SOLICITATION NOTICE
S -- Puerto Rico National Cemetery - Refuse & Waste Management Services effective May 1, 2021 through April 30, 2022 with (4) 1-Year Options through April 30, 2026.
- Notice Date
- 4/10/2021 4:52:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78621Q0144
- Response Due
- 4/23/2021 3:00:00 PM
- Archive Date
- 06/22/2021
- Point of Contact
- Tene Becknell, Contracting Officer, Phone: 540-658-7226
- E-Mail Address
-
tene.becknell@va.gov
(tene.becknell@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78621Q0144 Date of Solicitation: April 10, 2021 Solicitation Questions Due: April 19, 2021 at 4:00 p.m. (Eastern) Response Due Date: April 23, 2021 at 6:00 pm (Eastern) Requested Services Refuse and Waste Management Services Place of Performance: Puerto Rico National Cemetery (PRNC) 50 Avenida Cementerio Nacional Bayamón, Puerto Rico 00961 Applicable NAICS: 562111 | Solid Waste Collection Classification Code: S222 | Housekeeping Waste Treatment | Storage Set Aside Type: 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Period of Performance: May 1, 2021 through April 30, 2022 with (4) 1-Year Options through April 30, 2026. Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contracting Services 18434 Joplin Road Triangle, VA 22172 Attachments: (A) Statement/Scope of Work/Description of Need (B) Price/Cost Schedule (Contract Line Items or CLINs) (C) Past Performance Questionnaire This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), Solicitation Number: 36C78621Q0144. This is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The applicable North American Industrial Classification System (NAICS) code for this procurement is 562111, Solid Waste Collection, with a business size standard in dollars at $41.5 million dollars. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. In accordance with FAR 19.502-4, the Government reserves the right to make multiple contract awards to more than one responsible SDVOSB concern. Department of Veterans Affairs, National Cemetery Administration, Contracting Service (43C1), is the only activity authorized to issue orders under this contract. In accordance with Veterans Affairs Acquisition Regulation (VAAR) Clause 852.219-10 (Nov 2020), Quoters understand that at least 51 percent of the cost of personnel for contract performance will be spent for employees of your business concern or employees of other eligible Service-Disabled Veteran-Owned small business concerns. Quoters must demonstrate in their Technical Proposal volume, a detailed plan of action on how compliance with this mandate will be met and maintained for the duration of this contract. NON-PERSONAL SERVICES CONTRACT The services provided in the contract will involve non-personal services. The personnel rendering the services of the contract are not subject, either by contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. SITE VISITS: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect one or all sites constitute grounds for a claim after contract award. If your company plans to conduct a site visit of the Puerto Rico National Cemetery related to this combined synopsis solicitation, you must contact Joel Caballero, Puerto Rico National Cemetery Caretaker via email at joel.caballero@va.gov to schedule an appointment. Site Visit Dates: April 12, 2021 through April 19, 2021 upon scheduling with point of contact listed above. Time: As scheduled (Atlantic Standard Time). Site Visit Location: Puerto Rico National Cemetery, #50 Avenida Cementerio Nacional, Bayamón PR 00961. IMPORTANT: ALL INTERESTED OFFERORS must contact Joel Caballero, Puerto Rico National Cemetery Caretaker via email at joel.caballero@va.gov to set up Site Visit appointments. An appointment must be made in advance prior to visit. No exceptions. No site visits should be scheduled or arranged after April 19, 2021 pertaining to this requirement. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide complete Refuse & Waste Management services for the Puerto Rico National Cemetery as required. Units and services shall be in accordance with Statement or Scope of Work, Description of Need, Technical Specifications, Performance Incentives/Disincentives (e.g., Quality Assurance Surveillance Plan, if applicable), and all other terms and conditions contained in this Solicitation. Quoter is to understand that the quantities stated in the schedule are estimates for pricing purposes only. The schedule price provided shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Quoters shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended proposed price and the total of the CLINs will be recomputed accordingly. CLIN No. Supplies/Services Est. Qty Unit Unit Price Total Price 0001 Description $_________ $___________ SEE ATTACHMENT B - PRICE/COST SCHEDULE Total $___________ Total Estimated Price Base and all Option periods $______________ SCOPE: The Quoter shall be responsible for providing complete Refuse & Waste Management services as scheduled starting May 1, 2021 through April 30, 2022 with (4) 1-Year Options through April 30, 2026, at the Puerto Rico National Cemetery. Services to be Provided: See Attachment A Statement/Scope of Work/Description of Need. PUERTO RICO NATIONAL CEMETERY DESCRIPTION OF NEED WASTE MANAGEMENT The Puerto Rico National Cemetery located at 50 Avenida Cementerio Nacional Bayamón, Puerto Rico 00961, has immediate need for Refuse & Waste Management services. PLACE OF PERFORMANCE: Puerto Rico National Cemetery (PRNC) 50 Avenida Cementerio Nacional Bayamón, Puerto Rico 00961 Period of Performance Base Year May 1, 2021 to April 30, 2022 Option Year I May 1, 2022 to April 30, 2023 Option Year II May 1, 2023 to April 30, 2024 Option Year III May 1, 2024 to April 30, 2025 Option Year IV May 1, 2025 to April 30, 2026 SCOPE OF WORK: Contractor shall be responsible for providing all equipment and personnel, including back-up resources, to meet all requirements for the comprehensive management of the non-hazardous solid waste, recycling material and excess fill-dirt material at the Puerto Rico National Cemetery. The comprehensive waste services shall not only include the collection and disposal of the waste. The Contractor must have relevant experience in providing comprehensive waste management services. The contractor shall provide all labor, supplies, equipment, and disposal for the following services: Non-hazardous solid waste Recycling materials: Plastic Cardboard Excess fill-dirt FREQUENCY OF SERVICE(s) PROVIDED: Disposal Service Building Frequency Container Size Non-hazardous solid waste Maintenance Complex Weekly 8 cubic yards Recycling material Maintenance Complex Bi-weekly 6 cubic yards Excess Fill-dirt Maintenance Complex 104 pickups a year - As needed 26 cubic meters Dump truck The contractor must confirm and schedule excess fill dirt pickup service no later than two days after requested by cemetery authorized personnel (Interment supervisor or COR). DAYS AND HOURS OF OPERATION: Service #1 Non-hazardous solid waste shall be picked up weekly between Tuesdays and Thursdays from 8:00 a.m. to 2:30 p.m. excluding federal holidays. Service #2 Recycling materials shall be picked up bi-weekly between Tuesdays and Thursdays from 8:00 a.m. to 2:30 p.m. excluding federal holidays. Service #3 Excess fill dirt with an estimated total of 104 services a year shall be picked as needed between Mondays and Fridays from 7:00 a.m. to 2:30 p.m. excluding federal holidays. PERFORMANCE REQUIREMENTS: The contractor shall provide efficient and innovative solutions to perform the services of this requirement. The contractor shall demonstrate technical solutions and approaches that exhibit his experience and qualifications in providing these services. FEDERAL COMPLIANCE: The requirements of the following agencies must be met at all times: Environmental Protection Agency (EPA) 40 CFR. Food and Drug Administration (FDA) Quality System Regulation as stated in 21 CFR Part 820 Department of Transportation (DOT) 49 CFR. Occupational Safety and Health Administration (OSHA) The contractor must be able to provide containers designed and dedicated solely for the collection of non-hazardous solid waste and recycling material. The only use for these containers shall be for the transportation of non-hazardous solid waste and recycling material. The contractor must describe the containers proposed. The Contractor must ensure that containers being delivered to the sites are in good working order. PRNC Maintenance Bldg. Excess field dirt storage area Waste close top containers Pick up sites and required pick-up schedules are identified during the site visit. Note: Scheduled pick up schedules are subject to change to accommodate immediate or ever-changing needs of the Puerto Rico National Cemetery. All written changes to the contract shall be coordinated through the designated Contracting Officer. Transportation vehicles shall be equipped with fully enclosed leak-resistant cargo body maintained in a sanitary condition and secured when left unattended. Vehicles shall bear the transporter's name, state permit number if required. Waste shall not be subject to mechanical stress. Non-hazardous solid waste shall not be combined with other wastes, such as recyclables. The waste shall remain on the permitted vehicle at all times and shall be unloaded at the appropriate disposal or transfer facility. Contractor shall immediately notify the appropriate agencies if a vehicle is involved in a spill or accident which renders the vehicle non-compliant with applicable rules and regulations. A ticket or copy of the manifest will be left with the facility after each service is performed to verify the waste has been removed. Weekly for service #1 non-hazardous material, Bi-weekly for recycling material and Service #3 before leaving the facility. The contractor shall deliver the waste to an authorized disposal facility. The COR reserves the right to thoroughly inspect the Contractor's disposal facility to assure acceptable standard of performance. SOLID WASTE DISPOSAL AND RECYCLING SERVICES Solid waste must be removed from the facility in an efficient and timely manner so as not to interfere with PRNC daily tasks. Maintaining the cleanliness and aesthetic appearance of the equipment shall be a high priority. The Contractor shall provide the types and quantities of vehicles, solid waste collection equipment and/or containers proposed to provide the required services. A separate listing of proposed equipment and containers shall be provided for review. The Contractor shall provide the proposed frequencies for the emptying of solid waste containers or equipment, including required times for off-site disposal. If abuse or vandalism is identified, it shall be immediately brought to the attention of the COR, and arrangements for repair shall be agreed upon by Contractor, Contracting Officer, and COR. The Contractor shall provide the Puerto Rico National Cemetery with eight cubic yard close top container for non-hazardous solid waste services and a six cubic yard close top container for recycling material services. Excess fill dirt must be picked-up at the maintenance building on a dump truck (20-26 cubic meters and dispose offsite as needed by cemetery operations. Contractor shall maintain a log of solid waste shipments. The log shall identify the date, time and quantities of solid waste shipped. Contractor shall maintain a log of recycling shipments. The log shall identify the quantities of recyclables shipped. Contractor shall provide a plan to demonstrate that they are capable of providing ongoing requirements and services in the event of service disruptions for any reason. Contractor shall provide information for primary and back-up sites for the following: non-hazardous solid waste disposal services, recycling services and excess fill dirt disposal. Contractor is required to identify any subcontractors and suppliers. Contractor is responsible for supervision, contract compliance and obtaining any necessary documentation from their subcontractors or supplies performing under this contract. If the contractor intends to utilize subcontractors and suppliers other than those initially identified, operating licenses, permits, certificates and any other forms required by regulatory agencies for the new facility must be submitted to the Contracting Officer no later than thirty (30) days prior to change. Any and all cost increases to meet additional regulatory requirements caused by such change of disposal facilities or any other contractor action relative to transport, storage, and/or disposal of regulated medical waste shall be borne by the contractor. CONTRACTOR PERSONNEL The contractor shall provide a representative who is responsible for the performance/coordination of work defined in this contract. The name and phone numbers (during and after hours) of this person and alternate(s), who shall act for the contractor when the manager is absent. The contract manager and alternate(s) shall be able to understand, read, fluently speak, and legibly write the English language. This person may perform services under this contract in addition to contract management duties. The contract manager or alternate shall have full authority to act for the contractor in all contractual matters relating to daily operation of this contract. All changes must be provided in writing to the Contracting Officer no later than forty-eight (48) hours prior to the implementation of such changes. Contractor shall provide their employees with appropriate protective clothing, equipment, and apparel as prescribed by the Occupational Safety & Health Administration (OSHA). The technician shall be dressed neatly in appropriate uniform and wear an identification badge at all times when servicing at the VA facility. PROTECTION OF GOVERNMENT PROPERTY During work execution, the Contractor shall take special care to protect Government property including exterior buildings and other surfaces. Damage resulting from Contractor operations shall be repaired by the Contractor, including painting, refinishing, or replacement (if necessary), at no additional cost to the Government. Contractor shall be responsible to meet all OSHA/Safety requirements in the performance of the work. This shall include but not be limited to taking all the necessary precautions to protect the visitors and/or staff at each location. Contractor shall be held responsible for any injuries and/or damage, which may be caused as a result of the Contractors failure to adhere to these requirements. PERMITS AND RESPONSIBILITIES The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State, and Municipal laws, codes, and regulations in connection with the prosecution of the work. HEALTH & SAFETY The Health and Safety plan shall demonstrate a good working knowledge of the US DOT, US Occupational Health and Safety (OSHA), Commonwealth of Puerto Rico Department of Health and other applicable regulations that govern the health and safety risks involved in the handling and shipping of waste. All tasks with potential health and safety risks shall be identified along with the proposed control measures to ensure minimal exposure to minimize risk. The Contractor agrees that his personnel and equipment are subject to safety inspections by Government personnel while on Federal property. The Contractor shall ensure that all personnel involved in the handling, repackaging, and transportation of the items listed herein shall be trained in the areas of spills, and general first aid procedures. REPORTS The contractor shall be required to provide a waste audit report at least once per year. Coordination of the contents of this report and the annual due date will be provided by the COR after contract award. Accident Reporting: In the event an accident occurs on the Department of Veterans Affairs property or involving Government personnel or property, the contractor shall contact the COR immediately. A report shall be provided to the Contracting Officer and COR in writing that shall include the following: (1) the time and date of occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances; (5) corrective action to prevent future occurrences. Federal Holidays: New Year s Martin Luther King Jr. Day President s Day Memorial Day Fourth of July Labor Day Columbus Day Veteran s Day Thanksgiving Christmas d. Invoice: Payment will be made upon receipt of a properly prepared, itemized invoice, validated by the COR. (1) A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Itemization of pounds recycled and disposed Price per pound Dates service performed Location of service performed Total amount due (2) A separate invoice will be prepared for each facility. INSTRUCTIONS TO QUOTERS: Prospective awardees MUST have a current and active registration with the System for Award Management (SAM) at http://www.sam.gov PRIOR TO AWARD and through final payment, and must complete annual Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT CANNOT BE AWARDED TO COMPANIES THAT DO NOT HAVE A CURRENT/ACTIVE SAM ACCOUNT REGISTRATION. SDVOSB and VOSB socio-economic eligible category concerns SHALL also have an active/current registration with the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) certifying a current SDVOSB status AT TIME OF AWARD. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 6:00 p.m. (Eastern) on April 23, 2021. Responses to this announcement will result in a Firm Fixed Price contract. The Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Quoters are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Questions: All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than April 19, 2021 @ 4:00 p.m. (Eastern). Solicitation email inquiries must contain the Solicitation #, Cemetery Name and Service Type in the email Subject line. All questions should be consolidated and sent via email to tene.becknell@va.gov. Telephone inquiries will not be accepted. Questions will not be addressed after the designated Questions period deadline has expired. To maintain procurement integrity compliance, please do not contact the Puerto Rico National Cemetery or Southeast District personnel directly with any questions pertaining to this Solicitation. All questions must be forwarded to the Contracting Officer before the designated Questions deadline date. QUOTATION PREPARATION INSTRUCTIONS: Quotation Format and Submission Information: Quotations must be submitted on company letterhead. Commercial format is encouraged. All Quotation documents must be submitted in three (3) SEPARATE volumes and in Adobe Acrobat (.pdf) format with the Solicitation #, Cemetery Name and Service Type in the email Subject line. No MS Word documents please unless specifically requested. Quotations and all supporting documentation shall be submitted via email in Adobe .pdf format, to the following email address: tene.becknell@va.gov by the designated deadline date/time. The Quoter, not the Contracting Officer, shall be responsible for ensuring that a complete proposal and all Volumes have been received by the Contracting Officer by the designated Solicitation deadline date. Quotation packages that do not contain all the above materials will be rejected as non-responsive. All Quoters shall include the following information as part of their Quotation in the following three (3) VOLUMES: **Note: Unsolicited or additional Vendor information provided in your Volumes that is not requested by Contracting Officer as a part of the quotation format and submission information, will not be considered. Offerors shall only provide the information as requested below: Company Information (VOLUME A) The following information shall be included in Volume A: Legal Business/Company Name (as listed in www.sam.gov) Complete Company Address (No PO Boxes) DUNS Number Company Point of Contact Name & Title Telephone number Email Address Company Capabilities Statement Proof of current System for Award Management (SAM) account For SDVOSB and VOSB concerns, proof of active/current Vendor Information Pages (VIP) certification (CVE letter is acceptable). One (1) signed copy all Solicitation Amendments One (1) copy of Completed FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data (if applicable) One (1) copy of Completed FAR Provision 52.212-3 Certifications and Representations or indicate whether contractor has completed the annual representations and certifications electronically at www.sam.gov (copy of current SAM status) Technical Proposal (VOLUME B) The following information shall be included in Volume B: One (1) copy of Technical Proposal. The following shall also be included as part of the Quoter s technical submission: Company relevant experience descriptions. Managerial & Technical Qualifications of key personnel (services only) Identification of all Subcontractors anticipated to perform work under this contract and approximate percentage of work subcontractors will perform. Relevant work qualifications of proposed sub-contractors. Employee resumes, CV s, additional experience related information, etc., Limitations on Subcontracting plan of compliance (IAW Veterans Affairs Acquisition Regulation (VAAR) Clause 852.219-10). Proof of applicable state or federal required licenses to perform services (if applicable). Past Performance (VOLUME C) The following information shall be included in Volume C: Past Performance Questionnaire (Attachment C) shall be completed by at least two (2) past or current performance contract references pertaining to related to Refuse/Waste Management services work performed. Separate personal or military references are not accepted. References/Questionnaires shall be completed and provided for the Prime contractor only. Separate sub-contractor references/questionnaires are not required. Quoters must have references forward all completed Questionnaires to the Contracting Officer by the Combined Synopsis Solicitation deadline date/time (April 23, 2021). Quotation packages that do not contain all the above materials will be rejected as non-responsive. Pricing (VOLUME D) The following information shall be included in Volume D: Proposed pricing shall be submitted on the Price/Cost Schedule of Services (Attachment B). One (1) copy of Price Offer/Quote for all items in the schedule this should be a separate document in .pdf format**. Pricing shall be submitted in the Price/Cost Schedule of Supplies/Services CLINs format only as outlined in Attachment B. Quotation packages that do not contain all the above materials will be rejected as non-responsive. **NOTE: Attachment B may be provided in MS Word format for ease of Quoter completion. Finalized proposed quote costs submitted in Volume D of your proposal, must be in .pdf format. Evaluation Process: The Government will award a contract resulting from this solicitation to the responsible Quoter whose Quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Quotes based on (LPTA) Lowest Priced Technically Acceptable. All quotes shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The Quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Quoter whose price for items are lowest among all quotes that were deemed to be technically acceptable. Quotations that fail to meet the technical requirements of the solicitation will be deemed non-responsive and thus, ineligible for award. Quotes will be evaluated based on the following factors listed as shown below: TECHNICAL EVALUATION APPROACH. The evaluation process will consider whether the quote demonstrates a clear understanding of the technical features involved in meeting the requirements and whether the Quoter s methods and approach have adequately and completely considered, defined and satisfied the requirements. Descriptive literature (and supplemental technical Quotes, if deemed necessary by Quoter to supplement the descriptive literature) will be evaluated to determine whether the quoted items meet all of the technical requirements (described above) and are thus considered technically acceptable. Any quoted product that does not meet all of the salient characteristics will be deemed technically unacceptable, and thus ineligible for award. PRICE EVALUATION APPROACH. Proposed pricing shall be provided on a unit price line basis. The Government will evaluate Quotes by adding the total of all line item prices. Evaluation Process: A responsibility determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of responsibility and ability the databases include, but are not limited to: Duns & Bradstreet, PPIRS, EPLS, VetBiz (VIP) and SBA. Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Quoters Commercial Items (MAR 2020) FAR 52.212-2 Evaluation Commercial Items (OCT 2014) FAR 52.212-3* Offeror Representations and Certifications-Commercial Items (MAR 2020) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors (Oct 2019) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) *Quoters must complete annual representations and certifications on-line at www.sam.gov in accordance with FAR 52.212-3 Quoters Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018): FAR 52.216-27 Single or Multiple Awards (Oct 1995) FAR 52.217-8 Option to Extend Services (Nov 1999) (30 days) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (30 days) (shall not exceed 5 years and 6 months) FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data (Feb 2021) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) FAR 52.246-2 Inspection of Supplies-Fixed-Price (Aug 1996) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (NOV 2020) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.219-75 Subcontracting Commitments Monitoring and Compliance (Jul 2018) VAAR 852.219-76 Subcontracting Plans Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2aba288888a84b489734c530efa373c5/view)
- Place of Performance
- Address: Puerto Rico National Cemetery (PRNC) 50 Avenida Cementerio Nacional Bayamón, Puerto Rico 00961 00961, USA
- Zip Code: 00961
- Country: USA
- Zip Code: 00961
- Record
- SN05968109-F 20210412/210410230103 (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 |