Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
DOCUMENT

S -- Duct Cleaning Services for the North Texas Health Care System - Attachment

Notice Date
4/17/2018
 
Notice Type
Attachment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;124 E. Hwy 67;Duncanville, Texas 75137
 
ZIP Code
75137
 
Solicitation Number
36C25718Q0692
 
Response Due
5/7/2018
 
Archive Date
7/6/2018
 
Point of Contact
Reginald Hayes
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number 36C25718Q0692 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE:  This requirement is Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS is 561790 and the small business size standard is $7.5 Million. In accordance with VAAR 852.219-11, any SDVOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) upon submission of quote. Only qualified offerors may submit bids. Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. Description of Services: The North Texas Health Care System Dallas VA Medical Center located at 4500 S. Lancaster Road. Dallas Texas, 75216, requires a contractor to provide Duct Cleaning services for Surgical Unit and Sterile Processing and storage areas. See attached Statement of Work (SOW). Place of Performance: Dallas VA Medical Center located at 4500 S. Lancaster Road. Dallas Texas, 75216 Period of Performance: Base plus four option year renewals Base Year:                                   May 21, 2018 May 20, 2019 Option Year One:               May 21, 2019 May 20, 2020 Option Year Two:               May 21, 2020 May 20, 2021 Option Year Three:           May 21, 2021 May 20, 2022 Option Year Four:           May 21, 2022 May 20, 2023 The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services 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 60 days. 52.217-9, Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. 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 years. 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-14, Limitations on Subcontracting 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-19, Availability of Funds for the Next Fiscal Year 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and 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. SITE VISIT The VA is strongly encouraging all interested parties to attend a Site Visit scheduled on April 25, 2018. The exact time of the site visit will be provided upon receipt of email from interested parties. By offering a Site Visit, VA hopes potential Offerors will gain a better understanding of the requirements and the location where services are to be performed, interested parties are encouraged to inform the VA of your intent to attend the Site Visit by email. Please note that interested parties will not be authorized to use this Site Visit to present or pitch their proposed solution, services, or capabilities to any Government representative, and any attempt to do so will result in a polite request for the person(s) to leave the site. ADDRESS FOR THE SITE VISIT North Texas VA Medical Center 4500 South Lancaster Road Dallas, Texas 75216 POINT OF CONTACT The point of contact for the Site Visit is below; at no point, should an interested party reach out to any other VA employee about this Site Visit unless explicitly stated. PRIOR TO PARTICIPATING IN THE SITE VISIT: It is requested that all vendors interested in attending a site visit first read the SOW in full. After reviewing the SOW, the Government requests that parties express their interest in attending a Site Visit by emailing Reginald Hayes at ReginaldD.Hayes@va.gov, with an email subject line of: Sources Sought #, Title, Interest in Site Visit Interest in Site Visit notices must be received by April 24, 2018 at 8:00am Central Standard by email to Reginald Hayes @ ReginaldD.Hayes@va.gov. The content of this notice should be as follows: The company name, the names of the representatives who will be attending, the business size and socio group (i.e. small, large, SDVOSB), a valid phone number and email. AFTER PARTICIPATING IN THE SITE VISIT: All questions must be emailed to ReginaldD.Hayes@va.gov, no later than April 30, 2018, 8:00am CST. The subject line must specify 36C25718Q0692 Duct Cleaning Services. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. Quotes must be received no later than May 7, 2018, 8:00am CST. Email your quote to ReginaldD.Hayes@va.gov. The subject line must specify 36C25718Q0692 Duct Cleaning Services. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Quote should be broken down as follows: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Duct Cleaning Services Contract Period: Base May 21, 2018 May 20, 2019 12.00 MO $ $ 1001 Duct Cleaning Services Contract Period: Option Year 1 May 21, 2019 May 20, 2020 12.00 MO $ $ 2001 Duct Cleaning Services Contract Period: Option Year 2 May 21, 2020 May 20, 2021 12.00 MO $ $ 3001 Duct Cleaning Services Contract Period: Option Year 3 May 21, 2021 May 20, 2022 12.00 MO $ $ 4001 Duct Cleaning Services Contract Period: Option Year 4 May 21, 2022 May 20, 2023 12.00 MO $ $ GRAND TOTAL $ _________________ The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK DESCRIPTION OF WORK: The North Texas Veterans Health Care System, Dallas Medical Center located at 4500 S. Lancaster rd. Dallas Texas., 75216, requires a contractor to provide Duct Cleaning services for Surgical Unit and Sterile Processing and storage areas. GENERAL DESCRIPTION OF DUCTING SYSTEMS: Large Rigid metal main duct starting at approximately 36 oval, with several smaller branch ducts attached to damper control boxes and continue to floor below. OR supply systems are stainless steel, all others are galvanized. REQUIREMENTS: The contractor shall clean and sanitize ductwork systems in the Dallas VA Medical Center ORs and SPD areas. The vent system is attached to AHU 26 &28 and Exhaust. Fans 28 & 30 for the ORs, AHU 2 & 3 and Exhaust. Fans 3 & 4 for SPD. This is a VAV box type ventilation system. All work will be performed in manner outlined in section HVAC Cleaning Specifications and Requirements. The contractor shall commence all work to clean and sanitize all ductwork systems in the month of June and shall conclude all work by the month of July every year. The contractor shall ensure that all the work required is accomplished within a 4-6 week time period. Any unforeseen or projected delays must be communicated to the Contracting Officer Representative (COR) immediately. However, it is solely at the discretion of the Contracting Officer Representative (COR) to alter the commencement of work. All interested parties are highly encouraged to attend sight visit, to walk thru service area. PLACE OF PERFORMANCE: The North Texas Veterans Health Care System, Dallas Medical Center, 4500 S. Lancaster Road, Dallas Texas., 75216 PERIOD OF PERFORMANCE: Base plus four option year renewals Base Year:                                   May 21, 2018 May 20, 2019 Option Year One:               May 21, 2019 May 20, 2020 Option Year Two:               May 21, 2020 May 20, 2021 Option Year Three:           May 21, 2021 May 20, 2022 Option Year Three:           May 21, 2022 May 20, 2023 HOURS: Work must be accomplished outside of normal business hours of Surgical services. Such as evenings 6:00pm 6:00am weekdays, and Saturday, Sunday. The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATE New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 QUALIFICATIONS: (Qualification of the HVAC System Cleaning Contractor) Membership: The HVAC system cleaning contractor shall be a certified member of the National Air Duct Cleaners Association (NADCA), or shall maintain membership in a nationally recognized non-profit industry organization dedicated to the cleaning of HVAC systems. Certification: The HVAC system cleaning contractor shall have a minimum of one (1) Air System Cleaning Specialist (ASCS) certified by NADCA on a full-time basis, or shall have staff certified by a nationally recognized certification program and organization dedicated to the cleaning of HVAC systems. Supervisor Qualifications: A person certified as an ASCS by NADCA, or maintaining an equivalent certification by a nationally recognized program and organization, shall be responsible for the total work herein specified. Experience: The HVAC system cleaning contractor shall submit records of experience in the field of Commercial and Industrial HVAC system cleaning as requested by the owner. Bids shall only be considered from firms which are regularly engaged in HVAC system maintenance with an emphasis on HVAC system cleaning and decontamination. Equipment, Materials and Labor: The HVAC system cleaning contractor shall possess and furnish all necessary equipment, materials and labor to adequately perform the specified services. ADDITIONAL REQUIREMENTS: The contractor shall ensure that its employees have received safety equipment training, medical surveillance programs, individual health protection measures, and manufacturer s product and material safety data sheets (MSDS) as required for the work by the U.S. Occupational Safety and Health Administration, and as described by this specification. For work performed in countries outside of the U.S.A., contractors should comply with applicable national safety codes and standards. The contractor shall maintain a copy of all current MSDS documentation and safety certifications at the site at all times, as well as comply with all other site documentation requirements of applicable OSHA programs and this specification Contractor shall submit to the owner all Material Safety Data Sheets (MSDS) for all chemical products proposed to be used in the cleaning process. Licensing: The HVAC system cleaning contractor shall provide proof of maintaining the proper license(s), if any, as required to do work in this state. Contractor shall comply with all Federal, state and local rules, regulations, and licensing requirements. STANDARDS: NADCA Standards: The HVAC system cleaning contractor shall perform the services specified here in accordance with the current published standards of the National Air Duct Cleaners Association (NADCA). All terms in this specification shall have their meaning defined as stated in the NADCA Standards. NADCA Standards must be followed with no modifications or deviations being allowed. HVAC SYSTEM CLEANING SPECIFICATIONS AND REQUIREMENTS Scope of Work (A) Scope: This section defines the minimum requirements necessary to render HVAC components clean, and to verify the cleanliness through inspection and/or testing in accordance with items specified herein and applicable NADCA Standards. The Contractor shall be responsible for the removal of visible surface contaminants and deposits from within the HVAC system in strict accordance with these specifications. Refer to the Specific Tasks in the Turn-key SOW for details. 2.02 HVAC System Component Inspections and Site Preparations (A) HVAC System Component Inspections: Prior to the commencement of any cleaning work, the HVAC system cleaning contractor shall perform a visual inspection of the HVAC system to determine appropriate methods, tools, and equipment required to satisfactorily complete this project. The cleanliness inspection should include air handling units and representative areas of the HVAC system components and ductwork. In HVAC systems that include multiple air handling units, a representative sample of the units should be inspected. The cleanliness inspection shall be conducted without negatively impacting the indoor environment through excessive disruption of settled dust, microbial amplification or other debris. In cases where contamination is suspected, and/or in sensitive environments where even small amounts of contaminant may be of concern, environmental engineering control measures should be implemented 1. Damaged system components found during the inspection shall be documented and brought to the attention of the owner. (B) Site Evaluation and Preparations: Contractor shall conduct a site evaluation, and establish a specific, coordinated plan which details how each area of the building will be protected during the various phases of the project. (C) Inspector Qualifications: Qualified personnel should perform the HVAC cleanliness inspection to determine the need for cleaning. At minimum, such personnel should have an understanding of HVAC system design, and experience in utilizing accepted indoor environmental sampling practices, current industry HVAC cleaning procedures, and applicable industry standards. 2.03 General HVAC System Cleaning Requirements (A) Containment: Debris removed during cleaning shall be collected and precautions must be taken to ensure that Debris is not otherwise dispersed outside the HVAC system during the cleaning process. (B) Particulate Collection: Where the Particulate Collection Equipment is exhausting inside the building, HEPA filtration with 99.97% collection efficiency for 0.3-micron size (or greater) particles shall be used. When the Particulate Collection Equipment is exhausting outside the building, Mechanical Cleaning operations shall be undertaken only with Particulate Collection Equipment in place, including adequate filtration to contain Debris removed from the HVAC system. When the Particulate Collection Equipment is exhausting outside the building, precautions shall be taken to locate the equipment down wind and away from all air intakes and other points of entry into the building. (C) Controlling Odors: Measures shall be employed to control odors and/or mist vapors during the cleaning process. (D) Component Cleaning: Cleaning methods shall be employed such that all HVAC system components must be Visibly Clean as defined in applicable standards (see NADCA Standards). Upon completion, all components must be returned to those settings recorded just prior to cleaning operations. (E) Air-Volume Control Devices: Dampers and any air-directional mechanical devices inside the HVAC system must have their position marked prior to cleaning and, upon completion, must be restored to their marked position. (F) Service Openings: The contractor shall utilize service openings, as required for proper cleaning, at various points of the HVAC system for physical and mechanical entry, and inspection. 1. Contractor shall utilize the existing service openings already installed in the HVAC system where possible. (This system has been cleaned multiple times, no other access openings will be cut). 2. Closures must be properly insulated to prevent heat loss/gain or condensation on surfaces within the system. 3. Cutting service openings into flexible duct is not permitted. Flexible duct shall be disconnected at the ends as needed for proper cleaning and inspection. 4. All service openings capable of being re-opened for future inspection or remediation shall be clearly marked and shall have their location reported to the owner in project report documents. (G) Ceiling sections (tile): The contractor may remove and reinstall ceiling sections to gain access to HVAC systems during the cleaning process. (H) Air distribution devices (registers, grilles & diffusers): The contractor shall clean all air distribution devices. (I) Air handling units, terminal units (VAV, Dual duct boxes, etc.), blowers and exhaust fans: The contractor shall insure that supply, return, and exhaust fans and blowers are thoroughly cleaned. Areas to be cleaned include blowers, fan housings, plenums (except ceiling supply and return plenums), scrolls, blades, or vanes, shafts, baffles, dampers and drive assemblies. All visible surface contamination deposits shall be removed in accordance with NADCA Standards. Contractor shall: 1. Clean all air handling units (AHU) internal surfaces, components and condensate collectors and drains. 2. Assure that a suitable operative drainage system is in place prior to beginning wash down procedures. 3. Clean all coils and related components, including evaporator fins. (J) Duct Systems. Contractor shall: 1. Create service openings in the system as necessary in order to accommodate cleaning of otherwise inaccessible areas. 2. Mechanically clean all duct systems to remove all visible contaminants, such that the systems are capable of passing Cleaning Verification Tests (see NADCA Standards). 2.04 Health and Safety (A) Safety Standards: Cleaning contractors shall comply with applicable federal, state, and local requirements for protecting the safety of the contractor s employees, building occupants, and the environment. In particular, all applicable standards of the Occupational Safety and Health Administration (OSHA) shall be followed when working in accordance with this specification. (B) Occupant Safety: No processes or materials shall be employed in such a manner that they will introduce additional hazards into occupied spaces. (C) Disposal of Debris: All Debris removed from the HVAC System shall be disposed of in accordance with applicable federal, state and local requirements. 2.05 Mechanical Cleaning Methodology (A) Source Removal Cleaning Methods: The HVAC system shall be cleaned using Source Removal mechanical cleaning methods designed to extract contaminants from within the HVAC system and safely remove contaminants from the facility. It is the contractor s responsibility to select Source Removal methods that will render the HVAC system Visibly Clean and capable of passing cleaning verification methods (See applicable NADCA Standards) and other specified tests, in accordance with all general requirements. No cleaning method, or combination of methods, shall be used which could potentially damage components of the HVAC system or negatively alter the integrity of the system. 1. All methods used shall incorporate the use of vacuum collection devices that are operated continuously during cleaning. A vacuum device shall be connected to the downstream end of the section being cleaned through a predetermined opening. The vacuum collection device must be of sufficient power to render all areas being cleaned under negative pressure, such that containment of debris and the protection of the indoor environment are assured. 2. All vacuum devices exhausting air inside the building shall be equipped with HEPA filters (minimum efficiency), including hand-held vacuums and wet-vacuums. 3. All vacuum devices exhausting air outside the facility shall be equipped with Particulate Collection including adequate filtration to contain Debris removed from the HVAC system. Such devices shall exhaust in a manner that will not allow contaminants to re-enter the facility. Release of debris outdoors must not violate any outdoor environmental standards, codes or regulations. 4. All methods require mechanical agitation devices to dislodge debris adhered to interior HVAC system surfaces, such that debris may be safely conveyed to vacuum collection devices. Acceptable methods will include those, which will not potentially damage the integrity of the ductwork, nor damage porous surface materials such as liners inside the ductwork or system component. Some visual means of inspection (pictures, etc.) must be available of completed areas. Point of contact will be Robert Inman, Supervisor of AC Shop. Work needs to start within 30 days of contract being awarded, and be completed within 30 working days of start date. RECORDS MANAGMENENT STATEMENT:   Any Blue Print provided are property of Dallas VA and must be returned at completion of contract. Any Documentation (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTXHCS) and must be returned to VANTXHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1. SECURITY STATEMENT:   The COR and the Contractor will assure that No other information except what is in this contract will be shared with the contractor in any follow up communication. None of the information in this contract includes Protected Health Information. NARA RM LANGUAGE CLAUSE TO BE INCLUDED IN CONTRACTS 1.    Citations to pertinent laws, codes and regulations such as 44 U.S.C  Chapter  21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2.   Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3.   Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government   IT equipment and/or Government records. 4.   Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5.   Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. 6.   The Government Agency owns the rights to all data/records produced as part of this contract. 7.   The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract.   Contractor mustdeliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8.   Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974.   These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9.   No disposition of documents will be allowed without the prior written consent of the Contracting Officer.   The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation.   Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701.   Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10.   Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract.   The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. WAGE AND DETERMINATION: These services are subject to the Service Contract Act WD 15-5228 (Rev.-3) was first posted on www.wdol.gv on 08/08/2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q0692/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q0692 36C25718Q0692.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4232162&FileName=36C25718Q0692-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4232162&FileName=36C25718Q0692-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;North Texas Health Care System;Dallas VA Medical Center;4500 S. Lancaster Road;Dallas, Texas
Zip Code: 75216
 
Record
SN04892665-W 20180419/180417231034-d2331fbe82664ba28f541a5b73fb4d46 (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.