Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2021 SAM #7102
SOLICITATION NOTICE

65 -- 549-21-2-205-0342 FY21-GARLAND ACTIVATION PT/OT Performance Health

Notice Date
5/10/2021 6:45:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25721Q0818
 
Response Due
5/20/2021 6:00:00 AM
 
Archive Date
07/04/2021
 
Point of Contact
Jim Houston, Contract Specialist, Phone: 972-708-0816, Fax: NA
 
E-Mail Address
james.houston@va.gov
(james.houston@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued.  Solicitation number 36C25720Q0818 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE:  This requirement is a Service Disable Veteran Owned Small Business and Veteran Owned Small Business Set-Aside, the NAICS is 339113 and the small business size standard is 750 employees. In order to be eligible an offeror must be small for the applicable NAICS code at the time of the quote submission and at the time of award. Only qualified offerors may submit bids. Introduction:  A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR 13.106-2(b)(3) Comparative Evaluation. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will issue a contract to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government shall award a contract resulting from this solicitation. The following factors shall be used to evaluate offers: 1. Vendor is a certified small business. 2. Vendor must be registered is SAM with applicable NAICS code by the close of solicitation. 3. Vendor must provide current industry certification to provide call system installations. 4. Vendor must provide past performance for similar service (CPARS) 5. Technical Approach: The Government will evaluate how the offeror s approach meets the requirements in accordance with the solicitation and Performance Work Statement and indicates a thorough approach and understanding of the requirements. 6. Price: Price will be evaluated independently of the non-price factors. QUOTE SUBMISSION DEADLINE: Quotes must be received no later thanThursday 20 May at 0800 CST CST. Email your quote to James.Houston@va.gov. The subject line must specify 36C25721Q0818 Garland Activation PT/OT. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Basis of Award The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation meets or exceeds the requirement at the lowest price, and that can provide all items without breaking this procurement into separate purchases. The Items should be provided by authorized distributors for the manufacture and ensure that all items have the OEM manufacture warranty. Vendors are required to provide proof (Authorization Letter) stating they are authorized distributors of the products. The quotes will be evaluated on the basis of the evaluation factors listed below.  The technical area will be evaluated on an ""acceptable"" or ""unacceptable"" basis.  Only those contractors determined to be technically acceptable will be evaluated on price.  DEFINITION RATING Passes (or meets) minimum standard requirements Acceptable Fails to meet minimum standard requirements Unacceptable Required Items Line Item Unit of Issue Quantity Description Unit Price Total Price 001 EA 6 Welch Allyn Spot Vital Signs, Mobile Stand for Spot Vital 002 EA 1 NUSTEP T5 003 EA 1 SportsArt C575 Status Series Cycles, C575U Status Series Upright Cycle 004 EA 1 KOREBALANCE 19 PROFESSIONAL 005 EA 1 Multi-Purpose Weight/Storage Rack with Cabinet, Storage Rack with Cabinet, Set of 16 Weights, and 2 Sets of 10 Dumbbells from 1-10 lbs. each 006 EA 1 DOUBLE BILATERAL PULLEY, WALL, 100 007 EA 1 THERABAND REHAB AND WELLNESS STATION 008 EA 1 HYDRATHERM DELUXE W/ PACKS 009 EA 2 Vectra Neo Modular Electrotherapy System, Vectra Neo Head/Tabletop 010 EA 2 Vectra Neo Modular Electrotherapy System, Vectra Neo Stim Channel 1 & 2 + EMG Module 011 EA 2 Vectra Neo Modular Electrotherapy System, Vectra Neo Stim Channel 3 & 4 Module 012 EA 2 Vectra Neo Modular Electrotherapy System, Vectra Neo Laser Module 013 EA 2 Vectra Neo Modular Electrotherapy System, Vectra Neo Ultrasound Module 014 EA 2 GENISYS 2 CM APPLICATOR 015 EA 2 GENISYS 5 CM APPLICATOR 016 EA 2 Vectra Neo Modular Electrotherapy System, Cart 017 EA 2 Vectra Genisys Laser Applicators, 9 Diode Cluster 1040mW 5 x 850nm 200mW Laser 4 x 670nm 10mW LED 018 EA 1 Metron Elite 2 & 3-Section Tables with Roll 019 EA 1 Metron Elite 2 & 3-Section Tables with Roll, 2- Section, Imperial Blue 020 EA 3 Clinton Hi-Lo Mat Platform with Removable Mat, Royal Blue, 4' x 7' 021 EA 1 Saunders Lumbar Home Traction Device 022 EA 1 Saunders Cervical Hometrac Deluxe 023 EA 1 Parabath Paraffin Bath 024 EA 1 PHYSIOTRAINER PRO 025 E 1 Motorized UBE Table 026 EA 1 Fluidotherapy, Ultra115 027 EA 1 Fluidotherapy, Side Sleeve for Ultra115 028 EA 1 Fluidotherapy, Top Sleeve - Universal 029 EA 1 Hand Therapy Table 030 EA 2 Acumar Digital Dual Inclinometer 031 EA 3 SPOT 4400 DEVICE WITH NIBP, SURE TEMP, AND NONIN PULSE OX 032 EA 1 VECTRA GENISYS THERAPY SYSTEM W/ CART, 4 CHANNEL COMBO, NO EMG 033 EA 1 SPORTS ART 7655MS MEDICAL TREADMILL 034 EA 2 PERFORMA BAR ACTIVATED 350 TABLE, IMPERIAL BLUE 035 EA 1 TRITON 6M TABLE IMPERIAL BLUE, ADVANCED PACKAGE 036 EA 1 TRI W-G BARIATRIC MOTARIZED HEIGHT & WIDTH PARALLEL BARS, 12FT., PEARL GREY BASE 037 EA 1 TRI W-G PARALLEL BAR TAPERED BASE EXTENSIONS, 3FT. BARIATRIC TAPERED EXTENSIONS, PEARL GREY BASE 038 EA 1 RECOVERY SERIES ENCOMPASS POWERTOWER CLINICAL PACKAGE 039 EA 1 SCIFIT ELLIPTICALS, SXT7000 040 EA 1 LIFE FITNESS ACTIVATE SERIES BIKES, LIFECYCLE UPRIGHT 041 EA 1 NUSTEP T5XR 042 EA 1 BATCHA LINK DUAL FUNCTION SERIES, LD-5 AB CRUNCH / BACK EXT. 043 EA 2 HYDRATHERM DELUXE TRADITIONAL RACKS W/PACKS 044 EA 2 JAMAR PLUS + HAND EVALUATION 045 EA 2 BASELINE DIGITAL SMEDLEY SPRING DYNAMOMETER 046 EA 1 ROLYAN SMART SPLINT BATH-STD 047 EA 1 SERVICE INSTALLATION STATEMENT OF WORK ESCRIPTION/SPECIFICATIONS/WORK STATEMENT GARLAND PT/OT ACTIVATION EQUIPMENT (Physical Medicine & Rehabilitation Service) CONTRACTING OFFICERS TECHNICAL REPRESENTATIVE (COR): VANTHCS will appoint one (1) COTR for this contract. When service is requested, the contractor will always contact the COR Denasha Jimmerson at 214-857-4755. SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled delivery will be provided only during Contractor s normal working hour s local site time. Upon acceptance of this contract, the Contractor shall immediately contact the COR Denasha Jimmerson at 214-857-4755, to schedule mutually agreeable delivery times. SCOPE OF WORK: Delivery and set up of the following: Welch Allyn Spot Vital Signs, Mobile Stand for Spot Vital NUSTEP T5 SportsArt C575 Status Series Cycles Korebalance 19 Professional Multi-Purpose Weight/Storage Rack w/ Cabinet, Storage Rack w/ Cabinet, Set of 16 Weights, & 2 Sets of 10 Dumbells from 1-10 lbs. each. Double Bilateral Pulley, Wall, 100 Hydratherm Deluxe w/ Packs Theraband Rehab & Wellness Station Vectra Neo Modular Electrotherapy System, Vectra Neo Head/Tabletop Vectra Neo Modular Electrotherapy System, Vectra Neo Stim Channel 1&2 + EMG Module Vectra Neo Modular Electrotherapy System, Vectra Neo Stim Channel 3&4 Module Vectra Neo Modular Electrotherapy System Vectra Neo Ultrasound Module GENISYS 2 & 5 CM APPLICATORS Vectra Neo Modular Electrotherapy System, Cart Vectra Genesis Laser Applicators, 9 Diode Cluster 1040mW 5 x 850nm 200mW Laser 4 x 670nm 10mW LED Vectra Genesis Laser Applictors, 820nm Single Diode Laser 300mW Metron Elite 2&3 Section Tables with Roll Metron Elite 2 &3 Section Tables with Roll, 2-Section, Imperial Blue Clinton Hi-Lo Mat Platform with Removable Mat, Royal Blue, 4 x 7 Saunders Lumbar Home Traction Device Saunders Cervical Hometrac Deluxe Parabath Paraffin Bath Physiotrainer Pro Motorized UBE Table Fluidotherapy, Ultra115 Fluidotherapy, Side Sleeve for Ultra115 Fluidotherapy, Top Sleeve Universal Hand Therapy Table Acumar Digital Dual Inclinometer Spot 4400 Device wit NIBP, Sure Temp, and Nonin Pulse OX Performa Bar Activated 350 Table, Imperial Blue Triton 6M Table Imperial Blue, Advanced Package Tri-WG Bariatric Motorized Height & Width Parallel Bars, 12FT., Pearl Grey Base Tri WG Parallel Bar Tapered Base Extensions, 3ft. Bariatric Tapered Extensions, Pearl Grey Base Recovery Series Encompass Power Tower Clinical Package SciFit Ellipticals, SXT000 Life Fitness Activate Series Bikes Lifecycle Upright Batcha Link Dual Function Series, LD-5 AB Crunch / Back Ext. Hydratherm Deluxe Traditional Racks w/ Packs Jamar Plus + Hand Evaluation Kit Baseline Digital Smedley Spring Dynamometer Roylan Smart Splint Bath-Std For Physical Medicine & Rehabilitation at the GARLAND VA CLINIC 2300 Marie Curie Blvd., Garland TX 75042. Delivery activities shall consist of the following: Set-up. All preparation necessarily required to ready all above listed equipment for operation (set-up and training). Post installation inspection. COTR will verify that required specifications are met and testing will be performed as necessary to meet VA and vendor requirements. Upon receiving a maintenance and repair call from VANTHCS, the Contractor shall make a return telephone call for within 2 hours. The Contractor will restore the equipment to FULL PERFORMANCE within forty-eight (48) hours of the original call. The Contractor shall notify the COTR of the existence or development of any defects in the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). Training and support and preventative maintenance and educational courses to be provided on-site as indicated. The vendor will provide all resources required to ensure a smooth transition, in accordance with the contract requirements. DESCRIPTION OF EQUIPMENT Welch Allyn Spot Vital Signs, Mobile Stand for Spot Vital NUSTEP T5 SportsArt C575 Status Series Cycles Korebalance 19 Professional Multi-Purpose Weight/Storage Rack w/ Cabinet, Storage Rack w/ Cabinet, Set of 16 Weights, & 2 Sets of 10 Dumbells from 1-10 lbs. each. Double Bilateral Pulley, Wall, 100 Hydratherm Deluxe w/ Packs Theraband Rehab & Wellness Station Vectra Neo Modular Electrotherapy System, Vectra Neo Head/Tabletop Vectra Neo Modular Electrotherapy System, Vectra Neo Stim Channel 1&2 + EMG Module Vectra Neo Modular Electrotherapy System, Vectra Neo Stim Channel 3&4 Module Vectra Neo Modular Electrotherapy System Vectra Neo Ultrasound Module GENISYS 2 & 5 CM APPLICATORS Vectra Neo Modular Electrotherapy System, Cart Vectra Genesis Laser Applicators, 9 Diode Cluster 1040mW 5 x 850nm 200mW Laser 4 x 670nm 10mW LED Vectra Genesis Laser Applictors, 820nm Single Diode Laser 300mW Metron Elite 2&3 Section Tables with Roll Metron Elite 2 &3 Section Tables with Roll, 2-Section, Imperial Blue Clinton Hi-Lo Mat Platform with Removable Mat, Royal Blue, 4 x 7 Saunders Lumbar Home Traction Device Saunders Cervical Hometrac Deluxe Parabath Paraffin Bath Physiotrainer Pro Motorized UBE Table Fluidotherapy, Ultra115 Fluidotherapy, Side Sleeve for Ultra115 Fluidotherapy, Top Sleeve Universal Hand Therapy Table Acumar Digital Dual Inclinometer Spot 4400 Device wit NIBP, Sure Temp, and Nonin Pulse OX Performa Bar Activated 350 Table, Imperial Blue Triton 6M Table Imperial Blue, Advanced Package Tri-WG Bariatric Motorized Height & Width Parallel Bars, 12FT., Pearl Grey Base Tri WG Parallel Bar Tapered Base Extensions, 3ft. Bariatric Tapered Extensions, Pearl Grey Base Recovery Series Encompass Power Tower Clinical Package SciFit Ellipticals, SXT000 Life Fitness Activate Series Bikes Lifecycle Upright Batcha Link Dual Function Series, LD-5 AB Crunch / Back Ext. Hydratherm Deluxe Traditional Racks w/ Packs Jamar Plus + Hand Evaluation Kit Baseline Digital Smedley Spring Dynamometer Roylan Smart Splint Bath-Std EXCLUSIONS (unless otherwise quoted) : Modifications or corrections to the work scope dictated by concealed conditions encountered in the performance of the work and not indicated by the drawings, or specifications. Modification or corrections to installation room or supplied power. PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The Contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HIPAA (Health Insurance Portability and Accountability Act of 1996) with respect personal and confidential information that they may come upon, while servicing medical equipment. PATIENT HEALTH INFORMATION (PHI) AND INDIVIDUALLY IDENTIFIABLE INFORMATION (III): This system does contain Patient Health Information (PHI) and Individually Identifiable Information (III).   No VA data will leave the VA Facility.  If a hard drive or any other electronic storage device needs to be replaced, the device will be given to the ISO.  After destruction of the data by degaussing, the device may be returned to the vendor for inventory control if so requested.  The repair of this system will be supervised by a VA employee in BioMed to assure data does not leave the facility.  The COTR is responsible to assure that no VA data leaves the facility and an employee supervises repair.  No Security & privacy training is needed by the vendor because the repair will be supervised.  No other security statement is needed.  DOCUMENTATION: Contractor will provide the COTR with individual written reports which describe the maintenance and repair service performed on the equipment under warranty in sufficient detail so as to be acceptable by field inspectors of the Joint Commission and other inspecting bodies. This shall include a list of all parts replaced, all service performed as well as a statement that the equipment is operating per manufacturer s specifications after repair. The service report will be signed by the contractor s service technician, and by designated VANTHCS personnel. Prior to award, bidder must have a facility to include personnel, test equipment, parts inventory, training certificates, licenses and technical documentation available for inspection by VA Medical Center personnel and be able to show written evidence to technical qualifications of personnel, test equipment (and calibration documentation) licenses and availability of parts. Parts availability must be written documentation from either the equipment manufacturer or authorized parts supplier. In either case, bidder must be able to show the availability of parts to him/her within 24 hours after initial call. For contracts for maintenance and repair services form other than the original manufacturer or a designated representative, the Contractor will be fully responsible for obtaining all technical documentation necessary to fulfill contractual obligations. The Contractor warrants that the services to be performed under this contract will be performed in a good workmanship manner and shall conform to the standards of the industry. This warranty is given expressly and in place of all other warranties, expressed or implied, statutory or otherwise, and is the only warranty given by the Contractor. Warranty items that expire during the contract period will be added to the contract as appropriate. NEGLIGANCE CLAUSE: When services and parts are required as a result of accident, abuse, misuse or negligence by other than the Contractor or his representative, and are not included as a part of PM inspection or service calls, such needs will be reported to the Contracting Officer s representative along with estimates of charges. The Contracting Officer and Representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contact and each invoice is to include a legible itemized list of labor charges and parts costs. The government will incur no charges for service and parts including glassware due to accident, abuse, misuse or negligence by the contractor or his representative. RECORDS MANAGEMENT: All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTHCS) and must be returned to VANTHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1. NARA RM Language Clause to be included in contracts: 1. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.  2. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation.  3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data.  4. North Texas VA Hospital and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of North Texas VA Hospital or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to North Texas VA Hospital. The agency must report promptly to NARA in accordance with 36 CFR 1230. 5. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to North Texas VA Hospital control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 6. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and North Texas VA Hospital guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with North Texas VA Hospital policy.  8. The Contractor shall not create or maintain any records containing any non-public North Texas VA Hospital information that are not specifically tied to or authorized by the contract.  9. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act.  10. The North Texas VA Hospital owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which North Texas VA Hospital shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. 11. Training.  All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA-provided records management training, Talent Management System (TMS) Item #3873736, Records Management for Records Officers and Liaisons. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training.  END OF CONTRACT: Contractor guarantees that all equipment covered in this contract shall meet or exceed manufacturer s performance specifications at the contract expiration date. The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. Evaluations of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.  Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.  Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9, Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 (five) years. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-14, Limitations on Subcontracting 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising (JAN 2008) 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (a) This solicitation includes far 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business recordsor other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. 852.219-76 SUBCONTRACTING PLANS MONITORING AND COMPLIANCE. AS PRESCRIBED IN 819.7203(C) INSERT THE FOLLOWING CLAUSE: SUBCONTRACTING PLANS MONITORING AND COMPLIANCE (JUL 2018) (a) This contract includes FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirement. (b) Accordingly, any contract resulting from this solicitation will include these clauses, unless the contract is awarded to a small business concern. The Contractor is advised in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing the Contractor's compliance with the plan, including reviewing the Contractor's accomplishments in achieving the subcontracting goals in the plan. To that end, the support ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3185df4059a54a4c9c6b2b7310e5f6ac/view)
 
Place of Performance
Address: Department of Veterans Affairs Garland VA CLinic 2300 Marie Curie Blvd., Garland, TX 75042, USA
Zip Code: 75042
Country: USA
 
Record
SN05997085-F 20210512/210511201422 (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.