Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

H -- Water Tank Testing Services - 554

Notice Date
2/27/2020 6:47:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424690 — Other Chemical and Allied Products Merchant Wholesalers
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25920Q0051
 
Response Due
3/10/2020 8:59:59 PM
 
Archive Date
06/08/2020
 
Point of Contact
Tevin Lucas
 
E-Mail Address
tevin.lucas@va.gov
(tevin.lucas@va.gov)
 
Awardee
null
 
Description
Page 26 of 33 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; proposals are being requested and a written solicitation will not be issued. This solicitation 36C25920Q00201 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04 effective January 15, 2020. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 541380, with a small business size standard of $16.5 million. This solicitation is for Full and Open Competition. IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR S SCHEDULE NUMBER The following is a list of the contract line item numbers, quantities and units of measure including options. CLIN DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST 0001 Chlorine Dioxide Water Tank Maintenance and Testing Services Base Year: March 16, 2020 through October 04, 2020 8 months $__________ $__________ *0002 Additional Chemical Pure Cide 1 each $__________ 1001 Chlorine Dioxide Water Tank Maintenance and Testing Services Option Year 1: October 05, 2020 through October 04, 2021 12 months $__________ $__________ *1002 Additional Chemical Pure Cide E 1 each $_________ 2001 Chlorine Dioxide Water Tank Maintenance and Testing Services Option Year 2: October 05, 2021 through October 04, 2022 12 months $__________ $__________ *2002 Additional Chemical Pure Cide E 1 each $__________ 3001 Chlorine Dioxide Water Tank Maintenance and Testing Services Option Year 2: October 05, 2022 through October 04, 2023 12 months $__________ $__________ *3002 Additional Chemical Pure Cide E 1 each $__________ 4001 Chlorine Dioxide Water Tank Maintenance and Testing Services Option Year 4: October 05, 2023 through October 04, 2024 12 months $__________ $__________ *4002 Additional Chemical Pure Cide E 1 each $__________ TOTAL COST, BASE YEAR PLUS FOUR OPTION YEARS: $_________________ The minimum guarantee to be paid out during the base year of this contract is $2,500. The maximum limit to be ordered during the life of the contract is not to exceed $338,000.00. *CLIN 0002, 1002,2002,3002,4002 will be funded as a separate task order only as necessary. STATEMENT OF WORK CHLORINE DIOXIDE WATER TANK TESTING The chemical water treatment contractor shall provide all supplies and technical advisory services for proper chemical treatment of boiler plant water and chiller plant water to achieve specified results. The goal is to maximize safety, reliability, and longevity of the hydronic systems campus-wide. VAMC boiler plant employees shall be responsible for performing water tests with oversight by the contractor. The contractor shall verify the proper operation of non-chemical water treatment systems which serve the boiler plant including: feed water deaerator, surge tank, water softener, and continuous blowdown. This contract will cover one VA location, the Rocky Mountain Regional VA Medical Center (RMRVAMC). The RMRVAMC has Two 20 horizontal domestic water tanks Chemical Water Treatment Contractor Qualifications: The contractor shall assign to this contract one water treatment specialist who has a bachelor s degree in chemical engineering or the physical sciences from an accredited college or university. The water treatment specialist must have at least five years of successful experience with boiler water treatment programs and shall furnish references from at least three customers who utilize boiler water treatment programs. The water treatment specialist assigned must be located within 100 miles of the site to ensure reasonable response times to requests for site visits. The contractor must operate (or continuously maintain a contract with) a state certified laboratory to perform complete scientific analyses of water chemistry, deposits, metallic materials affected by corrosion and provide recommendations for correction of problems related to the chemical and mechanical water treatment program. A Professional Chemist shall supervise the laboratory. Scope of Work: Contractor shall include all personnel, supervision, professional expertise, tools, materials, services, transportation, equipment and quality control for complete and safe treatment of water used in building operating systems. Contractor shall provide all chemicals required for water treatment of building systems Contractor shall provide to the boiler plant supervisor or his/her designee all chemicals, test kits, test reagents, corrosion coupons, and instructional materials as necessary to comply with all contract requirements. Chelant-based chemicals shall not be permitted. All chemicals utilized shall conform to FDA guidelines: CFR 21, 173.310, BOILER WATER ADDITIVES PERMITTED IN PLANTS WHERE STEAM CONTACTS FOOD. In addition, the chemicals shall conform to all local, state, and federal government regulations on water pollution and have appropriate EPA registration. The VAMC utilizes boiler steam for food preparation and for humidification. https://www.govregs.com/regulations/21/173.310 Contractor shall furnish chemicals on site necessary to keep our domestic water in a safe consuming according to all state and federal regulations. All existing chemicals, which are suitable for the contract program, will be utilized prior to the use of any new chemicals. Contractor shall submit Safety Data Sheets (SDS) for all chemicals utilized during the performance of services under this contract. The SDS sheets will accompany delivery of the chemicals. All chemical containers shall be labeled with complete information on contents and shall be returnable. Containers with missing labels shall be removed from the site. All containers remain the property of the contractor and must be immediately removed from the site when they are no longer needed at the site. Performance Requirements: Period of performance shall be 8 months with 4 option years. 12 Months service visit to check Chlorine Dioxide levels and total chlorine level in the domestic water tanks and city water 1 additional monthly/ emergency visit per monthly for chlorine unit check-up if needed Calibration of chlorine dioxide sensors as needed. Field service reports to Rocky Mountain Regional VAMC and other designated individual. Check on basic Chlorine dioxide generator operation Include Chlorine Dioxide testing supplies Check chemical drum levels Check on chemical inventory Order Pure-Cide E Chlorine Dioxide Mix Performance of On-Site Services; Contractor shall: Contractor shall provide complete written instructions, supplemented by oral instructions and demonstrations, to boiler plant personnel for their performance of routine water tests and for feeding the chemicals into the systems. The instructions shall cover safe chemical handling, accurate testing, and chemical feed methods to suit the plant operating parameters and water treatment performance requirements. At least monthly, Contractor shall perform the following tests. Contractor shall provide written test reports including all test results and recommendations. Contractor shall review reports with plant supervisor. West Tank and East Tank Conductivity, PH, total chlorine and chlorine Chemical feed systems: Advise plant supervisor on adjustments to maintain proper chemical dosage and feed rates and blowdown rates. Contractor shall visit the plant at least weekly during the first three months of a new contract. After three months, visit the plant at least monthly, perform tests listed above and review daily logs of tests performed by boiler plant personnel. Contractor shall discuss the test results with the plant supervisor. Contractor shall provide recommendations on treatment methods and consult on plant and distribution system problems, as requested. Contractor shall send water samples to the laboratory as necessary to resolve problems and questions. Contractor shall make additional visits at the request of the plant supervisor to handle problems. Contractor shall conduct waterside inspection of the Chlorine Dioxide generator and both domestic water tanks. Through the Point of Contact (POC), coordinate the boiler and feedwater deaerator inspection to coincide with the inspection by the Qualified Professional Inspector (boiler inspector). VA personnel will prepare equipment for inspection. Contractor shall provide recommendations on any chemical in balances and how to correct any issues. Any deficiencies or problems noted with VA test results or with the water treatment specialist s test results are to be reported immediately to the plant supervisor. If problems are found, corrective actions must be recommended immediately, chemicals as necessary provided, and tests performed as necessary to confirm that desired results are achieved. VA Boiler Plant Staff Responsibilities: Provide contractor access to all equipment in boiler plant. The plant personnel will perform routine testing for chemical residuals, conductivity, hardness, alkalinity, pH, chloride, silica, iron and copper, and other tests as recommended by the water treatment specialist. Administrative Requirements: All on site work is to be coordinated with the boiler plant supervisor at least seven (7) days prior to performance of services. All work to be performed during the normal daytime working hours of the boiler plant supervisor, Monday through Friday, excluding National Holidays. Situations requiring more frequent analysis and/or special testing other than the specified requirements may arise. Do not perform any extra cost work without written authorization from the POC. A separate purchase order will be issued to cover the costs associated with these extra tests upon request and justification from the contractor. Provide information on the normal time delivery time for chemicals. Provide method for emergency chemical deliveries. A laboratory certified by the State shall perform laboratory work. A written report of each analysis and inspection shall be submitted immediately upon completion of each analysis and/or inspection to include a summary report of treatment recommendations based on the analysis report. Each report will be submitted in duplicate to the boiler plant supervisor and to the POC. Provide emergency response, including a site visit if requested, within 4 hours of request, 24 hours a day, 365 days per year. Maintain a toll-free (800) telephone number and e-mail and pager system for 24-hour access. Respond to routine communications within 48 hours with a visit as necessary. Immediately prior to commencing the chemical treatment contract, VA will arrange for an internal inspection of each Tank by the boiler plant supervisor and the contractor s (chemical supplier) field representative. A visual and written record of the condition of each of the tank will be signed by the contractor and the VAMC representative. Upon termination of the contract, a similar inspection will be conducted. Any deterioration in the boiler conditions attributable to the contractor s program shall be corrected by the contractor at no additional cost to VA. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (OCT 2018), applies to this acquisition with the following addenda: FAR 52.204-7 (OCT 2018) System for Award Management, FAR 52.209-7 (OCT 2018) Information Regarding Responsibility Matters, FAR 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a FIRM-FIXED PRICE Indefinite-Delivery, Indefinite-Quantity contract resulting from this solicitation. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.233-2 Service of Protest (SEPT 2006) (a) 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 Tevin Lucas, Contract Specialist, Network Contracting Office 19 (NCO 19), Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, Colorado 80111 (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) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) Tevin Lucas, Contract Specialist, Network Contracting Office 19 (NCO 19), Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, Colorado 80111 The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Technical Proposal-Pass/Fail Contractor shall provide Water Treatment Plant Operator Certification. Factor 2: Past Performance-Pass/Fail/Neutral The Contractor shall submit three references of organizations in which they have provided the same or similar type of service. References shall include a point of contact, position held by the point of contact, company name, telephone number, mailing address and email address. Price: Offeror s price shall be evaluated to determine its fair and reasonableness. (b) Options. The Government will 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. (End of Provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (DEC 2019) shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2018), applies to this acquisition, with the following addenda: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-13 System for Award Management Maintenance (OCT 2018); FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); FAR 52.216-18 Ordering (OCT 1995) As prescribed in 16.506(a), insert the following clause: Ordering (Oct 1995) ����� (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from March 16, 2020__________ through _October 4, 2024___________ [insert dates]. ����� (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. ����� (c)If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) FAR 52.216-19 Ordering Limitations (OCT 2018) As prescribed in 16.506(b), insert a clause substantially the same as follows: Order Limitations (Oct 1995) ����� (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than __$2,500.00___________, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. ����� (b) Maximum order. The Contractor is not obligated to honor- ���������� (1) Any order for a single item in excess of _$56,000.00____________; ���������� (2) Any order for a combination of items in excess of __$56,000.00____________ or ���������� (3)A series of orders from the same ordering office within _365____________ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. ����� (c)If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. ����� (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __7___ days after issuance, with written notice stating the Contractor s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) ; FAR 52.216-22 Indefinite-Quantity (OCT 1995). As prescribed in 16.506(e), insert the following clause: Indefinite Quantity (Oct 1995) ����� (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. ����� (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. ����� (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. ����� (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor s and Government s rights and obligations with respect to that order to the same extent as if the order were completed during the contract s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after _October 4, 2024______________ [insert date]. (End of clause) FAR 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 sixty (60) days of the expiration date of the current contract period. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract.� The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.� The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise.� This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of clause) FAR 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 five (5) years. (End of Clause) FAR 52.228-5 Insurance Work on A Government Installation (Jan 1997); CL 120 - 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 employer s 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. (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 30TH 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 30TH 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) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); FAR 52.237-2�Protection of Government Buildings, Equipment, And Vegetation�(APR 1984); FAR 52.237-3 Continuity of Services (JAN 1991); VAAR 852.203-70 Commercial Advertising (MAY 2008); VAAR 852.215-71 Evaluation Factor Commitments (SEP 2019); VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018). VAAR 852-219-75 Limitations on Subcontracting-Monitoring and Compliance (JUL 2018) As prescribed in 819.7203(b) insert the following: SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION) (a) This solicitation includes the clause 852.215-71 Evaluation factor commitments. (b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract.� To that end, the support contractor(s) may require access to the Contractor s business records or other proprietary data to review such business records regarding contract compliance with this requirement. (c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractor compliance with the subcontracting commitments. (End of clause) The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JAN 2020) applies to this acquisition including the following clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006); FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2018); FAR 52.204-15 Service Contract Reporting Requirements for Indefinite Delivery Contracts (OCT 2016); FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); FAR 52.219-8 Utilization of Small Business Concerns (OCT 2018); FAR 52.219-28 Post-Award Small Business Concerns (JUL 2013) FAR 52.222-3 Convict Labor (JUN 2003); FAR 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); FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014); FAR 52.222-37 Employment Reports on Veterans (FEB 2016); FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); FAR 52.222-50 Combating Trafficking in Persons (MAR 2015); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018); FAR 52.222-17 Nondisplacement of Qualified Workers (MAY 2014); FAR 52.222-41 Service Contract Labor Standards (AUG 2018); and FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits _See Wage Determination____________ ____________________________ _____________ ____________________________ _____________ ____________________________ _____________ ____________________________ _____________ ____________________________ _____________ ____________________________ _____________ ____________________________ (End of clause) FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018); FAR 52.222-55 Minimum Wages Under Executive Order (DEC 2015); FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determinations 2015-5419 Revision Number 13, dated December 23, 2019 apply to this acquisition. Quotes shall include the solicitation number (36C25920Q00201), the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: � ���������http://www.acquisition.gov/far/index.html ���������� http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, CO 80111 ATTN: Tevin Lucas, Contract Specialist at Tevin.Lucas@va.gov and NCO19Services1@va.gov no later than 10:00 A.M. Mountain Time on Tuesday, March 10, 2020. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. Any questions regarding this solicitation must be submitted in writing to the Contracting Officer no later than 10:00 a.m. MT, Wednesday, March 4, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f1528839a9f142eba9d4cb0b6cb69b74/view)
 
Place of Performance
Address: Department of Veterans Affairs;Rocky Mountain Regional VA Medical Center;1700 N. Wheeling St.;Aurora, CO 80045
 
Record
SN05574150-F 20200229/200227230138 (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  © 1994-2020, Loren Data Corp.