Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2021 SAM #7172
SOLICITATION NOTICE

65 -- Centrak OR Control System

Notice Date
7/19/2021 3:32:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25721Q1192
 
Response Due
7/28/2021 8:00:00 AM
 
Archive Date
08/27/2021
 
Point of Contact
Danise D Burt, Danise Burt, Phone: 972-708-0809
 
E-Mail Address
DANISED.BURT@va.gov
(DANISED.BURT@va.gov)
 
Awardee
null
 
Description
General Conditions and Statement of Work Page 6 of 7 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-02 effective November 23, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus manufacturing, with a small business size standard of 1250 Employees. Prospective offerors shall be a registered in the System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract, and registration shall be complete and not missing elements such as representations and certifications. The combined synopsis solicitation is 100% Set-Aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Note, Interested SDVOSB offerors must be listed and registered in Vendor Information Portal (Vip.Vetbiz.gov) to be considered for Award. EVALUATIONS: Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. 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:  Vendor is a certified small business. Vendor must be registered is SAM with applicable NAICS code by the close of solicitation. Vendor must provide current industry certification to provide call system installations. Vendor must provide past performance for similar service (CPARS) 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. Price: Price will be evaluated independently of the non-price factors. The Department of Veterans Affairs (VA) is requesting procurement information for a commercial Operating Room Management system to manage operating room workflow. The Department of Veteran Affairs is in search of SDVOSB/VOSB organizations that are capable of servicing the Department of Veterans Affairs South Texas, VA Audie L Murphey Memorial Hospital need to procure the following commercial Operating Room Management System items: Item Description Quantity Vendor Personnel/Install LCD Touchscreen Display w/ bracket 65 1 LCD Touchscreen Display w/ bracket (43 -55 ) 11 LCD Display 55 w/ bracket 1 Windows Workstation 25 CenTrak Timing Star 1 CenTrak Asset Tag IT-713 w/ strip-label 100 CenTrak SMA + Warranty 1 CenTrak Battery Replacement 150 CenTrak Licensing & Engineering Services 1 Tablet Computer Kiosk w/bracket 17 License Base Year 1 General Conditions Site Address The address of the STVHCS facility is listed below. Additional information on delivery is located in section 2.4. Audie L. Murphy Memorial Hospital Surgical Service Operating Room 7400 Merton Minter San Antonio, TX 78229 Delivery Schedule Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below. Table 2 Anticipated Deployment Schedule Building Name Building # & Letter Acronym Est. Delivery Start Date Est. Delivery End Date VA Audie L. Murphey Memorial Hospital AMH STVHCS 2021-06-01 2021-11-01 Schedule and Order Management The awardees actual delivery dates will be confirmed by VA upon award. Post-award the vendor will coordinate delivery prior to beginning any work (see section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the VA POC and the vendor. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification. Delivery and Receiving Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided by the VA POC post-award. Delivery must be coordinated Stephen Lane (primary), 210-617-5300 x14165 prior to any attempts at delivery. Any item that has not been coordinated may be turned away and any additional charges will be the responsibility of the sender/transportation company. Audie L. Murphy Memorial Hospital (Direct Delivery to address detailed in paragraph 2.1.1) Delivery shall be freight on board (FOB) Destination. The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Central Time), Monday through Friday, and excluding Federal Holidays. Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. Labeling of delivered items shall include the awarded contract number and VA purchase order number for identification and reference upon receipt of product. Use of Warehouse The vendor shall communicate through the VA POC any required coordination requirements. Clean Up and Disposal Vendor will dispose of all waste in VA provided dumpster located at the loading dock. The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials. Deliverables The vendor shall provide CAD drawings (including shop drawings) and specifications for site prep for their product as required. The vendor shall provide a completed VA Form 6550 with submittal documents for any and all item(s) that may connect to the VA network and medical devices that store sensitive patient information. Assembly and Installation [ is is not required] The vendor is required to manage and coordinate installation at the VA STVHCS with the VA POC. Vendor will install and customize the system at STVHCS Vendor will not cover the following costs: 1) AMH and third-party personnel that may be involved in the project; 2) Procurement, installation, imaging, administration of the Windows servers required by the project; 3) Installation of electrical outlets and data cabling required by the project; 4) Installation, imaging, administration of the 17 Windows workstations, one for each display. Vendor will be responsible for coordinating installation with VA STVHCS COR, Surgical ADPAC, Biomedical Engineer Department, OIT&T. On-site assembly and installation of items, and performance of services identified in this document shall be coordinated with facility POC and be conduct Monday through Friday excluding Federal Holidays. The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s (or associated sub-contractors) installation. During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and STVHCS. On-site representative can be the installer. All instructions provided from COR to the representative will be binding as if given to the vendor s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. Training [ is is not required] The vendor shall coordinate through the VA POC to provide a hands-on product customization and training sessions to staff selected by the VA. Training shall be completed within 4 months after final installation of equipment. The vendor will provide an electronic copy of the training to the VA POC for VA to use to train additional personal at a future date. In addition, the vendor shall provide additional training documents to the VA POC for training additional persons at a future date. Standard Warranty The products shall be covered by vendor s standard warranty terms and provisions, provided, however that the warranty coverage shall be no less than the following: The Vendor shall provide a warranty certificate/form stating the warranty period, terms, and information required to initiate the warranty. The warranty period set forth therein shall run for one year following the first day of use at STVHCS; The vendor shall extend such warranty directly to the customer as if such customer had purchased the Products directly from the vendor: The vendor shall warrant the products against defects in material and workmanship under normal use and service, repair or replace at vendor s cost any defective Product (or issue a credit or refund, as the case may be, based on the purchase price paid therefor); and The vendor shall pay (or refund the amount of) all freight and shipping charges for any defective Products returned under this paragraph. Use of Premises If during the performance of this contract, work will be carried out on VA STVHCS premises, the vendor shall perform all work in such a manner that will cause a minimum interference with VA STVHCS operations and the operations of other contractors on the premises. The vendor shall communicate through the VA POC any required coordination requirements with the General Construction contractor prior to and during delivery and installation activities. The project may be an active construction site during delivery and installation. The vendor shall take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor shall assume responsibility for taking precautions for the vendor's (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g. hard hats, safety vests). Maintenance and Support Vendor will provide STVHCS with the following software support, maintenance, and upgrade services for the term of each license. Installation and re-installation of the software as required. Assistance to STVHCS staff supporting servers, workstations, touch screen monitors, and RTLS hardware when application software issues arise. Vendor will provide On-call software support available Monday Friday, 6 AM to 6 PM CST, Excluding the following holidays: New Year s Eve, New Year s Day, Memorial Day, July 4th, Labor Day, Thanksgiving (Thursday and Friday), Christmas Eve, and Christmas Day. Vendor will provide after-hours software support Remote support via site-to-site. Vendor will maintain and VPN access to application server and provide application software version upgrades. STVHCS OR MANAGEMENT SYSTEM 7400 Merton Minter San Antonio, TX 78229 _ Project: STVHCS Issue Date: April 2021 _ Total Quantity: 22 Finish Sample Required if Checked Manufacturer Certified Installation Required if Checked _ BMET Training Required if Checked End User Training Required if Checked _ Item Name: OR Management System and Software License Basis of Design Brand or Equal: Width: N/A. Depth: N/A. Height: N/A. Salient Characteristics: VHA Approvals and Data Integration South Texas Veterans Health Care System requires acquisition of an Operating Room Management System to assist Operating Room (OR) personnel in managing critical tasks in the OR. System must have prior approval in the VHA Technical Reference Model (TRM). System must have previous VA approvals for integration into VISTA. The system must be capable of integrating into VISTA to download data from the surgical package. System must be able to retrieve the following data points surgical schedules, retrieve booking information, special notes, and health factors. System must allow authorized users to log into the program via standard browser intranet page using existing VA network user log in. Program must have security functions to allow for assignment of user roles to control data and information being inputted into the system. System will have configurable HL7 messaging based on state change events or data edits. System must be able to be customized to indicate statuses requested from STVHCS Surgical Staff. Display and System System will use touch screens kiosks and touch screen displays located in each OR room and status display boards strategically located in the OR, PRE-OP, Post-OP, holding to allow users to drag and drop to arrange cases to rooms on the color coded OR schedule. System must have color coded displays of the OR case scheduled for previous, current, and next day. System will have established check in and discharge points (process start and stop). Staff should be able to retrieve data and drill down to specific procedure information by clicking on the procedure. System must have the ability to color code and display/provide information on OR rooms and beds. Displays must indicate case delays with color coding for scheduled delay on timeline. Automated Functions System must in real time automatically switch to indicate room status by automatically tracking patient movement through the Pre-Op area, OR, Post-Op areas via RTLS/RFID technology. System must leverage RTLS/RFID technology to automate record and track times associated with patient movement through OR. System must use this automated function to track and update status in the program while sending automation notification to pre-identified staff members or family members. System must automatically track and update the procedure status. Notification, Notes and Alerting Functionality System must be able to be configured to provide alerts based on the patient movement as statuses are altered by the automated functions of RTLS/RFID tags. System will have the ability to display/indicate/alert staff of same last name, patient infection status icon, ability to print labels and barcodes for lab. System must have color coded status and note entry for Sterile Processing and blood Bank. System must indicate different Anesthesia data elements such a consults and patient history of repeat patients with known anesthesia issues such as difficult IV. System must allow staff to add notes and add on procedures. System must use a drag and drop function to allow staff to lengthen or shorten procedure length, indicate concurrent tracking of same patient with multiple procedures. When case status changed system must be capable of calling/alerting the patient s family and updating status on family wait area display board. System must have a time out process which can be customized per the needs of the facility. Staff Management Functions System must have the ability determine room staff needs based on scheduled, assignments and staff leave. System must use drag and drop function on the touch screen or on the web browser to assist staff in establishing nursing and technician rotations, bed and room assignments including assignment and display of staff breaks and lunch. System must track room and bed assignments and different statuses for Providers, Nurses, Technicians, Anesthesiologists Pre-Op/Operating Room/Post-Op areas. System must be able assign and indicate staff assignments as designated by supervisor. System must be able to display and print schedule and assignments. System must maintain the OR schedule and allow staff drill down to data and schedule based on the surgeon s name. Staff must be able use web browser to retrieve real-time schedules for same day next business day. Room Status Tracking System must have the capability to electronically track metrics associated with room turn over. System must automatically switch to indicate room status by automatically tracking patient movement through the OR via RTLS/RFID. System must use RTLS/RFID to change display board status to indicate room turnover is required. System must record length of turn over (must show current and archive historical data) based on status updates entered by EMS staff via kiosk or tracking tag. Display boards must display OR room, PreOp/PostOp room cleaning status updated by patient movement or staff reporting. System must display of setup and teardown times on timeline. Report Capability System must have the capability to retrieve real time and historical data for daily, monthly, for scheduled or ad hoc reports on the following metrics Length of stay by procedure area, surgical service, and surgeon. Cancellations by procedure area, surgical service, and surgeon. Delays by procedure area, surgical service, and surgeon First case on-time starts by procedure area, surgical service, and surgeon. Turnover times by procedure area, surgical service, and surgeon. Case volumes by procedure area, surgical service, and surgeon. Room utilization by procedure room. Family communication by message type. Product must display past and future data for number of active rooms in a histogram. Capability Statement Requirements: RESPONSES MUST INCLUDE THE FOLLOWING INFORMATION: Company Name, Address, Size Standard, DUNS #, Cage Code Point of Contact name, phone number, and email address NAICS Code 334510 and Small Business Size Standard 500 employee MUST be assigned to company Capability Statement Specify the specific line items in which you intend to provide/install. If you will NOT be manufacturing the equipment, you MUST provide information on the manufacturer you intend to use, i.e.. authorized distributor letter, etc. If you will NOT be performing the installation, you must provide a Letter of Intent from the business you intend to use (explaining their agreement with you to perform the installations according to the solicitation), along with references of their past laundry equipment installations. *NOTE Acquisitions will only be set aside for SDVOSBs/VOSBs if two or more responses are received with the required information listed above, by the due date specified below. QUOTE SUBMISSION DEADLINE: Quotes must be received no later than Thursday, July 28, 2021 at 10:00 am CST. Email your quote to Danised.burt@va.gov. The subject line must specify 36C25720Q1192 Centrak Control System. 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). 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. (End of Clause) 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). (End of Addendum) 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 52.219-8, 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) 52.233-3, 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 852.273-70, Late Offers (Jan 2003) 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 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020) ALTERNATE I (MAR 2020) (a) Definition. ""Small business concern,"" as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to (1) Contracts that have been totally set aside for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from small business concerns and Federal Prison Industries, Inc. (FPI). Offers received from concerns that are not small business concerns or FPI shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to either a small business concern or FPI. (End of Clause) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes FAR 52.219-6, Notice of Total Small Business Set-Aside and FAR 52.219-14 Limitations on Subcontracting (MAR 2020). (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 records, or 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. (End of Clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: Department of Veterans Affairs Network Contracting Office (NCO 17) NCO 17 RPO West 124 E. Hwy 67 Duncanville, Texas 75137 Mailing Address: Department of Veterans Affairs Network Contracting Office (NCO 17) NCO 17 RPO West 124 E. Hwy 67 Duncanville, Texas 75137 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018) (a) Any protest filed by an interested party shall (1) Include the name, address, fax number, email and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester s representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and Contracting Officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) (a) As an alternative to filing a protest with the Contracting Officer, an interested party may file a protest by mail or electronically with: Executive Director, Office of Acquisition and Logistics, Risk Management and Compliance Service (003A2C), Department of Veterans Affairs, 810 Vermont Avenue NW, Washington, DC 20420 or Email: EDProtests@va.gov. (b) The protest will not be considered if the interested party has a protest on the same or similar issue(s) pending with the Contracting Officer. (End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs 810 Vermont Avenue, N.W. Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management: Director, Office of Construction and Facilities Management 811 Vermont Avenue, N.W. Washington, DC 20420 REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE SYSTEM (CPARS): As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $100,000 and shares those evaluations with other Federal Government contract specialists and procurement officials. The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement VA uses an online database, the Contractor Performance System (CPARS). Each contractor whose contract award is estimated...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/520d863ffeb84c28ace661d83270a43c/view)
 
Place of Performance
Address: Department of Veteran Affairs 7400 Merton Minter, San Antonio 78229
Zip Code: 78229
 
Record
SN06066055-F 20210721/210719230115 (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.