Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

J -- Services for Comprehensive Maintenance, Inspection, and Testing of Critical Electrical Distribution Systems and Emergency Restoration

Notice Date
4/1/2020 5:35:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720Q0466
 
Response Due
4/9/2020 12:00:00 AM
 
Archive Date
05/09/2020
 
Point of Contact
Reginald Hayes ReginaldD.Hayes@va.gov
 
E-Mail Address
ReginaldD.Hayes@va.gov
(ReginaldD.Hayes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
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 36C25720Q0466 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 a 100% Total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in Vetbiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids. NAICS Code: 811219 and Size Standard is $22M. Introduction: The Government intends to award a firm fixed price base with four option year renewal contract based on this solicitation. Description of Services: Network Contracting Office (NCO 17) RPO West is seeking to purchase comprehensive maintenance, inspection, and testing of critical electrical distribution systems and emergency restoration services for the North Texas Health Care System. Type of Contract: A Firm Fixed Price Period of Performance: Base Period: April 15, 2020 April 14, 2021 Option Period One: April 15, 2021 April 14, 2022 Option Period Two: April 15, 2022 April 14, 2023 Option Period Three: April 15, 2023 April 14, 2024 Option Period Four: April 15, 2024 April 14, 2025 STATEMENT OF WORK Comprehensive Maintenance, Inspection, and Testing of Critical Electrical Distribution Systems and Emergency Restoration Service INTRODUCTION: This Statement of Work (SOW) describes the requirements for scheduled maintenance, inspection, testing, and/or calibration of the Electrical Power Distribution System, Emergency Standby Power Generation and Distribution system, Mission Critical Electrical Systems components and Energy Management to include Emergency Restoration Service and for all these systems. These work items are referenced as Maintenance and Testing in this document, hereafter. This SOW describes the requirements for the Qualified Electrical Contract Professionals, Technicians and/or Mechanics known as Contractors in this document, hereafter. Contractors who are contracted by VA North Texas Health Care System (VANTHCS) to perform Maintenance and Testing of the Electrical Power Distribution System, and critical components shall meet all requirements stated throughout this SOW. This SOW establishes the requirements for Maintenance and Testing report documentation. This will be a single base year contract with four annual options to renew. Additional sites in Garland TX and Waxahachie TX are under negotiation and may be added by negotiation and modification to this contract scope if acquired by the Federal Government in the future. PLACES OF PERFORMANCE: 4500 S. Lancaster Rd Dallas, TX 1201 E. Ninth St. Bonham, TX 2737 Sherman St Grand Prairie, TX 2300 Marie Curie Garland TX 1405 W. Jefferson Waxahachie TX (TBD: Possible future contract modification) Sites that are pending acquisition will be added by modification of the base contract/option year once these properties become government property. No equipment schedules are currently available PERIOD OF PERFORMANCE: Base Period: April 15, 2020 April 14, 2021 Option Period One: April 15, 2021 April 14, 2022 Option Period Two: April 15, 2022 April 14, 2023 Option Period Three: April 15, 2023 April 14, 2024 Option Period Four: April 15, 2024 April 14, 2025 QUALIFICATIONS OF CONTRACTORS: Contractor and all sub-contractors performing Maintenance and Testing on electrical equipment shall have Electrical Testing Technicians (ETT) certified by the American National Standards Institute (ANSI) , the InterNational Electrical Testing Association (NETA) or similar published standard establishing minimum requirements for Certified Technicians. 30 Hour Occupational Safety & Health Administration (OSHA) for supervisors or competent person at jobsite and OSHA 10-hour construction safety training for all other employees. Contractor must demonstrate ability provide current and continuously certified electrical testing personnel and qualified diesel engine mechanics in sufficient numbers identified to comply with this scope of work for scheduled preventative maintenance and in the event of an unexpected electrical emergency. Sufficient numbers is defined as a workforce capable of completion of work assigned, in a single 10 hour period outage If the use of day labor, temporary labor pools or teaming agreements with other subcontractors is anticipated to fulfill this scope of work by the contractor, those sources must be identified and provided to Contracting Officer with submission of proposal documenting that these workers are equally and/or similarly qualified and certified as the required ANSI testing technicians as outlined in 2.a above. No exceptions. Contractors shall have had in effect continuing technical training programs for its full-time employees for at least five years. Verifiable records of experience in maintenance, inspection, and testing of Electrical Power Distribution Systems and components in healthcare, industrial, educational, and commercial facilities for a minimum of five (5) continuous years shall be required. Contractors shall have safety training either on-the-job or class-room type - in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for Electrical Safety in the Workplace. Training certifications shall be submitted to the VA Contracting Officer prior to work of all key personnel. If no training certifications are available, the contractor Employer shall certify that he/she has met this requirement in writing, and submit it to the VA Contracting Officer prior to work. F. Contractors shall be equipped with all necessary tools, calibrated test equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and in timely fashion. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. SUMMARY OF CONTRACT DELIVERABLES, EQUIPMENT AND SYSTEMS: Contractor shall provide to Contracting Officer Representative (COR) at Notice to Proceed one hard copy NFPA 70, National Electrical Code. NFPA 70B, Recommended Practice for Electrical Equipment Maintenance. NFPA 70E, Standard for Electrical Safety for the Workplace. NFPA 110, Standard for Emergency and Standby Power System. InterNational Electrical Testing Association, Inc. (NETA) Maintenance and Testing Specifications. Contractors testing technicians shall be familiar with the provisions and requirements of the latest versions of all of the above: Equipment, definitions, and references shall comply with the latest edition of the NETA Maintenance Testing Specifications. Facility normal hours of operation is 7am to 5pm Monday through Friday. Shutdown of energized equipment for routine maintenance shall be scheduled off hours or on weekends and after a shutdown clearance provided by to the COR at least two weeks prior to the shutdown. All work is expected to be de-energized while performing Maintenance and Testing. Energized work is by permit only and with signed approval by upper management of both the facility and contractor Detailed equipment schedules are in appendix A of this scope. The following is a summary listing of equipment categories that shall be maintained, and tested under this contract: ELECTRICAL DISTRIBUTION EQUIPMENT: Low Voltage Switchgear, Switchboard Assemblies and Molded Case Circuit Breakers rated 250A. GE RMS-9, Square D Micrologic B, E, A 6.0, P 6.0 trip units Transformers, Dry Type, Air-Cooled, Low-voltage 300kVA. Transformers, Liquid-Filled Switches, Air, Medium-Voltage, Metal-Enclosed. Switches, SF6, Medium-Voltage. Circuit Breakers, Air, Medium-Voltage and Battery Control Power Systems. Circuit Breakers, Vacuum, Medium-Voltage and Battery Control Power Systems. Power factor correction equipment Protective Relays, Mechanical, and Solid State. Motor Control, Motor Starter, Medium-Voltage. Cables, Medium Voltage, underground Cable, Medium Voltage connectors EMERGENCY STANDBY POWER GENERATION, MISSION CRITICAL ELECTRICAL SYSTEMS: Diesel Engine Driven Generators (DEDG) and controls DEDG Battery/Charger system Remote engine radiators Day tank pumps and controls Emergency distribution switchgear and Circuit Breakers regardless of ratings. DEDG Paralleling Switchgear. Emergency Systems, Automatic Transfer Switches ENERGY MANAGEMENT AND POWER QUALITY MONITORING SYSTEM: Schneider Electric PME Power Monitoring System PowerLogic and ION electric meters Non-electric energy meters GENERAL REQUIREMENTS AND SPECIFIC TESTS: All equipment tested shall have color coded inspection stickers affixed to the equipment showing testing provider, date of tests, next due date and technician. White- Within Specification Yellow- Limited service and reason Red- Out of Specification and reason Provide complete written report of the testing. Information contained in the report shall include but is not limited to: Company s name, address, telephone & FAX numbers and certification. Name of technician who performs the maintenance and testing and level of certification. VA Work Contract Number, name and number of VA Contracting Officer Representative (COR) Date and Time of work. Descriptions and model number of specialized tools and equipment used and last calibration date. Location, Type, Name, and nameplate information of electrical equipment to be maintained and tested. Test data is to include measurements as found Reference materials such as equipment manufacturer s specifications, coordination study, etc. Remarks on conditions of equipment. List all deficiencies, if any. Recommended corrective actions, if any found. Submit copies of the original signed data sheet of all electrical test data sheets or electronic storage device documenting work performed to COR on the day work is performed. VA will supply access to copier for this purpose. Submit one (1) CD-ROM of the electronic version of the verified report in Adobe Portable Document File format to the COR within forty-five (45) calendar days of visit. Contractor shall report any deficiencies presenting an imminent threat or danger that requires immediate correction directly to the COR or Chief of Engineering Service for actions under the Emergency Restoration Service clause upon discovery of the danger. Deficiencies or recommended repairs of a non-threatening nature that can wait until the next scheduled Maintenance and Testing cycle or scheduled clearance shall be quoted within thirty (30) days at a line item cost per repair and provided to the COR. TESTING SCHEDULE INTERVAL REQUIREMENT: ANNUAL MAINTENANCE AND TESTING ONE-YEAR STICKER ELECTRICAL EQUIPMENT Protective Relays Calibration of relays Operation and timing testing Automatic Transfer Switches Power Factor Correction Filters Medium Voltage Circuit breakers Medium Voltage motor starters Generator Paralleling Switchgear To include normal power standby distribution circuit breakers of all ratings Battery systems for electrical switchgear control and standby DEDG system starting. As recommended by NETA and appropriate for the equipment being tested, the following tests are to be done under this contract annually: Secondary injection of low voltage circuit breakers DLRO contact resistance test Cleaning of equipment, lubrication, etc. Internal resistance testing DC Hi-pot testing is not to be performed on existing equipment ANNUAL MISSION CRITICAL ELECTRICAL STANDBY POWER DIESEL ENGINE DRIVEN GENERATOR (DEDG), SYSTEMS REQUIREMENT: Provide preliminary baseline condition assessment of all DEDG and systems under this contract. Note any critical conditions and low priority repairs. Provide line item pricing for corrections in addition to the contract proposal. Proposal shall include two witness tests for each site annually of weekly generator runs. Minimum maintenance requirements shall include: Engine Lubrication System�������� Oil & Filter Change-every 12 months or 500 hours Valve lash check and adjustment as needed Annual Oil sample and analysis Governor Inspection����������������� Check and set speed Voltage Regulator calibration �Engine Cooling System ����������� Inspect/Test/Replenish Engine Coolants������������������������������������������� Check all Belts and Hoses for Wear Electrical System�������������������� Test Battery and charging system Clean terminals Fuel System�������������������������������� a. Visually check for fuel leaks b. Replace fuel filters every 12 months or 150 hours Fuel Tank check for water Exhaust System������������������������ �Check for leaks and corrosion Check condensation trap Adjust and calibrate Voltage regulator Alternator ����������������������������� a. Visually Inspect Condition Check lubrication of rear Alternator bearing Engine Support Systems������������ Check all Instrumentation for proper operation Check all electrical connections Check engine safeties, shutdowns, and alarms Check timers and relays for proper operation Change air filter as needed. ANNUAL ENERGY MANAGEMENT AND POWER QUALITY MONITORING REQUIREMENT: Quarterly site visit and update Schneider Electric SPM 7 Energy Management system add new devices to existing system create custom reports Windows updates Troubleshoot any communication issues Provide annual Schneider Electric PowerLogic Priority support agreement FIRST AND FOURTH CONTRACT OPTION YEAR ADDITIONAL PREVENTATIVE MAINTENANCE REQUIREMENTS THREE-YEAR TESTING STICKER: Medium Voltage pad mounted Transformers, Unit Substation transformers, unit substation distribution boards Medium voltage pad mounted switch, Unit Substation air switch, SF6 switch, IR scan of MV transformers, Dissolved Gas Analysis (DGA) of transformer fluid THIRD OPTION YEAR ADDITIONAL PREVENTATIVE MAINTENANCE REQUIREMENTS: Partial Discharge testing of 15KV feeders from Source to farthest termination point of each circuit 15 feeders in Dallas Two feeders in Bonham EMERGENCY RESTORATION SERVICE ONE HOUR RESPONSE REQUIREMENT: As required and at additional cost, the contractor shall provide all restoration services and repairs in the event of an unplanned Electrical Distribution System failure under the authority of this contract. Repairs are to commence at the earliest reasonable opportunity with staff in adequate number to complete the restoration in a timely manner. A 24-hour contact shall be provided that can dispatch to the facility trained and certified personnel as defined in Section 2 of this Scope of Work within one (1) hour of notification of the emergency. 1) Contractor shall provide schedule of man-hour rates to be applied in the event of an unplanned emergency failure of the Electrical Distribution System for the following time categories: a. Monday through Friday 7am-5PM b. Saturday and Sunday 7am-5PM c. Monday through Friday 5PM-7am d. Saturday and Sunday 5PM-7am e. Federal Holidays f. Per diem for Lodging, meals and travel 2) Contractor will be responsible for arranging any needed heavy equipment and operators needed for transportation, material handling, excavation, electrical generation, fueling and switching at the instruction of the Chief Engineer or his designate. a. Contractor shall provide contact information for all heavy equipment and/or operator resources to be used in the event of an emergency, as required to restore electrical service. VA CAUSED DELAY: If VA must reschedule, cancel or abort scheduled work: Contractor will be paid according to the man-hour rate in Section 6.1.a-f that the contractor has per person on site working at time of the cancellation. up to a four-hour maximum. There will be no charge if Contractor is given at least 24-hour notice of cancellation REQUIREMENTS: Contractor shall demonstrate compliance with the elements of this Scope of Work. NETA is an American National Standard Institute (ANSI) specification recognized by the Veterans Health Administration as the industry standard for best practice for electrical testing.as noted by VHA Directive 10-1028. The contractor shall have NETA or equivalent certification for personnel Provide documentation with proposal of certification Provide blank data sheet utilized for circuit breaker tests, automatic transfer switches and transformer DGA report If offeror claims equivalency of training for non-NETA certification it is the responsibility of the offeror to demonstrate the outcomes for the government are identical. The contractor shall provide evidence of ability to respond to emergencies within one hour of notification of emergency with trained, certified and adequate work force and resources to restore facility to operational condition in timely manner - Provide instances with brief narrative within past 24 months of an emergency restoration event Contact information to verify event outcome The contractor shall have past and recent experience with Major Medical Center supplying electrical testing and restoration service Provide verifiable references and narrative with proposal of past healthcare electrical experience BACKGROUND: This is a mission critical requirement for qualified electrical testing technicians. A one-hour response to an electrical failure is impossible to predict but is likely to have urgency and compelling factors to avoid death, injury or loss of government property. A certified testing authority must substantiate that the vendor selected for this requirement is currently certified to maintain critical electrical infrastructure. A lack of predictive maintenance experience presents a potential for electrical service interruption, fire, injury, property destruction and death for medical center patients, visitors and staff. GOVERNMENT BADGES: The Contracting Officer Representative (COR) or VAMC Representative will coordinate the issuance of required access badges to Contractor personnel. Contractor personnel shall wear laminated identification badges provided by the Government always when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract. CONTRACTOR BADGES (NOT APPLICABLE): All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. SAFETY/SECURITY REQUIREMENTS: The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and actor supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR. CONDUCT OF PERSONNEL: Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. CONTRACTORS ATTIRE AND APPEARANCE: Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority. RECORDS MANAGEMENT REQUIREMENT: All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System and must be returned to VA North Texas Health Care System at the end of contract or destroyed in accordance with Veterans Health Administration Record Control Schedule (RCS)10-1. The COR and Contracting Officer of this contract shall assure that: No information, except that inclusive of delivery of this contract, will be shared with the contractor in any follow up communications. None of the information in this contract includes any personal identifiable (employee) information (PII) or personal health information (PHI). INFORMATION SECURITY & PRIVACY REQUIREMENT: The COR is responsible for maintaining information security and privacy requirements within the designing of spaces and execution of this contract. Exchange of drawings, design documents and project progress data will be transferred to the designer or contractor via e-mail, CDs, fax, and hard copy. Under no circumstance shall sensitive information will be exchanged with the contractor. The contractor will have no reason to obtain access to the VA Intranet or patient care information. No public file sharing services will be used. Contractor will only be given access to areas specified in the contract documents. Contractors will be chaperoned when entering IT closets (IT closet keys will not be given to contractors) by IT personnel or designee. VA personnel will record times of access. 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. (End of Clause) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.� Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.� Evaluation of options will not obligate the Government to exercise the option(s). (End of Addendum) 52.217-9, Option to Extend the Term of the Contract 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 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 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 (JAN 2008) 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 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR �125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer 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. (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 ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7c253b149b0248e4b9d84c86e62d1c01/view)
 
Place of Performance
Address: Department of Veterans Affairs;North Texas Health Care System;See All Locations Listed in Statement of Work;4500 S. Lancaster Rd.;Dallas, Texas 75216, USA
Zip Code: 75216
Country: USA
 
Record
SN05606978-F 20200403/200401230142 (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.