Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
DOCUMENT

Q -- CETA TESTING AND CERTIFICATION IN STERILE PREPARATION AREAS FOR MURFREESBORO AND NASHVILLE CAMPUSES SB Set-Aside - Attachment

Notice Date
9/13/2018
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918Q9699
 
Response Due
9/19/2018
 
Archive Date
11/18/2018
 
Point of Contact
Karen l. Williams
 
E-Mail Address
Williams13@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Data Elements: Action Code. 36C24918Q9699 Date. September 13, 2018 Contracting Office Zip Code. 37129 Product or Service Code. Q301 Contracting Office Address. 1639 Medical Center Pkwy, STE 400, Murfreesboro, TN 37129 Subject. Pharmacy CETA Testing and Certification in Preparation Areas for Murfreesboro and Nashville Campuses. Closing Response Date. September 19, 2018 10:00am Central Time Contact Point Karen L. Williams 615-225-5636 Karen.williams13@va.gov Place of Contract Performance. Alvin C. York Campus Nashville Campus 3400 Lebanon Pike 1310 24th Avenue South Murfreesboro, TN 37129 Nashville, TN 37212 Set-aside Status. VOSB 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 36C24918Q9699 and is issued as request for quotation (RFQ). Provisions and clauses are those in effect through Federal Acquisition Circular 2005-98 (Effective 5/31/2018). This is a Total Small Business set-aside. The associated NAICS code and small business size standard is 541380, $15.0M. See attached Statement of Work and Price Cost Schedule for services required. The VA is contemplating a Base plus four one-year options contract. Description of requirements for the items to be acquired. See attached SOW. The Period of Performance is 10-1-2018 thru 9-30-2019. Four one-year option years are contemplated. FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL, applies to this acquisition and addenda to the provision are included. SEE ATTACHED 52.212-1 ADDENDA, Attachment R.3 for information concerning: Site Visit, submitting questions, and submitting quotes. 52.212-2, EVALUATION -- COMMERCIAL ITEMS, IS NOT used, SEE ATTACHED 52.212-1 ADDENDA Attachment R.3 for information concerning documents to include with quote and evaluation factors. Offerors shall complete FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and include with its offer. Hyperlink: http://acquisition.gov/comp/far/index.html FAR 52.212-4, CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS, applies to this acquisition and addenda are attached. The following FAR VAAR Clauses Apply: 52.252-2. CLAUSES INCORPORATED BY REFERENCE (FEB 1998). 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): FAR: http://www.acquisition.gov/far/index.html VAAR: http://www.va.gov/oal/library/vaar/ 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) 52.217-8. 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. 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 60 months. 52.228-5. INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997) SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. 52.232-18. Availability of Funds (Apr 1984) 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, 2018. 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, 2018, 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. 52.232-40. PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 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 will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. 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 External link to a government website. (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, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001 External link to a government website. (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 External link to a non-government website) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905 External link to a government website. (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. 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 Kentucky. 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. FAR 52.212-5. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS, applies to this acquisition. The following additional FAR clauses are applicable to the acquisition. 52.203-6. RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEPT 2006), WITH ALTERNATE I (OCT 1995) 52.204-10. REPORTING EXECUTIVE COMPENSATION & FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6. PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-8. UTILIZATION OF SMALL BUSINESS CONCERNS (NOV 2016) 52.219-28. POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3. CONVICT LABOR (JUNE 2003) 52.222-17, NONDISPLACEMENT OF QUALIFIED WORKERS (MAY 2014) (E.O. 13495) 52.222-21. PROHIBITION OF SEGREGATED FACILITIES (APR 2015). 52.222-26. EQUAL OPPORTUNITY (SEPT 2016) 52.222-35. EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36. EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37. EMPLOYMENT REPORTS ON VETERANS (FEB 2016) 52.222-40. NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50. COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.222-54. EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015) 52.223-12. MAINTENANCE, SERVICE, REPAIR, OR DISPOSAL OF REFRIGERATION EQUIPMENT AND AIR CONDITIONERS (JUN 2016) (E.O. 13693) 52.223-18. ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.223-20. AEROSOLS (JUN 2016) (E.O. 13693) 52.225-1, BUY AMERICAN--SUPPLIES (MAY 2014) (41 U.S.C. CHAPTER 83) 52.225-13. RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008) 52.232-33. PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (31 U.S.C. 3332) 52.222-41. SERVICE CONTRACT LABOR STANDARDS (MAY 2014) 52.222-42. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) 52.222-43. FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS--PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) (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) The Following FAR and VAAR Provisions Apply (See https://www.acquisition.gov/?q=browsefar and https://www.va.gov/oal/library/vaar/ for full text) 52.217-5. EVALUATION OF OPTIONS (JUL 1990) 52.233-2. SERVICE OF PROTEST (SEPT 2006) Hand-Carried Address: Department of Veterans Affairs VISN 9 ASC (90C) 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 Mailing Address: Department of Veterans Affairs VISN 9 ASC (90C) 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 852.233-70. PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation 852.233-71. ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW, Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs 810 Vermont Avenue, N.W. Washington, DC 20420 852.252-70. SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference External link to a government website. Copies may also be obtained from the contracting officer. FAR 52.212-3. OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS 852.270-1, REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor 852.273-74, AWARD WITHOUT EXCHANGES (JAN 2003) The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary FAR 52.212-3. OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS Additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. Offers are due on September 19, 2018, 10:00am Central Time. Contact Karen Williams at 615-225-5636, karen.williams13@va.gov Attachments Statement of Work Price Cost Schedule FAR 52.212-1 Addenda Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9699/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918Q9699 36C24918Q9699.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591095&FileName=36C24918Q9699-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591095&FileName=36C24918Q9699-000.docx

 
File Name: 36C24918Q9699 SOW Pharmacy Hoods CETA.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591096&FileName=36C24918Q9699-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591096&FileName=36C24918Q9699-001.doc

 
File Name: 36C24918Q9699 Price Cost Schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591097&FileName=36C24918Q9699-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591097&FileName=36C24918Q9699-002.docx

 
File Name: 36C24918Q9699 52.212-1 Addendum.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591098&FileName=36C24918Q9699-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591098&FileName=36C24918Q9699-003.docx

 
File Name: 36C24918Q9699 WAGE RATES.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591100&FileName=36C24918Q9699-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4591100&FileName=36C24918Q9699-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05087735-W 20180915/180913231231-57b9003c2ce3e8993485a9cae708c653 (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  © 1994-2020, Loren Data Corp.