Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2021 SAM #7092
SOLICITATION NOTICE

H -- 593-Elevator inspection and Test Services

Notice Date
4/30/2021 3:59:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C261-21-Q-0614
 
Response Due
5/14/2021 10:00:00 AM
 
Archive Date
05/29/2021
 
Point of Contact
Victoria Torres, Phone: 7022246945
 
E-Mail Address
victoria.torres@va.gov
(victoria.torres@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03. This solicitation is set-aside for Service-Disabled Veteran Owned Small Business Competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 541350, with a small business size standard of $8M. The FSC/PSC is H399. The Southern Nevada Healthcare System, 6900 N. Pecos Road, North Las Vegas, NV 89086 is seeking to purchase Elevator Inspection and Test Services. All interested companies shall provide quotations for the following: Services � LINE ITEM 0001 DESCRIPTION Elevator inspection and test services: Annual, semi-annual, and 5-year load test In Accordance With (IAW) Statement of Work QTY: 12 UNIT OF MEASURE: MONTH UNIT PRICE: TOTAL PRICE: OPTION YEAR ONE DESCRIPTION Elevator inspection and test services: Annual, semi-annual, and 5-year load test In Accordance With (IAW) Statement of Work QTY: 12 UNIT OF MEASURE: MONTH UNIT PRICE: TOTAL PRICE: � � OPTION YEAR TWO DESCRIPTION Elevator inspection and test services: Annual, semi-annual, and 5-year load test In Accordance With (IAW) Statement of Work QTY: 12 UNIT OF MEASURE: MONTH UNIT PRICE: TOTAL PRICE: � � OPTION YEAR THREE DESCRIPTION Elevator inspection and test services: Annual, semi-annual, and 5-year load test In Accordance With (IAW) Statement of Work QTY: 12 UNIT OF MEASURE: MONTH UNIT PRICE: TOTAL PRICE: � OPTION YEAR FOUR DESCRIPTION Elevator inspection and test services: Annual, semi-annual, and 5-year load test In Accordance With (IAW) Statement of Work QTY: 12 UNIT OF MEASURE: MONTH UNIT PRICE: TOTAL PRICE: � Statement of Work B.2.1 � CONTRACT TITLE: 593-21-2-543-0073 Elevator inspection and test services: Annual, semi-annual, and 5-year load test. B.2.2 � TYPE OF CONTRACT: The Government intends to award a Single Award, Firm-Fixed Price (FFP) contract B.2.3 � PERIOD OF PERFORMANCE: The contract resulting from this solicitation will cover a base contract period of one (1) year from date of award, and up to four (4) option periods.� Exercise of option(s) is the Department of Veterans Affairs� discretion. B.2.4 � BACKGROUND: The VA Medical Center, 6900 North Pecos Road, North Las Vegas, NV has a requirement for Service contract for elevator inspection as stated in B.2.1 above. B.2.5 � GENERAL SCOPE: The Government is seeking for a contractor to provide all labor, supplies, transportation, expertise and supervision necessary to perform a complete independent inspection and safety tests on Government-owned Vertical Transportation Units (VTU) which include elevators, dumbwaiters, wheelchair lifts and cart lifts.� Inspection and test services are performed on an annual and semi-annual basis.� Furthermore, all VTU�s also requires a 5 year load test to be performed.� The contractor shall meet any current or future requirements approvals or certifications as may be levied by applicable legal, regulatory, accrediting body, governing body, and/or local/state/federal requirements as required by law.� B.2.6 � APPLICABLE DOCUMENTS, STANDARDS, LAWS AND/OR REGULATIONS: Contractor is solely responsible for meeting any current or future requirements approvals or certifications as may be levied by applicable legal, regulatory, accrediting body, governing body, and/or local/state/federal requirements as required by law.� Due to continuous regulatory changes in both federal and state laws, the contractor shall be in compliance of new regulations within thirty (30) calendar days of notification.� A list of applicable documents, standards, laws and/or regulations can be found in �EXHIBIT 1�. B.2.7 � SPECIFIC REQUIREMENTS: B.2.7.1 � GENERAL: Contractor shall provide independent elevator inspection and test services that include inspection, verification and certification of annual and semi-annual inspection, safety tests, and 5-year load testing to ensure reliable and continuous safe operation of Government owned VTU�s. � A list of all VTU�s can be found in �ATTACHMENT 1 this solicitation/contract.� The list provides pertinent information for each VTU�s to include make, model, year installed, The list is subject to change throughout the performance of the contract and all parties involved will be notified of any changes within five (5) business days. � Contractor shall strictly adhere to the Government Inspection and Test Schedule as published herein.� Deviation from the published schedule requires prior written notification and approval of the Contracting Officer (CO) and the Contracting Officer Representative (COR). � Prior to performing independent inspection and testing services contractor shall provide notification to the CO, COR and the Government Elevator Maintenance and Repair contractor of the dates of proposed services.� The notification should reach the Government and Elevator Maintenance and Repair contractor at least fifteen calendar (15) days prior to the proposed inspection.� The notification shall be in writing and shall include the proposed inspection and testing dates, estimated time of arrival and completion of services, name and local contact information of the technician performing the services and other information that will facilitate the completion of services.� Proposed dates are subject to change based on the needs and schedule of the Government and the maintenance and repair contractor. � Inspections and tests shall be in accordance with the most current edition of the American Society of Mechanical Engineers (ASME) A17.1 Safety Code for Elevators and Escalators, A17.2 Guide for Inspection of Elevators, Escalators, and Moving Walks and A17.3 Safety Code for Existing Elevators and Escalators.� In addition, contractor shall be aware of and adhere to all applicable Federal, State, County and City, rules, recommendations, regulations, guidelines and laws not mention. � Contractor shall ensure that annual, semi-annual, 5-year load test inspections required by the publications listed in paragraph B.2.8.1.iii be performed according to required specifications and guidelines.� If the Government Inspection and Test Schedule conflicts or does not meet the requirement of paragraph B.2.8.1.iii contractor shall advise the CO and the COR and assist the Government in publishing a revised schedule that meets these requirements. � Contractor shall provide the necessary labels, metal tags or other tagging and labeling requirements listed in the publications outlined in paragraph B.2.8.1.iii. � Contractor is responsible FOR ensuring services are provided by qualified and competent personnel for all Elevator Inspections pertinent to this contract.� At a minimum, contractor personnel shall maintain a current ASME QEI 1 certification (see paragraph B.2.9) B.2.8.2 � DOCUMENTATION AND REPORTS: Within ten (10) business days of the completion of an inspection or test, the contractor shall complete and submit a separate written narrative report for each VTU inspected or tested.� The report shall include the date and time of the inspection or test, the location of the equipment, the type of service performed, actual hours spent performing requested service, including, the time work started and ended and the name of the technician performing the service.� � The contractor shall submit one copy of each report (CD or Paper Format) to the CO, the designated COR of the facility inspected/tested and the elevator maintenance contractor of the facility inspected/tested.� The Contracting Officer, the designated COR may accept Electronic copies of the Inspection Reports in lieu of paper copies. � The report shall identify each VTU inspected or tested by building, serial and unit number.� The report shall describe any needed adjustments, repairs, worn parts and other items required or recommended for keeping the VTU operating safely.� The report shall make specific reference to safety code violations, including the title of the code being cited, the section or clause which refers to the specific violation and other reference that will assist the COR and Elevator Maintenance and Repair contractor in making necessary repairs or adjustments. � The report shall adhere to the reporting requirements of the publications listed in paragraph B.2.8.1.iii but at a minimum describe the general condition, state of repair and cleanliness of each VTU.� The report shall describe the state of the surrounding pits, access, lighting, machine rooms, cabs and landings.� In addition, the report shall include any contractor recommendation(s) that will assist the Government in maintaining the equipment in optimum operating condition. � In addition to the narrative report required in this section, the contractor shall fully complete and submit with report an original and two copies of the most current version of �Checklist for Inspection and Test of Electric Elevators� or �Checklist for Inspection and Test of Hydraulic Elevators� as found in the Appendix of ASME A17.1, A17.2 or A17.3.� In lieu of the ASME approved forms listed above, the CO may require the contractor to submit a Government agency approved elevator inspection form. � In the course of an inspection or test if the contractor discovers a defective VTU that requires immediate repair or service he/she shall notify the COR and the Elevator Maintenance and Repair contractor prior to leaving the facility where the defective VTU is located.� The contractor shall describe the location of the defective VTU, repairs or adjustment needed and if the VTU can or should remain in service.� Contractor shall follow-up in 24 hours with a written report of the defective VTU and describes the action taken to report needed repairs. � B.2.9 � CONTRACTOR�S QUALIFICATIONS: Contractor shall be a firm regularly engaged in the servicing and testing of elevators, dumbwaiters, wheelchair lifts and cart lifts.� Contractor�s personnel performing on this contract must be fully qualified competent service technician.� �Fully qualified� is defined as meeting the requirements of the most current edition of ASME QEI-1 for the Qualification of Elevator Inspectors.� � The Contractor will be required to update competency information throughout the life of the contract as changes to staff occur.� Contractor must provide for Government approval credentials of each service technician.� Credentials must be provided prior to the employee being assigned services responsibilities on Government equipment listed herein. � Contractors shall provide proof and adequacy of past performance history, references, and above required qualifications. When combined with Evaluation Factors, it will assist the Contracting Officer in making the best value and sound business judgment on behalf of the Government (See evaluation factors in FAR Clause 52-212-2, Section E). � B.2.10 � APPOINTMENT OF CONTRACTING OFFICER�S REPRESENTATIVE (COR): Under the authority contained in �VAAR 801.603-70 -- Representatives of Contracting Officer� the CO will appoint a COR to furnish technical guidance and advice or generally supervise the work under this contract.� The COR(s) will be named at the time of award. � B.2.11 � DEFINITIONS: A list of definitions used throughout this Statement of Work (SOW) can be found in �EXHIBIT 2� B.2.12 � AUTHORIZED SERVICES / CHANGES: The contractor is advised that only the CO, acting within the scope of the contract has the authority to make changes which may affect the contract terms and conditions, quality, quantity, price, and/or delivery.� It is highly encouraged and advised that the contractor contact the COR for approval in the event there are changes prior to proceeding.� No other individual has the authority to make this binding changes and/or commitments. � In the event that the contractor commits to such changes at the direction of any other person than the CO, the changes shall be considered to have been made without proper authority and no adjustment shall be made in contract price to cover any increase in costs incurred as a result thereof.�� � B.2.13 � HOURS OF OPERATION Contractor is responsible for conducting business during normal business hours (normally between 8:00 a.m. to 4:30 p.m.) to facilitate communication between the Government and the Contractor, Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings.� � If a holiday falls on a Sunday, the following Monday will be observed as the National Holiday.� When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies.� Also included would be any day specifically declared by the President of the United States. Contractor is not required to provide any service(s) on nationally recognized U.S. Government holidays, nor shall the contractor be paid for these holidays. B.2.13.1 � OVERTIME AND HOLIDAYS Any overtime and/or holiday pay that may be entitled to the Contractor�s employee(s) shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. B.2.13.2 � NATIONAL HOLIDAYS Listed below are the ten (10) national holidays. � New Year�s Day January 1st Martin Luther King �s Birthday Third Monday in January President�s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th B.2.14 � SECURITY REQUIREMENTS: All Contractor personnel are required to be aware of and observe security, safety and environmental requirements of each Government facility.� Including, but not limited to restricted area access, wearing of distinctive clothing bearing the name of the Contractor, wearing badges bearing the Contractor name and the employees name in English, observing vehicle parking regulations and smoking restrictions. EXHIBIT 1 - APPLICABLE DOCUMENTS, STANDARDS, LAWS AND/OR REGULATIONS The following are a list of various applicable standards, policies, regulations, and/or governing bodies.� This list is not an all-inclusive list, therefore it is the responsibility of the contractor to ensure all applicable standards, policies, regulations, and/or governing bodies not listed here are adhere to.� Furthermore, contractor is responsible to adhere to all current addition of applicable standards, policies, regulations, and/or governing bodies. The American Society of Mechanical Engineers (ASME), www.asme.org ASME � A17 � Elevators and Escalators ASME � A17.1 � Safety Code for Elevators and Escalators ASME � A17.2 � Guide for Inspection of Elevators, Escalators, and Moving Walks ASME � A17.3 � Safety Code for Existing Elevators and Escalators (Includes Requirements for Electric and Hydraulic Elevators and Escalators) ASME � A18-.1 � Safety Standards for Platform Lifts and Stairway Chairlifts ASME � QEI-1 � Standard for the Qualification of Elevator Inspectors National Association of Elevator Safety Authorities International (NAESAI), www.naesai.org NFPA 70 � National Electrical Code NFPA 70E � Standard for Electrical Safety in the Workplace EXHIBIT 2 � DEFINITIONS: The following are a list of definitions pertinent to this contact: Contracting Officer (CO):� Government employee assigned the responsibility of executing, administering and providing direction on a contract. Contracting Officer�s Representative (COR):� Government employee to whom the CO delegates limited authority for certain contractual-related decisions not involving time or money. � Contractor Service Technician:� An individual employed by the contractor to perform the services required by the Government. � Contract Discrepancy Report:� A report initiated by the COR transmitted to the contractor by the CO. � Defective Service:� Output that does not meet the standard of performance specified by government requirements. � Delegation of Authority as outlined in Veterans Affairs Acquisition Regulations (VAAR) 801.603-70:� In carrying out the responsibilities outlined in the Federal Acquisition Regulations (FAR) the CO may designate another Government Contracting Officer, or other government employee, or another contractor to furnish technical guidance and to advise or generally supervise work under a Government contract. Elevator Maintenance and Repair Contractor:� Individual or corporation employed by or under contract to the Government to perform maintenance and repair services on government owned VTU. Quality Assurance:� Those actions taken by the Government to check goods or services to determine that they meet the requirements of the SOW � Quality Control:� Those actions taken by the contractor to control the production of goods or services so that they meet the requirements of the SOW. Performance Objective:� Level of contractor provided services that can be measured by a number.� Listing of service outputs that are to be evaluated by the COR on a regular basis. Acceptable Quality Level:� The allowable leeway or variance from a standard before the Government will reject the specific service. Surveillance:� The process of monitoring contractor performance either by direct evaluation, observation or other information sources. Vertical Transportation Units (VTU):� Elevators, dumbwaiters, wheel chair lifts, cart lifts with a hoisting and lowering mechanism, which move in guide rails and services two or more landings. The period of performance is a Base Year with four option years. Place of Performance/Place of Delivery Address: 6900 North Pecos Road, North Las Vegas, NV Postal Code: 89086 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1.�������� FAR 52.212-1, �Instructions to Offerors�Commercial Items�� 2.�������� FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� 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� [NOV 2020] � FAR 52.217-8, �Option to Extend Services� [NOV 1999] � FAR 52.217-9, �Option To Extend The Term Of The Contract� [MAR 2000] � VAAR 852.204-70 �Personal Identity Verification of Contractor Personnel� [MAY 2020] � VAAR 852.212-70 �Provisions and Clauses Applicable To VA Acquisition Of Commercial Items� [APR 2020] � VAAR 852.237-75 Key Personnel [OCT 2019] � VAAR 852.242-71 Administrative Contracting Officer [OCT 2020] � VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference [JAN 2008] The following subparagraphs of FAR 52.212-5 are applicable: 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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ��� (2) 52.204�23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115�91). ��� (3) 52.204�25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115�232). ��� (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). ��� (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). ��� (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). � (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: ��� [X]� (1) 52.203�6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ��� [X]� (4) 52.204�10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109�282) (31 U.S.C. 6101 note). ��� [X]� (8) 52.209�6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). ��� [X]� (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). �� [x] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-�� Aside � (MAR 2020) (15 U.S.C. 657f). ��� [X]� (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (NOV 2020) (15 U.S.C 632(a)(2)). ��� [X]� (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ��� [X]� (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). ��� [X]� (30)(i) 52.222�26, Equal Opportunity (SEP 2016) (E.O. 11246). ��� [X]� (31)(i) 52.222�35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). ��� [X]� (32)(i) 52.222�36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). ��� [X]� (33) 52.222�37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). ��� [X]� (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). ��� [X]� (35)(i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). ��� [X]� (36) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 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.) ��� [X]� (44) 52.223�18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). ��� [X]� (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). ��� [X]� (55) 52.229�12, Tax on Certain Foreign Procurements (JUN 2020). ��� [X]� (58) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) (31 U.S.C. 3332). � (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: ��� [X]� (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). ��� [X]� (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ��� [X]� (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ��� [X]� (7) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020). ��� [X]� (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). � (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, as defined in FAR 2.101, on the date of award of this contract, 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 (JUN 2020) (41 U.S.C. 3509). ����� (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ����� (iii) 52.204�23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115�91). ����� (iv) 52.204�25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115�232). ����� (v) 52.219�8, Utilization of Small Business Concerns (Oct 2018) (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 the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219�8 in lower tier subcontracts that offer subcontracting opportunities. ����� (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015). ����� (vii) 52.222�26, Equal Opportunity (SEP 2016) (E.O. 11246). ����� (viii) 52.222�35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). ����� (ix) 52.222�36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). ����� (x) 52.222�37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). ����� (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. ����� (xii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). ����� (xiii)(A) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). ������� (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ����� (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment�Requirements (MAY 2014) (41 U.S.C. chapter 67). ����� (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services�Requirements (MAY 2014) (41 U.S.C. chapter 67). ����� (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). ����� (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020). ����� (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). ����� (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). ������� (B) Alternate I (JAN 2017) of 52.224-3. ����� (xx) 52.225�26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ����� (xxi) 52.226�6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. ����� (xxii) 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. The following subparagraphs of VAAR 852.212-70 are applicable: PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. _X__�852.203-70, Commercial Advertising. _X__�852.209-70, Organizational Conflicts of Interest. �� ��_X_ 852.219-10, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside __X_�852.232-72, Electronic Submission of Payment Requests. __X_�852.233-70, Protest Content/Alternative Dispute Resolution. _X__�852.233-71, Alternate Protest Procedure. __X_�852.270-1, Representatives of Contracting Officers.. __X_�852.271-75, Extension of Contract Period. �(End of clause) 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2020) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, �Service-disabled Veteran-owned small business concern or SDVOSB:� (1) Means a small business concern� (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled V...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/808bf6f77c6f4b2eb05e5f0d7e8124a2/view)
 
Place of Performance
Address: North Las Vegas, NV 89086, USA
Zip Code: 89086
Country: USA
 
Record
SN05988413-F 20210502/210430230110 (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.