscal year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 of ANY fiscal year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. Accordingly, any contract resulting from this solicitation shall 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 shall 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) shall 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. (End of Clause) The following FAR clauses apply to this solicitation and are incorporated by reference: 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014), 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011), 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL2016), 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS (DEC 2013) The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she shall 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) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase 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. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Montana. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) (End of Addendum to 52.212-4) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013), 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011), 52.219-28, Post Award Small Business Program Representation (Jul 2013), 52.222-3 Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunity for Workers with Disabilities (Oct 2010), 52.222-37 Employment Reports on Veterans (FEB2016), 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010), 52.222-50 Combating Trafficking in Persons (MAR 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), ) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Jul 2013), 52.222-17 Non-displacement of Qualified Workers (MAY 2014), 52.222-41 Service Contract Labor Standards (MAY 2014), 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY2014) Employee Class 99832 Surveying Technician Monetary Wage-Fringe Benefits $19.64, 52.222-43 Fair labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014), 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015), 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (End of Clause) (End of Document)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0601/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0601 VA259-17-Q-0601_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3550684&FileName=VA259-17-Q-0601-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3550684&FileName=VA259-17-Q-0601-000.docx

 
File Name: VA259-17-Q-0601 SCA WD.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3550685&FileName=VA259-17-Q-0601-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3550685&FileName=VA259-17-Q-0601-001.pdf

 
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: Department of Veteran Affairs;Sheridan VA Medical Center;1898 Fort Road;Sheridan, WY
Zip Code: 82801
 
Record
SN04532845-W 20170607/170605235244-3745a1458e4e8e8fe4f511760adfad77 (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.