Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOLICITATION NOTICE

S -- EMERGENCY Power poles and data install.

Notice Date
12/11/2019 1:31:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0184
 
Response Due
12/20/2019 8:59:59 PM
 
Archive Date
01/19/2020
 
Point of Contact
Anthony MitchellNCO 16Overton Brooks VA Medical Center510 E. Stoner AveShreveport , LA 71101318-990-4068
 
E-Mail Address
anthony.mitchell4@va.gov
(anthony.mitchell4@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation for Commercial Items VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/OffersOriginal Date: 10/12/17COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMSGeneral InformationDocument Type: Combined Solicitation/SynopsisSolicitation Number:36C25620Q0184Posted Date:12/11/2019Original Response Date:12/20/2019Current Response Date:12/20/2019Product or Service Code:S112Set Aside (SDVOSB/VOSB):SDVOSBNAICS Code:238210Contracting Office AddressNetwork Contracting Office 16510 East Stoner Ave.Shreveport, LA 71101DescriptionThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-06 (effective 10/10/2019).The associated North American Industrial Classification System (NAICS) code for this procurement is 561710, with a small business size standard of 20.5 Million.The Gulf Coast Veterans Health Care System (GCVHCS) is seeking to purchase Power and Data Installation Services. All interested companies shall provide quotations for the following: STATEMENT OF WORKPOWER AND DATA, BUILDING 2VA GULF COAST VETERANS HEALTH CARE SYSTEMBILOXI, MS 39531SCOPE OF WORK 11.15.2019Furnish all labor, tools, equipment, and supervision necessary to perform all work associated with the installation of power and data for office furniture located in certain areas of the east side of floors 1, 2 and 3 for Building 2 located at the VA Gulf Coast Veterans Health Care System, Biloxi, Mississippi. Site Visit: Please contact Tess Finnegan, Activation Coordinator to schedule site visits. Her contact information is as follows: tess.finnegan@va.gov 228-523-5365 (office) 228-257-9898 (cell). Scheduling will be restricted to December 20, 2019, 7:30 am to 3:00 pm., at Biloxi VA Medical Center, 400 Veterans Avenue, Biloxi, MS 39531 Building 2 Main Entrance. The work required is listed as follows:Contractor shall perform the work as necessary to run power and data that is located above ceiling to the locations of VA supplied office cubicles as shown in plans for this service contract. The total number of office cubicles that require power and data is 131. Black dots will be located on ceiling grid to provide locations of where power is located above ceiling. The power and data (2 voice and 2 data) located above ceiling is to be run through VA provided power poles to service each of the 131 office cubicles. Each data drop will need to be terminated, toned and tested for connectivity and verify location of port termination. Each data port will also need a label to indicate data port and switch location per VA convention on faceplate located on the office furniture. Contractor to label each port as labeled above ceiling once terminated through furniture.The power poles for the office cubicles will be provided and installed by the VA furniture installer and are pre-wired with metal clad flex cable for power inside and open J-box top feed. Contractor is to connect 8 wires at ceiling J-box to the Furniture J-box with anti-short fitting (goes through drop ceiling). Provide and install metal clad flex cable as necessary to make the ceiling to power pole connection run. All work involved with electrical power supply by the contractor in this service contract for the 131 office cubicles is above ceiling.Utilize the following base feed option in power poles provided. See further detail wiring information in attached manufacturers drawings for top feed harness: 8 wire max of 3 circuits (20 amps each)1 power pole can feed 12 cubicles1 circuit can safely power up to 4 cubiclesRecommend for contractor to coordinate the electrical work with the on-site VA furniture installer when panels are being installed prior to components being hung to panels.Contractor to install all power and data to each of the 131 cubicles within three weeks of the notice to proceed. Work is to be performed between December 2 December 23, 2019. The contractor is to provide and install 5 poles to accommodate both power and data for the 5 rows of tables (3 tables per row with each table measuring 24 X 60 to accommodate 2 computers and 2 telephones per table) in the computer lab room 3A104 located on the third floor. In addition, provide one dedicated circuit for surface mounted power (2 receptacles and 2 USB ports) per table for all 5 rows of tables. Power pole is to be Navajo White in color and/or match existing wall color. Provide VA color sample for approval. Power pole will require one quad power outlet and outlets for 6 data drops and 6 phone drops. Power pole needs to extend from floor to ceiling. Secure power pole at both ends. Existing power and data is located above ceiling for each combination power and data pole. Coordinate the installation of the power pole location with the VA furniture installer contractor. Each computer must have its own dedicated circuit to accommodate all power needed. PERIOD OF PERFORMANCEJanuary 06, 2020 thru January 27, 2020 Power completed 2nd and 3rd floor. January 27, 2020 thru February 10, 2020 Power completed 1st floorWork will be performed during the hours of 8:00 AM and 4:30 PM, Monday through Friday, exclusive of Federal Holidays. Some work outside of normal hours of operations may be necessary and must be coordinated with the Project COR. All work is to be fully completed within three weeks of the Notice to Proceed. SPECIAL CONSIDERATIONS BY THE CONTRACTOR:All data lines once terminated will need to be toned to verify connection. The contractor will be responsible for cleanliness of the building area both interior and exterior at each tank site.Electrical work to be accomplished by a licensed electrical contractor.SAFETY CONSIDERATIONS: Contractor s workmen shall provide and utilize all safety requirements in accordance with all applicable NFPA and OSHA regulations.Contractor will not be allowed to use Government tools, materials, and/or labor for this project.All work is to be performed in strict compliance with the Scope of Work . B.3 PRICE SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT00011JB_________________________Furnish all labor, tools, equipment, and supervision necessary to perform all work associated with the installation of power and data for office furniture located in certain areas of the east side of floors 1, 2 and 3 for Building 2 located at the VA Gulf Coast Veterans Health Care System, Biloxi, Mississippi. The total number of office cubicles that require power and data is 131. 5. Contractor to install all power and data to each in accordance with Statement of Work. Contract Period: BasePOP Begin: 12-02-2019POP End: 12-31-2019TOTAL BASE YEAR_____________ Award shall be made to the quoter whose quotation conforming to the solicitation will be most advantageous to the Government considering technical capability, while also providing a competitive price. The Government will evaluate information based on the following evaluation criteria: Evaluation and ward will be conducted in accordance with the requirements of FAR 13.106-2 (b)(3). The quote will undergo a comparative evaluation to determine which contractor provides the vest value to the Government, in terms of technical capability, while also providing a competitive price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition:FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation:52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)52.216-1 TYPE OF CONTRACT (APR 1984)52.233-2 SERVICE OF PROTEST (SEP 2006)52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018)VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018)VAAR 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. Copies may also be obtained from the contracting officer.[Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.](End of Provision)52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 201852.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014)(a) The Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. EVALUATION PROCEDURES AND AWARD(b) Evaluation and award will be conducted in accordance with the requirements of FAR 13.106-2(b)(3), the quotes will undergo a comparative evaluation to determine which contractor provides the best value to the government in terms of technical capability, while also providing a competitive price.For quotes to be considered acceptable and eligible for evaluation, they must be prepared in accordance with and in compliance with the instructions given in this solicitation and address all the requirements set forth within this solicitation. The Government does not anticipate requesting revisions to quotes, so Quoter s should provide their best quote in the response to this solicitation. However, the Government reserves the right to request quote revisions that seek additional price discounts, provide revisions to the technical and or prices aspects of the quote, or to clarify aspects of the quote. In the event quote revisions are requested, the Government will not necessarily be seeking revisions from all Quoter s. The Government will not be conducting ""discussions"" as defined in FAR Part 15.(c) Prospective Contractors are required to submit two separate evaluation documents in addition to all other documents required by this solicitation. If the parts are not submitted as separate documents, the quote will be considered non-responsive. If both Parts are not received, the quote will be considered non-responsive, and will not be considered for award.One (1) Part A - Content of the Non-Price Factors/Technical Part. The Quoter shall provide a technical approach that details how the requirements of the SOW will be accomplished. At a minimum, this shall include the following:1. The intended strategy to complete all tasks as described in the SOW. A description of the company s technical ability to provide Power and Data Installation services in accordance with the terms, conditions, specifications, and requirements of the solicitation and resulting contract. The narrative summary may describe the Contractor s capability, stability and strengths.2. An account of the Quoter s comparable experience, in terms of size, scope, and complexity to the tasks described in the Statement of Work. 3. Technical Acceptability will be based upon the conformance to the guidelines outlined in this solicitation. Quotes will be evaluated on a GO, NO-GO basis. The technical evaluation will evaluate the technical content received as required in the instructions section of this solicitation. This is a subjective evaluation that is based upon the Governments judgment as to whether the Quoter has satisfactorily addressed the technical content requirements as set forth within this solicitation. One (1) Part B Price and price related factors. 1. Price - The contractor shall provide a separate and complete price schedule as provided in the solicitation including all offered discounts.. See Section B3. 2. A Quoter s price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106-3.(d) The Quoter must be registered and active in the System for Award Management ( www.sam.gov). A SDVOSB Quoter must be a CVE certified SDVOSB (www.vip.vetbiz.gov). (f) NUMBER OF AWARDS This is a 100% Small Disabled Veteran Owned Business Set Aside. The Government intends to issue a single award resulting from this solicitation. The Government will not separate tasks into multiple awards.(g) A written notice of award mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in an offer for award to the Quoter from the Government. The counter signed award from the Quoter to the Government will result in a binding contract between the two parties. (End of Provision)SUBMISSION INSTRUCTIONS (a) General Instructions (1) Electronic Submissions: Contractors must email their quote to Anthony Mitchell at anthony.mitchell4@va.gov. Include the solicitation number in the Subject line. Any attachments must be readable using Microsoft Office or Adobe PDF. The size of the email is limited to 5 megabytes (MB) but multiple emails are allowable. Quotes must be submitted electronically and will not be accepted through fax or postal mail. (2) All questions regarding this solicitation should be emailed to anthony.mitchell4@va.gov no later than 4:00 PM Central Standard Time (CST) November 25, 2019. (3) A site visit should not be necessary as all technical attachments contains all information in accordance with the Statement of Work.(b) Selection Process (1) Evaluations will be conducted under the procedures of FAR Part 13. (2) In accordance with FAR 13.106-2(b)(3), the quotes will undergo a comparative analysis evaluation to determine which vendor provides the best value to the government in terms of high technical capability and past experience, while also providing a competitive price. (c) Quote Package Contents (1) The quote package should address all the information listed in the evaluation factors under 52.212-2. Prospective Contractors are required to submit two separate evaluation documents in addition to all other documents required by this solicitation. If the parts are not submitted as separate documents, the quote will be considered non-responsive. If both Parts are not received, the quote will be considered non-responsive, and will not be considered for award.(2) For the technical capability a description of the company s technical ability to provide Power and Data Installation services in accordance with the terms, conditions, specifications, and requirements of the solicitation and resulting contract. The narrative summary may describe the Contractor s capability, stability, experience, and strengths.(3). 1. Price - The contractor shall provide a separate and complete price schedule as provided in the solicitation including all offered discounts. (4) Please ensure you review, sign and return with package: A separate Technical Approach Document A separate Price Schedule and Price Discount Term Document All packages are to be submitted no later than 4:00 PM CST on November 27, 2019 via email to anthony.mitchell4@va.gov .(End of Addendum to 52.212-1)FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS APR 2014FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER MAY 2011FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL JAN 2011FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016FAR 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION JAN 1997SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013FAR 52.246-4 INSPECTION OF SERVICES FIXED-PRICE AUG 1996VAAR 852.203-70 COMMERCIAL ADVERTISING MAY 2018VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION)VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS JAN 2008FAR 52.252-2 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): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders COMMERCIAL ITEMS (MAY 2019)The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (4) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). [X] (6) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). [X] (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). [X] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [X] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). [X] (1) 52.222-17, Non-displacement of Qualified Workers (MAY 2014) (E.O. 13495). [X] (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).Employee ClassMonetary Wage-Fringe Benefits23160 Electrician Maintenance$26.32 + Benefits [X] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [X] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the dispute s clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (iv) 52.219 8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219 8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Non-displacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (vii) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). (xiii)(A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)All quoters shall submit the following: One (1) electronic copy of all documents required by this Combined Synopsis/Solicitation via e-mail.All quotations shall be sent to the e-mail address Anthony.Mitchell4@va.gov .This is an open-market combined synopsis/solicitation for Power and Data Installation Services as defined herein.��The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.""OR""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:""Quoter shall list exception(s) and rationale for the exception(s).Submission shall be received not later than 4:00 PM, November 27, 2019 ate-mail address Anthony.Mitchell4@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer , Anthony R . Mitchell at anthony.mitchell4@va.gov .Point of ContactContracting Officer, (318) 990-4068. Fax number (405) 456-7653, anthony.mitchell4@va.gov .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/26a3e1ee979741e391ee4f1348a01b95/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;Gulf Coast Veterans Health Care System;Environmental Management Service;400 Veterans Ave;Biloxi MS 39531-2410, USA
Zip Code: 39531-2410
Country: USA
 
Record
SN05514001-F 20191213/191211230304 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.