Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2020 SAM #6770
SOLICITATION NOTICE

S -- Tree service remove oak trees

Notice Date
6/10/2020 2:10:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0711
 
Response Due
7/3/2020 1:00:00 PM
 
Archive Date
07/18/2020
 
Point of Contact
Aaron Angstadt, Contracting Officer, Phone: 504-507-4165
 
E-Mail Address
aaron.angstadt@va.gov
(aaron.angstadt@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 General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25620Q0711 Posted Date: 6/10/2020 Response Date: 7/03/2020 at 3:00 P.M. Central Product or Service Code: S208 Set Aside: 100% SDVOSB NAICS Code: 561730 Contracting Office Address 1515 Poydras Street Suite 1100 New Orleans, LA 70112 Description This 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 RFQ is for a single award Fixed-price Blanket Purchase Agreement (BPA). The Period of Performance is for 1 year from award. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730, with a small business size standard of $8 Million. The Southeast Louisiana Veterans Healthcare System is seeking to purchase Tree removal Services. A site visit will be conducted. See Site Visit tree removal attachment. All eligible vendors are encouraged to attend. See attached Wage Determination SCA Wage Determination 2015-5190 Rev.16 All interested companies shall provide a quotation for the following: Services REMOVE AND REPLACE EXISTING LIVE OAK TREES POST-WIDE NEW ORLEANS VAMC SCOPE OF WORK GENERAL: Work scope involves the removal and disposal of specific trees with stumps located at 2400 Canal St, New Orleans, LA.  Removal of trees shall be accomplished by a skilled, licensed and fully insured tree surgeon. Work shall be accomplished, but not limited to, the scope of work. This contract shall establish a blanket purchase agreement (BPA). Task orders will be executed against the BPA as necessary and may be dependent on the outcomes of prior task orders executed against the same. The contractor shall provide all materials, labor, tools and equipment necessary to be able to complete the following: The removal and disposal of up to seven (7) oak trees varying in size. All trees to be removed shall reside in the approximate same area and shall be restricted to the 2400 Canal St. VA main campus The trees shall have a tree designation of oak tree #1, oak tree #2, oak tree #3, oak tree #4, oak tree #5, oak tree #6, oak tree #7 An Arborist assessment It shall include a full diagnosis of all trees covered under this contract and shall provide recommendations on treatments necessary to address diagnostic issues and provide a determination of whether the tree(s) being assessed can be saved Purchase and installation of new Live Oak trees near the removal site of removed trees All work shall include repair of all surrounding surfaces damaged during the removal of said oak trees Contractor mobilization for tree removal Contractor mobilization for tree installation and surface repairs All work shall be in accordance with the parameters outlined in this scope of work as well as in accordance with ordinances as required by the City of New Orleans concerning the removal of Live Oak trees. The contractor shall adhere to, at all times, all code requirements as determined by OSHA, NFPA, and VA directives. QUALIFICATIONS: Contractors and their sub-contractors performing this work shall be fully insured, licensed (Tree Surgeon also known as Arborist, or also known as Arboriculturist) and skilled in the removal and/or trimming of trees in and around structures and utility lines and the planting of said trees. All arborists must be International Society of Arboriculture (ISA) Certified Arborist ® . Contractors or their sub-contractors performing this work shall be skilled in the techniques, practices and trades involved in tree removal and stump grinding. A listing of at least three (3) similarly sized projects (removal of 5 to 15 trees in public spaces; tree sizes average between 32-55 inch diameters not exceeding 175 inch trunk circumference) that have been successfully accomplished by the bidding contractors shall accompany the contractors bid documents or subject bid will not be considered/accepted. Each prospective bidder should be aware that trees to be removed are located adjacent to existing buildings and/or electrical overhead lines and underground utilities. Space in and around buildings may be limited. Any damage to the existing facilities during the execution of the tree removal will be repaired and/or replaced by the responsible contractor (with skilled tradesmen) back to existing (or better) condition. The contractor shall demonstrate similar qualifications for those installing the replacement trees. The contractor shall have no fewer than three (3) years of experience planting Live Oak trees in Southeast climate, preferably in New Orleans metro area. The contractor shall have experience with three (3) similar projects in scope and size of planting said trees in similar environment. For all project experience, the contractor shall provide: A list of the projects Role in the project Number of trees planted and/or removed during the project Tree sizes (trunk diameter and approximate height) Tree species Description of the surrounding area Description of the climate and environment Points of contact for the project including name, phone number and email if available. EXECUTION: ARBORIST ASSESSMENT: General Requirements: A full arborist assessment shall be completed on all trees that shall, at a minimum, achieve the following: Provide detailed information on the species and nature of the trees being inspected Provide a full health diagnostic of the tree to include but not limited: examination of soil, FboNotices and FboNotice crown, trunk, bark, limbs, leaves and potential flora around or on the tree Tree specifics Common and Scientific name of the tree Estimated height Canopy/Crown spread DBH (Diameter of the trunk at breast height, usually measured at 4.5 ft. above ground level) Comments on the vitality, structure and form of the tree Tree number as identified in this scope of work Identify the methods in which the trees were assessed and inspected. Methods or techniques used in the inspection, such as visual assessment, use of decay detection device, below ground FboNotice inspections, aerial inspections, etc.. The following methods are allowable: Sounding Probing Increment boring Sonic tomography Changes in color and density of wood shaving and cores A copy of an accurate tree plan, on a map, that shows location of tree trunk and canopy Pictures may be used to assist in demonstrating this. Recommendations on tree removal should the tree be found to be dead Recommendations on tree planning or replacement program to include irrigation requirements or deficiencies observed that must be corrected Recommendations and measures on trees to remain that can be undertaken to remedy any disease, poor structure, lack of vigor, hazards or other issues, such as treatment, watering, fertilization, trimming, cabling, etc. Recommended actions to avoid removal, and the recommended course of action to restore or preserve tree health Conclusions and recommendations, based on explicit logical deductions, supported by the facts, arboricultural practices and best professional judgement, and framed in context of the species proposed for removal and their general longevity and health Company information Printed name and signature of the licensed tree surgeon or arborist who complete the assessment Name, business address, contact information, qualifications/certifications of the licensed arborist preparing the report The date of the assessment Date of report submission The assessment shall be all inclusive of all trees included in this contract. One (1) report shall be submitted for all trees. All trees must be assessed at the same time. The assessment shall be submitted electronically, in color. Minimum font size: 10; PDF or word document. TREE REMOVAL AND STUMP GRINDING: General Requirements: Removal of trees and stump grinding shall be accomplished in a professional manner and under strict OSHA safety compliance. In addition to standard tree surgeon practices, the following guidelines shall be incorporated into the work: The contractor shall ensure that all equipment utilized on this project is well maintained and in safe operating condition; The contractor shall obtain an excavation permit clearance on each block area, prior to any stump grinding operation. Tree Removal/Trimming The contractor shall carefully survey the condition of each tree to be removed prior to execution of the removal. Tree removal shall be accomplished by trimming the main tree trunk of limbs, lowering each limb (or group of limbs) from their removed location to the ground below. The tree trunk shall be cut into sections (that are manageable with the equipment on-site), secured during the cutting process and then safely lowered to the ground below. Workers utilizing bucket trucks shall be equipped with safety glasses, hard hats, ear protection, face shields, full-bodied harnesses, etc. and secured to the trucks bucket with a lanyard cord (at all times the bucket is in the elevated position). The contractor shall provide with the VA copies of the following: Submittals: Certification of bucket workers, including fall protection training. OSHA 10 of OSHA 30 hour certificates will suffice. Should the contractor wish to submit an alternate training, the contractor shall demonstrate certificate equivalence as it pertains to hours of study, course materials, and certification of the instructor/institution giving the training. Contractor submission time: Within ten (10) days of award VA approval: Within five (5) calendar days of receipt Certification of man lift. All man lifts, bucket trucks, etc. shall have up to date certification and maintenance records provided to the VA for review prior to initiation of any work. Contractor submission time: Within ten (10) calendar days of award VA approval: Within five (5) calendar days of receipt Tree Removal Plan The contractor shall provide, in writing, a phasing plan outlining all specifics concerning the tree removal. This shall include but is not limited to: phasing of street closures and pedestrian walk ways, order of tree removal, scheduling of work, site specific safety plan, pre work hazard assessment, material submittals (turf and sodding to be installed post removal. Contractor submission time: Within twenty (20) calendar days of award VA approval: Within five (5) calendar days of receipt All submissions shall be electronic (PDF or Microsoft Word) TREE INSTALLATION: General Requirements: The contractor shall be responsible for the procurement and installation of new Live Oak tree(s) in accordance with the selected task order. Replacement trees shall be all of the same size; the contractor shall not replace existing trees with similar tree(s) in size (only). Submittals: Tree Installation Plan The contractor shall provide, in writing, a phasing plan outlining all specifics concerning the replacement of the trees that are to be removed. This shall include, but is not limited to: phasing of street closures and pedestrian walk ways; sketch outlining tree placement and depth; tree submittal outlining species, age, height and associated warranty. Plan submission requirements Contractor submission time: Within ten (10) days of award VA approval: Within five (5) calendar days of receipt Electronic submission (PDF) Picture of trees to be included in submission Installer credentials/proof of experience Tree Specifications Species: Live Oak (Quercus virginiana) Trunk diameter (caliper size): 1.75 inches to 3.5 inches Warranty: Five (5) years after installation Placement: Outside of removed FboNotice system. The contractor shall plan to install the tree offset from removal location of previous tree to prevent shock. Schematic to be provided by the contractor as a submittal outlining depth and tree placement TURF CARE: General Requirements: The Contractor shall dispatch equipment to the site and move the equipment on the turf areas with the use of plywood or mats to protect the turf/lawns as much as possible. The contractors shall avoid irrigation valve boxes with heavy equipment. The contractor will be responsible for any damage to turf or irrigation boxes. Plan shall be applicable for removal of trees and for transport and installation of new. STUMP GRINDING: General Requirements:: The contractor shall carefully survey each stump to be ground to ensure a safe work area can be established. A minimum of two (2) workers shall be engaged at all times in the grinding of stumps, one to operate the grinder and another to ensure that a safe work zone is maintained at all times during the operation and no unauthorized personnel enter the work area. Stumps shall be ground to 16 below existing grade. Grind shall include the FboNotices extending from the stump at ground level. Stumps and FboNotices to be ground to a minimum of 16 below existing grade. Chips from stump grinding shall be shoveled, loaded and removed from the site. The contractor will be responsible for filling any large holes left behind as result of the stump grinding. The contractor should be aware that many stumps may require cutting (or a portion of the tree base) prior to the beginning of the stump grinding operation. Clean fill dirt (provided by the contractor) shall be applied in the area once grinding of the stump is completed. Fill dirt shall be hand tamped, left slightly higher than the surrounding existing grade and hand raked to smooth the new fill area. Workers shall wear hard hats, eye-protection, hearing protection, gloves, protective clothing, etc. at all times. The contractor shall ensure that no holes are left open overnight and that backfill operations immediate follow the grinding operations. The contractor shall grind and/or remove all surface FboNotices within a maximum of 10 diameter from the center of the tree/stump to a depth of 16 (below surrounding grade) and shall place suitable top soil within the depressed area (where FboNotices and stumps are removed) and hand tamp, leaving the area slightly higher than the surrounding area. The contractor shall broadcast unhulled Bermuda seed over the disturbed area after dressing. Grindings from the stump grinding operation shall be removed off-post by the contractor. DISPOSAL: General Requirements: The contractor shall load, haul and transport limbs and main tree sections (as well as stump grindings) to the appropriate disposal site. All trucks used to transport tree debris shall be covered and loaded in a manner to ensure that limbs/logs/debris is not dropped on roadways and that the haul route is maintained in a clean condition (limbs that may fall off are immediately retrieved). Dump trucks used for hauling of materials on-post shall have tarped covered beds. Submittals: The contractor shall provide a disposal manifest including weight and materials disposed of for record keeping. Manifest shall be submitted electronically to VA. Disposal manifest shall be provided within five (5) calendar days of completion of removal activities MANDATORY TASKS: Task orders will be issue against this contract for the Contract Line Item Number (CLIN) listed below. Brief Description of Service* Unit A Oak Tree Assessment job 001A Assessment and recommendations report for all seven (7) oak trees at 2400 Canal St. identified in the SOW job B Removal of Oak Trees. To include labor and materials necessary to remove the associated oak tree. Includes all disposal and hauling costs. Mobilization is excluded from this CLIN job 001B Removal of Oak Tree #1 job 002B Removal of Oak Tree #2 job 003B Removal of Oak Tree #3 job 004B Removal of Oak Tree #4 job 005B Removal of Oak Tree #5 job 006B Removal of Oak Tree #6 job 007B Removal of Oak Tree #7 job C Planting of New Oak Tree. To include labor and materials necessary to plant the associated oak tree. This includes the purchase of the replacement oak tree. Mobilization is excluded from this CLIN job 001C Replanting of New Oak Tree in Place of Oak Tree #1 job 002C Replanting of New Oak Tree in Place of Oak Tree #2 job 003C Replanting of New Oak Tree in Place of Oak Tree #3 job 004C Replanting of New Oak Tree in Place of Oak Tree #4 job 005C Replanting of New Oak Tree in Place of Oak Tree #5 job 006C Replanting of New Oak Tree in Place of Oak Tree #6 job 007C Replanting of New Oak Tree in Place of Oak Tree #7 job D Mobilization for Removal. Includes preparation costs and mobilization fees associated with execution. Include permitting, street closures, etc. job 001D Mobilization for Removal of quantity 2 trees or less job 002D Mobilization for Removal of quantity 3 to 5 trees job 003D Mobilization for Removal of quantity 6 to 7 trees job E Mobilizations for Planting New Oak Trees. Includes preparation costs and mobilization fees associated with execution. Include permitting, street closures, etc. job 001E Mobilization for Planting quantity 2 trees or less job 002E Mobilization for Planting quantity 3 to 5 trees job 003E Mobilization for Planting quantity 6 to 7 trees job The following periods of performance will be permitted per CLIN: Tree Assessment (CLIN Group A): The contractor shall have fourteen (14) calendar days from notice to proceed to complete assessment and provide the associated report. Tree Removal (CLIN Group B) For the removal of the quantity of two trees or less, the vendor will be fifteen(15) days to complete upon notice to proceed. For the removal of the quantity of three to five trees, the vendor will be allotted twenty (20) calendar days to complete upon notice to proceed. For the removal of the quantity of six to seven trees, the vendor will be allotted twenty-three (23) calendar days to complete upon notice to proceed. Tree Replanting (CLIN Group C) For the installation of the quantity of two trees or less, the vendor will be allotted ten (10) days to complete upon notice to proceed or five (5) calendar days upon completion of tree removal should this CLIN be included in a task order with CLIN Group B. For the installation of the quantity of three to five trees, the vendor will be allotted twelve (12) days to complete upon notice to proceed or seven (7) calendar days upon completion of tree removal should this CLIN be included in a task order with CLIN Group B. For the installation of the quantity of six to seven trees, the vendor will be allotted fifteen (15) days to complete upon notice to proceed or ten (10) calendar days upon completion of tree removal should this CLIN be included in a task order with CLIN Group B. Mobilization (CLIN Groups D and E): Mobilization, which includes securing the necessary permitting, submission of association removal and safety plans, etc., shall occur after award of the associated task order and is not associated with a notice to proceed order which will be given after award. The contractor shall have no more than twenty-five (25) calendar days after award to complete these CLIN items (25 calendar days for each). Some have individual periods of performance listed elsewhere. Those still apply. The following items are inclusive of the associated CLIN Groups: CLIN Group D: Mobilization for Removal Removal/Disposal Plan Permitting Street closure coordination, if required OSHA 30 and 10 hour submittals Lift training Certifications to perform work CLIN Group E: Mobilization for Installation of new Installation plan Permitting (if different than removal permits) Street closure coordination, if required OSHA 30 and 10 hour submittals (if not previously provided or if different staff are to be used from the REMOVAL plan) Lift training (if not previously provided or if different staff are to be used from the REMOVAL plan) Certifications to perform work (if not previously provided or if different staff are to be used from the REMOVAL plan) Tree submittals Bermuda seeding submittals SCHEDULING AND COORDINATION: The contractor shall schedule work performance under this project through the Contracting Officer s Representative (COR). Tree removal shall be accomplished ahead of the stump grinding operation and shall be localized before proceeding to the next tree. Should the contractor need a power outage to remove a portion of a tree within a power line, the contractor shall coordinate a minimum of three working days in advance of any outage and shall provide the POC with a projected during of the outage period. The government or VAMC will not be responsible for removal of power lines to facilitate tree removal. Any such condition would require the successful bidder to pay for the removal and restoration of any power line directly to Entergy (the utility owner). Trees located adjacent to power lines that cannot safely be removed and/or pose a safety issue, shall be coordinated with the Entergy POC to request a power outage on subject transmission line. Requests for power outages shall be coordinated three (3) working days in advance of the requested time. WORK HOURS: The contractor shall accomplish all work addressed within this project in a timely and professional manner. Careful attention shall be observed by the contractor not to damage items/structures/utilities during the work execution. Any damage to existing facilities, grounds, utilities, streets, etc. caused by the contractor operation shall be immediate restored (to like or better condition) by the contractor. Work shall be performed between the hours of 7:30 a.m. and 4:00 p.m. each weekday, excluding federally recognized holidays. SAFETY: The contractor shall accomplish all work in strict OSHA safety compliance. Protective equipment shall be utilized at all times during the performance of this project. All work areas shall be monitored on a continuous basis to ensure that no unauthorized personnel wander into the work area. If any unauthorized personnel enter the work area, the contractor shall immediately cease work operations, until the area is cleared. Unsafe equipment, techniques and operations will not be tolerated on this project. PERFORMANCE TIME: The contractor shall perform all operations required with labor, material and equipment needed and accomplish the work within the designated time frames noted in the scope of work. ADVANCE NOTIFICATION: The contractor shall notify the POC a minimum of two (2) work days prior to beginning any on-site work unless otherwise specified in this scope 36C25620Q0711 Page 1 of Page 8 of 50 Page 1 of Attachment A - Tree Identification #71 #61 #41 #31 #51 #21 #11 Each circle and number indicate the following tree references: #1 Oak Tree #1 (122 inch circumference +/- 5%) #2 Oak Tree #2 (106 inch circumference +/- 5%) #3 Oak Tree #3 (165 inch circumference +-/ 5%) #4 Oak Tree #4 (128 inch circumference +-/ 5%) #5 Oak Tree #5 (110 inch circumference +/- 5%) #6 Oak Tree #6 (120 inch circumference +-/ 5%) #7 Oak Tree #7 (113 inch circumference +-/ 5%) Contractor to field verify all tree circumferences and confirm size prior to beginning work. PRICE/COST SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001A 1.00 JB __________________ __________________ Assessment and recommendations report for all seven (7) oak trees at 2400 Canal St. identified in the SOW 0002 0.00 __________________ __________________ Removal of Oak Trees. To include labor and materials necessary to remove the associated oak tree. Includes all disposal and hauling costs. Mobilization is excluded from this CLIN 0002 AA 1.00 JB __________________ __________________ Removal of Oak Tree #1 0002 AB 1.00 JB __________________ __________________ Removal of Oak Tree #2 0002 AC 1.00 JB __________________ __________________ Removal of Oak Tree #3 0002 AD 1.00 JB __________________ __________________ Removal of Oak Tree #4 0002 AE 1.00 JB __________________ __________________ Removal of Oak Tree #5 0002 AF 1.00 JB __________________ __________________ Removal of Oak Tree #6 0002 AG 1.00 JB __________________ __________________ Removal of Oak Tree #7 0003 0.00 __________________ __________________ Planting of New Oak Tree. To include labor and materials necessary to plant the associated oak tree. This includes the purchase of the replacement oak tree. Mobilization is excluded from this CLIN. 0003 AA 1.00 JB __________________ __________________ Replanting of New Oak Tree in Place of Oak Tree #1 0003 AB 1.00 JB __________________ __________________ Replanting of New Oak Tree in Place of Oak Tree #2 0003 AC 1.00 JB __________________ __________________ Replanting of New Oak Tree in Place of Oak Tree #3 0003 AD 1.00 JB __________________ __________________ Replanting of New Oak Tree in Place of Oak Tree #4 0003 AE 1.00 JB __________________ __________________ Replanting of New Oak Tree in Place of Oak Tree #5 0003 AF 1.00 JB __________________ __________________ Replanting of New Oak Tree in Place of Oak Tree #6 0003 AG 1.00 JB __________________ __________________ Replanting of New Oak Tree in Place of Oak Tree #7 0004 0.00 __________________ __________________ Mobilization for Removal. Includes preparation costs and mobilization fees associated with execution. Include permitting, street closures, etc. 0004 AA 1.00 JB __________________ __________________ Mobilization for Removal of  quantity 2 trees or less 0004 AB 1.00 JB __________________ __________________ Mobilization for Removal of  quantity 3 to 5 trees 0004 AC 1.00 JB __________________ __________________ Mobilization for Removal of  quantity 6 to 7 trees 0005 0.00 __________________ __________________ Mobilizations for Planting New Oak Trees. Includes preparation costs and mobilization fees associated with execution. Include permitting, street closures, etc. 0005 AA 1.00 JB __________________ __________________ Mobilization for Planting quantity 2 trees or less 0005 AB 1.00 JB __________________ __________________ Mobilization for Planting quantity 3 to 5 trees 0005 AC 1.00 JB __________________ __________________ Mobilization for Planting quantity 6 to 7 trees GRAND TOTAL __________________ BPA INTRODUCTION In the spirit of the Federal Acquisition Streamlining Act, the Department of Veterans Affairs (DVA) and TBD hereby enter into a cooperative agreement, otherwise referred to as a Blanket Purchase Agreement (BPA), to further reduce the administrative costs of acquiring services. The agreement details all services with accompanying prices and descriptions, which may be ordered under this BPA. All orders placed against this BPA are subject to the terms and conditions of all the clauses and provisions in full text or incorporated by reference in this document. TERMS AND CONDITIONS The Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXCLUSIVELY WITH the Department of Veterans Affairs: OBLIGATION OF FUNDS This BPA does not obligate any funds. The Government is obligated only to the extent of authorized orders actually issued under the BPA by the Contracting Officer. ORDER FORMAT Orders will be placed against this BPA via e-mail, Electronic Data Interchange (EDI), FAX, or in hardcopy format. Each individual BPA Order will describe the tasks, services and deliverables required. AUTHORIZED LIMITS The Government estimates, but does not guarantee, that individual BPA Orders placed against this Agreement may reach $50,000.00/per Order. This Order Limit may be increased by mutual agreement of the parties as necessary, in whole or part. The authorized Ceiling Limit of the Agreement is set at $150,000.00 over the period covered by the Agreement; this ceiling is also not a guarantee. The Ceiling Limit may also be raised in association with Order Limit increases or other conditions which, by mutual agreement of the parties, maybe considered necessary. Authorization for individual orders above the stated order and/or Ceiling Limits must be coordinated through the Contracting Officer before larger valued orders can be issued and prior to commencement of work. All unauthorized work, regardless of amount, will be processed through the ratification process. Attachment 2: Combined Synopsis/Solicitation The full text of FAR provisions or clauses may be accessed electronically at http://www.acquisition.gov/comp/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018 FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018 52.204-7, System for Award Management OCT 2018 52.204-16, Commercial and Government Entity Code Reporting JUL 2016 52.209-7, Information Regarding Responsibility Matters OCT 2018 852.209-70, Organizational Conflicts of Interest JAN 2008 852.270-1, Representatives of Contracting Officers JAN 2008 *Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders OCT 2018 52.204-9, Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13, System for Award Management Maintenance OCT 2018 52.204-18, Commercial and Government Entity Code Maintenance JUL 2016 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DEC 2013 852.203-70, Commercial Advertising MAY 2008 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-aside JUL 2019 The following subparagraphs of FAR 52.212-5 are applicable: (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). (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). (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2019) (15 U.S.C. 657f). (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15 U.S.C. 657f). (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2020) (15 U.S.C 632(a)(2)). (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (32)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (35)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 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). (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). (C)(2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dfe8d39519a54b028e740cd480757957/view)
 
Place of Performance
Address: Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System 2400 Canal Street, New Orleans, LA 70119, USA
Zip Code: 70119
Country: USA
 
Record
SN05685871-F 20200612/200610230154 (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.