Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

H -- Inpatient Behavioral Health Door Alarm Test and Recertification

Notice Date
4/22/2021 7:28:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24821Q0780
 
Response Due
5/6/2021 8:00:00 AM
 
Archive Date
06/05/2021
 
Point of Contact
Michael C Zorzi, Michael.Zorzi@va.gov, Phone: 561-756-1115
 
E-Mail Address
Michael.Zorzi@va.gov
(Michael.Zorzi@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 11 of 11 COMBINED SYNOPSIS/SOLICITATION The Miami VA medical Center located at 1201 NW 16th St, Miami, FL 33125 has a requirement to provide quarterly testing and annual inspection/recertification of The Door Switch suicide prevention door alarm system installed in the in-patient behavioral health area (4AB) of the Miami VA Hospital for the next 5 years. This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR 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. The applicable North American Industry Classification System (NAICS) Code and size standards in millions of dollars are 561621 and $22Million, respectively. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price. The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. Once the Government determines there is/are a contractor(s) that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited product/service to address any remaining issues. Evaluation factors will be considered in descending order of importance: Technical Capability: Provide technical performance plan and proof of applicable certifications, license, and insurance. Past Performance: Prospective contractors may provide a list of five business references for which the contractor performed the same or similar scope as required in the performance work statement. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed. Contractor s Proposed Rate for: Line items in Performance Work Statement (SOW). Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply to this acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). ___Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans, (Feb 2016) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American Supplies (May 2014) (41 U.S.C. 10a-10d). 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act Labor Standards (May 2014) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d)  Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (May 2014) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Oct 2015). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Other applicable provisions and clauses incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors Commercial items FAR 52.212-4 Terms and Conditions Commercial items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.222-41 Service Contract Labor Standards FAR 52.225-2 Buy American Certificate FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource VAAR 852.203-70 Commercial advertising VAAR 852.237-70 Contractor responsibilities VAAR 852.270-1 Representatives of contracting officers VAAR 852.273-70 Late offers VAAR 852.273-74 Award without exchanges 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ http://farsite.hill.af.mil/ This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors.  Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint.  However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. Offerors are instructed to submit clear and concise offers which adhere to the following format: Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages) Technical Ability section shall include a technical performance plan and proof of insurance and bonding. (section not to exceed 5 pages > not including copies of certificates) Past Performance section may include up to five business references with the following: name of business; name and title of point of contact; brief description of services performed; and date services performed (section not to exceed 5 pages) PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ 3 Walk & Press Tests of 16 doors & 1 System Recertification with repairs - Year 1 Contract Period: Base POP Begin: 05-07-2021 POP End: 05-06-2022 0002 1.00 EA __________________ __________________ 3 Walk & Press Tests of 16 doors & 1 System Recertification with repairs - Year 2 Contract Period: Option Year 1 POP Begin: 05-07-2021 POP End: 05-06-2022 0003 1.00 EA __________________ __________________ 3 Walk & Press Tests of 16 doors & 1 System Recertification with repairs - Year 3 Contract Period: Option Year 3 POP Begin: 05-07-2021 POP End: 05-06-2022 0004 1.00 EA __________________ __________________ 3 Walk & Press Tests of 16 doors & 1 System Recertification with repairs - Year 4 Contract Period: Option Year 4 POP Begin: 05-07-2021 POP End: 05-06-2022 0005 1.00 EA __________________ __________________ 3 Walk & Press Tests of 16 doors & 1 System Recertification with repairs - Year 5 Contract Period: Option Year 5 POP Begin: 05-07-2021 POP End: 05-06-2022 GRAND TOTAL __________________ DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 1.00 POP Begin: 05-07-2021 POP End: 05-06-2022 0002 1.00 POP Begin: 05-07-2022 POP End: 05-06-2023 0003 1.00 POP Begin: 05-07-2023 POP End: 05-06-2024 0004 1.00 POP Begin: 05-07-2024 POP End: 05-06-2025 0005 1.00 Contract Period: Option Year 5 POP Begin: 05-07-2025 POP End: 05-06-2026 Performance Work Statement In-Patient Behavioral Health Door Alarm Test and Certification Contract Introduction. 1.1. The Government requires quarterly testing and annual inspection/recertification of The Door Switch suicide prevention door alarm system installed on 16 doors in the in-patient behavioral health area (4AB) of the Miami VA Hospital for the next 5 years. Description / Scope / Objective. 2.1. The Contractor must provide all labor, equipment, tools, material, supervision and other items and services necessary to perform the work as defined in this Performance Work Statement. Applicable Documents. 3.1. The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply: FAR Federal Acquisition Regulation VAAR Veterans Administration Acquisition Regulation VA Directives, Design Manuals, Master Specs https://www.cfm.va.gov/til/ ASME American Society of Mechanical Engineers OSHA Occupational Safety and Health Administration SCA DOL Website Service Contract Act (SCA) Directory of Occupations (Fifth Edition) http://www.dol.gov/whd/contracts/sca.htm 3.2. Glossary. Acronyms used in this PWS are listed below for easy reference: CO Contracting Officer COR Contracting Officer s Representative FAR Federal Acquisition Regulation OEM Original Equipment Manufacturer Performance Requirements. 4.1. The Door Switch system at the Miami VA Hospital consists of 16 doors. Once every quarter, the contractor shall visit the Miami VA Hospital and conduct a Walk and Press Test and an event download. The Walk and Press Test consists of the following: 4.1.1. Please read all of the following instructions prior to initiating a walk and press test. 4.1.2. When The Door Switch system is operating in its normal, enabled status, THE DOOR SWITCH SYSTEM ENABLED should be visible on the keypad s screen. And the green light on the keypad should be lit. 4.1.3. If Audible alarms are powered by supervised notification module(s), disconnect one leg of the power for the audible alarms. This will prevent the sirens from going off during the Walk and Press Test . 4.1.4. The system should then be set in its test mode. To do so, enter the four-digit user code followed by the number 5 key ( TEST key). 4.1.5. You will hear an alarm output. If an alarm output does not sound, a request for system service should be made. 4.1.6. BURG WALK TEST IN PROGRESS will appear on the keypad s screen. A single beep will be heard every 15 seconds that the system is in the TEST mode. 4.1.7. A staff member should go to a Door Switch in the system and depress and hold down the actuator rod that runs along the top of that switch. Only one to two pounds of pressure should be required to depress the actuator rod. 4.1.8. Upon depressing the actuator rod, the keypad will emit three beeps. If no beeps are emitted, a request for system service should be made. 4.1.8.1. The Strobe at the activated door will also turn on. Enter 1-2-3-4-#7-1 at the keypad to turn off the strobe. 4.1.9. The location of the activated Door Switch will be identified on the keypad s screen. If the location of the activated Door Switch is not identified or a different door is identified instead, a request for system service should be made. 4.1.10. Upon the release of the actuator rod, the message on the keypad screen should clear. 4.1.11. After testing the first Door Switch, the walking staff member should proceed to test all other switches in the system by following the same procedures. 4.1.12. To end the walk and press test, enter the four-digit user code followed by the number 1 key ( OFF key). 4.1.13. The system should now be enabled once again. THE DOOR SWITCH SYSTEM ENABLED should be visible on the keypad s screen. And the green light should be lit. 4.1.14. NOTE: While performing this test, it is helpful to have one staff member at the keypad and one staff member moving throughout the system and activating The Door Switch. Both can communicate by mobile phone or walkie-talkie if facility regulations permit. 4.1.15. In addition to the Walk and Press test, the contractor will conduct an event download of all incidents and send the report to the COR. The contractor will also verify that the system time and date is correct, and will correct it if it is not. 4.2. Annually, the contractor will make one (1) visit to the Miami VA Hospital and perform a full system inspection and recertification of The Door Switch system and an event download. This consists of the following: 4.2.1. For all 16 doors, the Contractor will inspect and test all components, including but not limited to, the door switch, key switch, strobe, hinge, and frame. 4.2.2. The contractor will also inspect and test the main panel and the keypad. 4.2.3. The contractor shall repair any issues, replace any missing parts, and update any available software within 24 hours of the inspection. 4.2.4. Upon completion of recertification, the contractor will submit a report to the COR, preferably a spreadsheet, listing each door and indicating pass or fail for all components listed in 4.2.1, and actions taken to correct failures. This report will also include findings from the main panel and the keypad. 4.2.5. In addition to the full system recertification, the contractor will conduct an event download of all incidents and send the report to the COR. The contractor will also verify that the system time and date is correct, and will correct it if it is not. 4.3. Each year, the contractor will conduct three (3) Walk and Press tests, and one (1) full system test and recertification, for a total of 4 visits per year. After the first year, each annual recertification visit must be conducted within a 15 day window of the date of the previous annual recertification visit. 5.0. Performance Location and Hours. 5.1. Primary place of performance is the Bruce W. Carter, Miami VA Medical Center, 1201 NW 16th Street, Miami, Florida, 33125. 5.2. Contractor shall check in with the COR each time they are on site to complete scheduled work. 5.3. Government normal duty hours are from 0730-1630, Monday through Friday, excluding Federal holidays. Contractor access will be provided during normal hours. 6.0. Deliverables. 6.1. The contractor shall provide the following reports to the COR: 6.1.1. Results and findings of each Walk and Press Test. 6.1.2. Results of the event download after each Walk and Press Test. 6.1.3. Results and findings of the full system recertification as detailed in 4.2.5. 6.1.4. Quotes and descriptions of work to resolve any issues found during the full system recertification that can t be fixed on the spot. 6.1.5. Results of the event download after the full system recertification. 7.0. Key Personnel Replacement and Substitution. 7.1. Requests for approval of substitutions shall be in writing and shall provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request shall contain a complete resume for the proposed substitute, and any other information requested or required by the Contracting Officer to approve or disapprove the request. Proposed substitutes shall have qualifications that are equal to or higher than the personnel being augmented. The Contracting Officer or his/her authorized representative shall evaluate such requests and promptly notify the Contractor in writing whether the proposed substitution is acceptable. 7.2. If the Contracting Officer determines that, (1) suitable and timely replacement of personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming, or (2) the resultant substitution would be so substantial as to impair the successful completion of the contract or the delivery order in accordance with the proposal accepted by the Government at time of contract award, the Contracting Officer may, (1) terminate the contract for default or for the convenience of the Government, as appropriate, or (2) at his discretion, if he finds the Contractor at fault for the condition, equitably adjust the contract price downward to compensate the Government for any resultant delay, loss or damage. 7.3. The Contractor shall replace any absent individual for any period greater than one workday so as to leave a full complement of trained qualified personnel at all times with no disruption of services. 8.0. Contractor Personnel and Management. 8.1. Contractor Personnel. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor shall maintain the personnel, organization and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. 8.2. Government Badges. The COR will coordinate the issuance of required access badges to Contractor personnel. Contract personnel shall wear laminated identification badges provided by the Government at all times 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. 8.2.1 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. 8.3. Contractor Badges. Notwithstanding the requirement to wear a Government furnished badge, Contractor personnel shall also wear a laminated contractor identification badge at all times when performing services under this Contract, including when on Government directed travel The badge will contain a personal picture, name of employee, and Contractor's name. 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. 8.4. Safety/Security Requirements. 8.4.1 The Contractor shall comply with OSHA regulations pertaining to Confined space and Fall protection specific to work environment related to this contract. 8.4.2 The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and 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. 8.5. 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. 8.6. 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. 8.7. Standards of conduct 8.7.1. 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. 8.7.2. 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. 8.7.3. Working Attire and Appearance. Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. 8.7.4 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. 9. TRAVEL 9.1. Travel charges shall not be chargeable to this contract. 10. NON-PERSONAL SERVICE STATEMENT 10.1. Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the PWS. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. 11. PERSONNEL QUALIFICATIONS 11.1. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the SOW in an efficient, reliable, and professional manner. The normal manner of dress is business casual. 11.2. Specific Personnel Qualifications Requirements Personnel assigned to or utilized by the contractor in the performance of this contract shall, as a minimum: 11.2.1. Be a U.S. Citizen, or authorized to work in the U.S. 11.2.2. Be certified to work on The Door Switch systems. 11.2.3. Have at least 5 years experience working with mechanical and electrical components of door systems. 12. PERFORMANCE STANDARDS AND QUALITY MEASUREMENT 12.1. Performance standards define desired services. The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards. The Government shall use these standards to determine Contractor performance and shall compare Contractor performance to the Acceptable Quality Level (AQL). The Quality Assurance Surveillance Plan (QASP) method of surveillance will be by random inspection. 12.2. The QASP and its performance objectives are as follows: PWS Para. Performance Objective Performance Standard Acceptable Quality Level Surveillance Method Compliance 6.0. Reports/Results Ensure all reports and results are typed, dated, titled, and contain accurate information. 100% performance level Visual inspection conducted by the COR and/or customer Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO. 8.7. Standards of conduct Ensure there are no reported e...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2fade0259e0143b693298043dc5900e0/view)
 
Place of Performance
Address: Miami VA Medical Center 1201 NW 16th St, Miami, FL 33125, USA
Zip Code: 33125
Country: USA
 
Record
SN05980219-F 20210424/210422230113 (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.