Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2021 SAM #7182
SOLICITATION NOTICE

R -- Albany Courier Services

Notice Date
7/29/2021 1:56:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q1207
 
Response Due
8/19/2021 9:00:00 AM
 
Archive Date
11/17/2021
 
Point of Contact
Clifford S. Harrison, Contracting Officer, Phone: 718.584.9000 Ext.4680
 
E-Mail Address
Clifford.Harrison@va.gov
(Clifford.Harrison@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION STRATTON VA MEDICAL CENTER COURIER SERVICES THROUGH-OUT ALBANY (i) 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, and FAR 13.5 Simplified Procedures for Certain 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C242-21-Q-1207. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 (eff. 07/12/2021) & VAAR Update 2008-28 (eff. 01/27/21). (iv) This solicitation is Service-Disabled Veteran Owned Small Business set-aside open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 492110 size standards in number of employees 1500. The FSC/PSC is R602. (v) This is a services contract to provide Courier Services for multiple CBOC s and office space located at: 159 Jefferson Heights, Greene Medical Arts Building, Suite 102A, Catskill. NY 12414 963 Rt. 146, Clifton Park, NY 12065 2623 St Highway 30A, Fonda, NY 12068 109 North Main Street, Bainbridge, N.Y. 13733 33 Depot Street, Saranac Lake, N.Y. 12983 7426 US RT 9 Westport, NY 12993 20 Madison Avenue Extension Albany, NY 12203 The Contractor shall provide clear pricing as the Contracting Specialist will need to distinguish between the varying costs of the procurement in order to determine price reasonableness. (vi) The required work is as contained below in the Statement of Work. Statement of Work for Stratton VA Medical Center Courier Services The Department Of Veterans Affairs VA Healthcare System Upstate New York, Stratton VA Medical Center, 113 Holland Avenue, Albany, NY intends to award an Firm Fixed Indefinite Quantity, Indefinite Delivery Service Contract to a qualified, responsible, responsive firm for performance of courier services for the pickup and subsequent delivery of blood specimens, supplies, and mail from the VA operated Community Based Outpatient Clinics (CBOCs) located in Catskill, Clifton Park, Bainbridge, Fonda, Elizabethtown and Saranac Lake, NY and office space in Albany, NY to the Stratton VA Medical Center, Albany, NY. Contract performance will be for one (1) base year and four (4) one-year options. Due to the critical nature of this service, the successful offeror must possess the necessary expertise and resources required by these specifications in order to be considered for contract award. Section II describes the minimum needs that the government will accept for performance of the services described herein. I. General Task Statement: Contractor will provide all necessary, labor, equipment, supervision and transportation (vehicles and gasoline) needed to provide same day courier services (inside pick up) to transport laboratory specimens and mail (10 envelopes per day) between the Community Based Outpatient Clinics (CBOCs) and office space located at: 159 Jefferson Heights, Greene Medical Arts Building, Suite 102A, Catskill. NY 12414 963 Rt. 146, Clifton Park, NY 12065 2623 St Highway 30A, Fonda, NY 12068 109 North Main Street, Bainbridge, N.Y. 13733 33 Depot Street, Saranac Lake, N.Y. 12983 7426 US RT 9 Westport, NY 12993 Madison Avenue Extension Albany, NY 12203 b. Delivery (inside delivery) is to be made to the Chemistry Laboratory B Wing, 2nd Floor, (Upon moving, the contractor will then be expected to deliver to the new Laboratory on the 3rd floor, Core.) and mailroom in the basement located in the Stratton VA Medical Center, 113 Holland Avenue, Albany, NY 12208. c. The Contractors employee will sign a log book at the CBOC that specifies what is being picked up and transported. The pickup will be co-signed by a CBOC VA employee as a witness to the pickup. Contractor s employee will only pick up items that are to be delivered to the Laboratory Service. d. There may be hazards associated with specimen/supply transportation; therefore, the Contractor shall be equipped to handle these items accordingly in a safe and appropriate manner and in accordance with all regulatory agencies, federal, state and local laws and regulations. Contractor will complete OSHA approved training for transporting Bio-hazardous specimens. Each vehicle used in the performance of this contract shall be adequately stocked with at least one up-to-date complete SPILL KIT for a bio-hazardous cleanup in case of leakage or accidental discharge from controlled containers. e. If there are reasons for potential delays for delivery and/or pick-ups, the contractor shall contact and inform the COR of the situation. Drivers shall not make non-emergent stops. II. Schedule of Coverage: a. Courier services will be provided as needed five days a week, Monday through Friday, excluding weekends and Federal Holidays. All service will be performed during normal hours of coverage unless requested and approved by the Contracting Officer Representative with final approval by the Contracting Officer. b. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day President's Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day c. Pickups will be made from the VA CBOC(s) in Catskill Clifton Park and Fonda at approximately 2:00PM EST. The Pickups will be made from the VA CBOC at Bainbridge no later than 1:00PM. The Contractor will make any deliveries back to the Stratton VA Medical Center Laboratory Service located at 113 Holland Avenue, Albany, NY 12208 NO LATER THAN 3:00pm Eastern Standard Time. d. Delivery must be made on the same day that the pickups are made, NO LATER THAN 3:00 pm., to the Stratton VAMC, Chemistry Laboratory B Wing, and 2nd Floor. (Upon moving, the contractor will then be expected to deliver to the new Laboratory on the 3rd floor, Core) These deadlines are extremely critical to the integrity of the specimens and will be closely monitored for compliance. Specimens shall be delivered to Lab Department employee only, signing in as required. Couriers will check in and out at the lab by filling out the Delivery Sign-In Sheet/Log (which will be provided upon contract award) with their complete name and initials. Specimens will not be left without ensuring that a Lab department employee has acknowledged receipt of the container(s). SECTION II ADDENDUM TO STANDARD FORM 1449 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK e. If the Lab Department personnel have not received the delivery by 3:00pm, they will call the courier Point of Contact (POC) to find out why the delivery is late. The POC will let the Lab know the reason for the delay and/or they will call the Lab within thirty (30) minutes with the reason for the delay and with a response to what is being done to resolve the situation. This information will be sent to the VA COR for documenting performance. The courier will provide a second POC that may be reached when no response has been received after the 30 minutes has expired. f. The key element is the timely arrival of laboratory specimens at Stratton VA Medical Center Lab in Albany, NY. Failure to maintain that schedule will be a consideration for termination of the contract. III. Transportation & Containers: a. Contractor shall pick up all empty containers and other items from the delivery site and return them to the specified clinic location at the next scheduled pick up date/time. b. Specimen containers will be provided by the VA Medical Center. However, the courier will be liable for replacement of any container that are lost or damaged while in their care. Prior to pick-up, courier will visually inspect the container (s) for damage. If any container is found to be damaged, he/she will so notify the Lab Department and request a replacement for transport. c. Each container will be marked with a Ship to address and a Sent from address for its proper identification. d. All containers shall be transported in a manner that will ensure that all specimens are delivered in the same condition in which they were received by the courier service (specimens in wire rack and in upright position or biohazard bags, unbroken vials or bottles). e. The Contractor transporting vehicles shall be equipped with appliances and/or containers and other necessary items to maintain appropriate temperatures at all times for frozen and/or refrigerated specimens from pick-up point to final drop-off point. All vehicles shall have heating and air conditioning to maintain a temperature between 65 and 85 degrees Fahrenheit. During transport of specimens from the clinic, the courier service will in all aspects, try to prevent any/all extreme temperature changes to the coolers causing the ice inside to melt. Vehicles shall not be left in extreme heat or cold while specimens, pharmaceuticals, and films are being transported. Damages that occur due to improper temperature controls will be levied against the contractor. f. The Stratton VA Medical Center, Albany, NY will provide any other supplies necessary to transport specimens including shipping containers, tapes and labels. SECTION II ADDENDUM TO STANDARD FORM 1449 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK IV. Contractor Qualifications: a. The Contractor shall have all necessary licenses and follow all applicable federal, state and/or local regulations regarding the requested transportation services. b. Contractor shall be established in the business called for and be financially responsible. c. Contractor shall ensure that its employees are qualified and capable of performing these services. All drivers must possess and maintain a valid driver s license for the type of vehicle operated as required by the State of New York. d. The Government reserves the right to thoroughly inspect and investigate the establishments vehicles, facilities, and other qualifications of offeror and to reject any offer, irrespective of price, if it is administratively determined to be lacking in any of the essentials necessary to assure acceptable standards of performance. e. Contractor shall provide a list of personnel including, drivers, office personnel and who to contact in case of emergency. The list shall include names, phone numbers and pager numbers. The contract manager, drivers and alternates, must be able to read, write, speak and understand English. An updated listing will be provided as changes in personnel occur. f. Contractor shall provide and maintain training for its employees in appropriate safety and packaging procedures suitable to specimen type and distances transported. This should include issues such as adherence to regulations for transport of biohazards, use of rigid containers where appropriate, temperature control, notification procedures in case of accident or spills, etc. Upon request by the Contracting Officer Representative (COR) or designee, contractor shall provide documentation certifying that training has been provided to contractor s employees. g. Contractor shall submit at least 3 references from past related jobs. They would also need to furnish a point of contact from the business/organization, in which the job was completed. All included information may be subject to verification. V. Evaluation Factors All Offerors will respond to the initial solicitation for qualification package by submitting a proposal to the assigned Contracting Officer. An evaluation decision will be made based upon the following factors, as listed below according to weight: Past Performance (with preference to medical facilities): interested parties would need to submit an outline detailing at least three past related jobs. They would also need to furnish a point of contact from the business/organization, in which the job was completed. All included information may be subject to verification. Ability to perform the entire contract without sub-contracting to other vendors. This should be expressed in the developed contingency plan. Experience: The contractor shall provide personnel resume and/or other information that will satisfactory prove selected candidate are qualified to perform the required services. Price: Parties should complete the attached worksheet. VI. Special Contract Requirements: a. Service Contract Act of 1965: All service employees who will be employed in the performance of the contract awarded as a result of this solicitation shall be paid no less than the wages shown on the Wage Determination which is incorporated and made a part of this solicitation and resulting contract. b. Lost, Stolen or Damaged Items: Contractor will make all reasonable provisions to protect items being transported against loss, such as placing items in a secure area until delivery has been accomplished. Should an item be lost or stolen while in the Contractors possession, the Contractor shall reimburse the VA Medical Center for the cost. SECTION II ADDENDUM TO STANDARD FORM 1449 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK VII. Definitions /Acronyms: a. CBOC: Community Based Outpatient Clinic. b. CO - Contracting Officer: The person with the authority to enter into, administer, and/or terminate contracts, and make related determinations and findings, including changes within the original contract scope, on behalf of the Department of Veterans Affairs. c. COR - Contracting Officer Representative. Any person(s) designated in writing by the contracting officer to act for the CO within the limits of the delegated authority. Under this contract, the COR shall be the VA person who is qualified to operate the equipment called for and shall render advice and assistance to the contractor s service personnel. The COR shall also be responsible for certifying that services performed have been satisfactorily rendered in accordance with contract terms. d. Pickup Receipt: A documentation of the services including time and date of pick up. e. VAMC - Department of Veterans Affairs Medical Center. f. Quality Assurance (QA): Actions taken by the CO or COR to ensure that contractor performance is in accordance with contract requirements. g. Quality Control Plan (QCP): A plan of action to be employed by the contractor to ensure that its performance is in accordance with contract requirements. VIII. Sexual Harassment Policy: The policy of the Department of Veterans Affairs is to create an environment free of discrimination and to promote an atmosphere for the residents, visitors and workforce, free of discrimination and/or harassment, without regard to race, color religion, sex, national origin, age, physical or mental handicap. Contractors performing services on a Federal worksite must take any and all necessary measures to prevent sexual harassment and discrimination from occurring, by assuring that his/her employees and those of his/her subcontractors maintain the highest degree of conduct and standards in this regard. Any complaints received by the Contractor, alleging misconduct toward contractors employees from other than contractor related personnel, i.e. VA personnel, patients, and/ or visitors shall be reported to the COR. IX. Contingency Plan. The Contractor shall furnish with his proposal a written Contingency Plan indicating that services can be continued in the event of failure of the Contractors primary personnel, equipment, facility and/or performance. This Contingency Plan must also include transportation vehicle failure. SECTION II ADDENDUM TO STANDARD FORM 1449 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK X. Compliance with Regulations/Security Requirements & Confidentiality: 1. Contractor employees are subject to and must comply with HIPAA Regulation, Public Law 104-191; Public Law 93-579 Privacy Act of 1974 and all applicable Federal and VA confidentiality Laws and Regulations insuring the integrity and confidentiality of the information and protect against any reasonably anticipated threats or hazards to the security or integrity of the information and unauthorized uses or disclosures of the information. This includes any exposures to PHI by support personnel or disclosure of any PHI to any other agents during the course of regular service and support activities, and to any PHI obtained during the course of complaint investigation or any other FDA mandated activity. Upon termination of this contract, the contractor shall continue to extend this protection to any PHI retained during this activity. 2. The Contractor shall ensure the confidentiality of all packages being transported and will be held liable in the event of breach of confidentiality. The Contractor shall comply with the provisions of the Federal Privacy Act of 1974 (Public Law 93-579), the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1972 (Public Law 93-282, the Drug Abuse Office and Treatment Act of 1972 (Public Law 93-255), as well as other statutes regarding confidentiality of patient information. Any contractor personnel found to be reading any of the materials shall be promptly removed from the government premises. The persons involved will not be allowed to return to the for any future service requests. Disclosure of any sensitive data obtained during the performance of the particular contractual duty is prohibited. Violations may involve imposition of criminal penalties. 3. The Contractor will ensure that security measures have been implemented which are consistent with all VHA, VA, and other federal standards and guidelines. The contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. 4. Contractor personnel performing work under this contract shall satisfy all requirements for appropriate security eligibility in dealing with access to sensitive information belonging to or being used on behalf of the Department of Veterans Affairs. All contractor employees who require access to the Department of Veterans Affairs computer system, access to sensitive records or access to the facility shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start of the contract, the contractor will be responsible for the actions of those individuals they provide to perform work for VA. (1) Position Sensitivity - The position sensitivity has been designated as low risk. (2) Background Investigation - The level of background investigation commensurate with the required level of access is National Agency Check with Written Inquiries. 5. The contractor shall prescreen all personnel providing services to ensure they maintain an U.S. citizenship and are able to read, write, speak, and understand the English language. 6. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. SECTION II ADDENDUM TO STANDARD FORM 1449 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK XI. Identification, Parking, Smoking and VAMC Regulations: Contractor personnel shall wear visible identification at all times while on the premises of the VAMC and any Federal property. The Contractors delivery personnel must be in a Contractor uniform or some apparel that identifies them with the Contractor and VA reserves the right to request picture identification and to verify employment prior to allowing access. It is the responsibility of the vendor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement of parking violations of the vendor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. XII. Documentation Delivery Reports: The Contractor shall provide to VAs COR or designee, a written report of all items transported to and from each location. The report shall also provide the number of items delivered, and their delivery locations. The report must show date, the name of the item, number of pieces delivered, and where they were delivered. The COR or designee will verify the delivery date and discrepancies will be addressed with the Contractors authorized representative. SAFETY REQUIREMENTS In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his/her designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer or his/her designee will notify the Contractor of any noncompliance with the foregoing provisions as well as the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of work, shall be deemed to be sufficient for the purpose of the aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting officer may issue an order stopping all or any part of the work and hold the Contractor in default. (vii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2020) a. Solicitation number for this requirement as 36C242-21-Q-1207. b. Name, address and telephone number of offeror. c. Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. d. Terms of any express warranty. e. Price should be for all services detailed on the statement of work. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete. Hourly rate shall be separated from any other costs. Failure to do so will result in automatically being disqualified. f. Acknowledgement of any solicitation amendments g. Past performance information h. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. i. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). The following solicitation provisions apply to this acquisition: 52.204-7 System for Award Management (OCT 2018) 52.404-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.216-1 Type of Contract (APR 1984) 52.233-2 Service of Protest (SEPT 2006) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (viii) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applies to this acquisition. Award will be made to the offeror whose offer is determined to be the best value to the government, considering technical capability past performance and price. The offeror must be a responsible offeror and submit a package that meets all the technical and past performance requirements. Offeror must also meet the terms and conditions of all clauses and provisions. The award will be made to the responsible offerors, whose offer is the best value. When combined, technical and past performance is more important than price. A quote may be determined to be unacceptable/incomplete if required information is missing or if the quote materially deviates from the requirements of the RFQ. All complete quotes will be considered. Evaluation Factors: **Submit (1) un-redacted file for (1) Technical Capability (A) contractors experience (B) management, certification & training & (C) Key Personnel. (2) Past Performance (1) & (2) not to exceed 25 pages collectively and (1) un-redacted file for (3) Price. Acknowledgement of any solicitation amendments if issued. (1) Technical Capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the SOW. Provide documentation that they can provide Qualified Professional Inspector (QPI) personnel as per the SOW requirements. A. The contractors experience must demonstrate that they are a firm regularly engage in providing Laboratory Courier Services and general Courier Services. B. Management, Certification, & Training C. Contactor shall provide Key personnel for the prime and all subcontractors. They must also list the role the key personnel perform and their contact information. (2) Past Performance: Contractor must provide three references for contract of similar scope and magnitude to be evaluated for Courier Services The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. (3) Price: Offeror s price shall be evaluated to determine if its fair and reasonable. Offerors shall submit a price/cost breakdown to include hourly rates of all employees who will be involved in the complete of this project. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (4) Service-Disabled Veteran-Owned Small Business (SDVOSB): The offeror shall be certified, verified and have an active registration in the Vendor Information Pages (https://www.vip.vetbiz.va.gov/). Price, the government will evaluate offers for total price; however please keep in mind When combined, technical and past performance is more important than price. (viiii) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2021) 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. (x) FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 The following contract clauses apply to this acquisition: The following clauses are incorporated into Addendum to FAR 52.212-4, 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (Extend the Term of the Contract within 90 Days) (written notice of its intent to extend at least 60 days) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) - 852.203-70 Commercial Advertising. - 852.211-70 Equipment Operation and Maintenance Manuals - 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) - 852.232-72 Electronic Submission of Payment Requests. - 852.270-1 Representatives of Contracting Officers. 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.219-76 Subcontracting Plans Monitoring and Compliance (JUL 2018) 852.237-75 Key Personnel (OCT 2019) 852.242-71 Administrative Contracting Officer (OCT 2020) (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2021) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-9 Small Business Subcontracting Plan (JUN 2020) 52.219-16 Liquidated Damages Subcontracting Plan (JAN 1999) 52.219-28 Post Award Small Business Program Representation (NOV 2020) 52.222-3 Convict Labor (June 2003) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class: 01141 (Messenger Courier) Monetary Wage Fringe Benefits: $16.69 Health & Welfare: $4.54 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (MAY 2014) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.24...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af0d9ada84624edf821915e7168b640d/view)
 
Place of Performance
Address: Albany Stratton VA Medical Center 113 Holland Ave, Albany NY, USA
Zip Code: NY
Country: USA
 
Record
SN06078009-F 20210731/210729230124 (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.