Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2022 SAM #7407
SOLICITATION NOTICE

70 -- Comcast High Speed Internet for Rail system software

Notice Date
3/10/2022 8:41:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24622Q0384
 
Response Due
2/24/2022 12:00:00 PM
 
Archive Date
03/26/2022
 
Point of Contact
Audrey Wooten, Contracting Officer, Phone: 757-722-9961 x 3419
 
E-Mail Address
audrey.wooten@va.gov
(audrey.wooten@va.gov)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 18 of 18 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 18 (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested for High-Speed InternetIncorrect requirement service at the Richmond VAMC. A written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ 36C24622Q0384_1 (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. (IV) Any amendments issued to this combined/synopsis will ONLY be available on the FBO website (www.fbo.gov). (V) The Network Contracting Office 6-RPO East intends to award a firm-fixed-price contract for the VAMC RICHMOND VA. (VI) The North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 750 employees. This procurement is a set-aside for SDVOSB, and all eligible offerors may submit quotes. All offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. All SDVOSBs must be listed and registered in Vetbiz.gov to be considered for award. (VII) Questions concerning this solicitation shall be addressed to Audrey Wooten Contracting Officer and emailed to Audrey.Wooten@va.gov. All questions or inquiries must be submitted no later than 10 am Eastern Standard time on 03/14/2021. No phone call will be accepted. (VIII) The Government will award a contract resulting from this RFQ to the responsible offeror whose quote MEETS ALL ITEMS LISTED IN PRICE SCHEDULE and technically acceptable. Quotes are due by 1 pm Eastern Standard time on 03/17/2021 Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Audrey.wooten@va.gov. (IX) This combined solicitation/synopsis is for the purchase of the following commercial items: ITEM INFORMATION The Richmond VA Medical Center, located at 1201 Broad Rock Blvd, Richmond, VA 23249 is seeking a potential qualified contractor than can provide the following items stated in the PRICE SCHEDULE (no gray market items accepted): Statement of Work Basic/Skilled Labor Contract Title. High-Speed internet Background/Dates of Service (Period of Performance). The Hunter Holmes McGuire VA Medical Center is requesting High-speed internet service in the laundry operation for rail system software at the medical center in Richmond, VA. This request is needed because the rail system must have a separate internet line for software can communicate on both soil side, clean side & Etech tech support. This request does not operate on the main facility s internet infrastructure and will not affect patient safety or other sensitive information. Without this update, the laundry cannot function, and patient care will be greatly affected not just at hunter Holmes Veteran affairs medical center, also at the CBOC and Hampton VAMC as well. Scope. Internet service will provide at minimum standards are 10mbps Download and 5mbps Upload will provide a direct connection from the VA LAN to our Internet point of presence (POP) router via a private virtual Ethernet Dedicated Internet link. The EDI circuit will offer a 10mbps download and 5mbps upload speed. Comcast will provide toll-free access to 24/7 priority support from a dedicated team of experienced tech specialists. Comcast must provide a customer portal that must be accessible for the VA site to monitor circuit utilization via My Account. The vendor will provide an end-to-end premise-based solution that includes electronic and mechanical equipment, configuration, change management, help desk support, and IT in-person support. Specific Tasks. LIST IN BULLET FORM THE SPECIFIC ITEMS REQUIRED FROM THE CONTRACTOR, SUCH AS PARTS, LABOR, COVERAGE HOURS, RESPONSE TIME, GUARANTEED UPTIME REQUIREMENTS, ETC. The Vendor will provide the following services: (Red Examples Below) Vendor will provide high speed at minimum standards are 10mbps Download and 5mbps Upload. Vendor will provide e equipment and will provide maintenance and tech support. Vendor will provide labor to set up equipment, run wire and update any infrastructure that is currently in laundry operation to support the high-speed internet and will be responsible for damaging intentionally or unintentionally to wall, wire or plumbing during the work. Provide preventative maintenance on all rented electronic equipment. The Vendor will provide the following equipment to provide services. router wires 1P address Price Schedule Line Description of Services Estimated QTY Unit 0001 One-time Active Core Installation Fee 1 EA 002 EDI - Bandwidth 12 EA 003 IPv4 Static Address Block /29 (6) Static IP 12 EA 004 Mid Mkt Mgd Svcs - Mgd Router 12 EA 005 HW - Router Service 12 EA 006 Juniper Router M 12 EA DEFINITIONS/ACRONYMS: CO - Contracting Officer COR - Contracting Officer's Representative RICHMOND VAMC Hunter Holmes McGuire VA Medical Center, located in Richmond, VA QASP - Quality Assurance Surveillance Plan B.2 PRICE/COST SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Base year 1.00 EA _______________ ________________ One-time ActiveCore Installation Fee Contract Period: Base POP Begin: POP End: 0002 Base year 12.00 EA ________________ __________________ EDI - Bandwidth Contract Period: Base POP Begin: POP End: 0003 Base year 12.00 EA _______________ _______________ IPv4 Static Address Block /29 (6) Static IP Contract Period: Base POP Begin: POP End: 0004 Base Year 12.00 EA ________________ ________________ Mid Mkt Mgd Svcs - Mgd Router Contract Period: Base POP Begin: POP End: 0005 Base Year 12.00 EA _____________ _______________ HW - Router Service Contract Period: Base POP Begin: POP End: 0006 Base Year 12.00 EA ______________ _______________ Juniper Router M Contract Period: Base POP Begin: POP End: GRAND TOTAL __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 Option Year OneCLIN 1001, all OY I items begin with 1 1.00 EA _______________ ________________ One-time Active Core Installation Fee Contract Period: Base POP Begin: POP End: 1002 Option Year One 12.00 EA ________________ ________________ EDI - Bandwidth Contract Period: Base POP Begin: POP End: 1003 Option Year One 12.00 EA ________________ ________________ IPv4 Static Address Block /29 (6) Static IP Contract Period: Base POP Begin: POP End: 1004 Option Year One 12.00 EA _______________ ________________ Mid Mkt Mgd Svcs - Mgd Router Contract Period: Base POP Begin: POP End: 1005 Option Year One 12.00 EA _____________ ______________ HW - Router Service Contract Period: Base POP Begin: POP End: 1006 Option Year One 12.00 EA _____________ _______________ Juniper Router M Contract Period: Base POP Begin: POP End: GRAND TOTAL __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 Option year TwoCLIN 2001, all OY II items begin with 2 1.00 EA ____________ _______________ One-time Active Core Installation Fee Contract Period: Base POP Begin: POP End: 2002 Option year Two 12.00 EA ____________ _______________ EDI - Bandwidth Contract Period: Base POP Begin: POP End: 2003 Option year Two 12.00 EA ____________ _______________ IPv4 Static Address Block /29 (6) Static IP Contract Period: Base POP Begin: POP End: 2004 Option year Two 12.00 EA __________ _______________ Mid Mkt Mgd Svcs - Mgd Router Contract Period: Base POP Begin: POP End: 2005 Option year Two 12.00 EA ___________ _______________ HW - Router Service Contract Period: Base POP Begin: POP End: 2006 Option year Two 12.00 EA ___________ _______________ Juniper Router M Contract Period: Base POP Begin: POP End: GRAND TOTAL ________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 Option year Three3001, all OY III items begin with 3 1.00 EA ____________ ______________ One-time ActiveCore Installation Fee Contract Period: Base POP Begin: POP End: 3002 Option Year Three 12.00 EA ____________ ______________ EDI - Bandwidth Contract Period: Base POP Begin: POP End: 3003 Option Year Three 12.00 EA ____________ ______________ IPv4 Static Address Block /29 (6) Static IP Contract Period: Base POP Begin: POP End: 3004 Option Year Three 12.00 EA ____________ ______________ Mid Mkt Mgd Svcs - Mgd Router Contract Period: Base POP Begin: POP End: 3005 Option Year Three 12.00 EA ____________ _____________ HW - Router Service Contract Period: Base POP Begin: POP End: 3006 Option Year Three 12.00 EA ____________ ______________ Juniper Router M Contract Period: Base POP Begin: POP End: GRAND TOTAL _______________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 Option year Four4001, all OY IV items begin with 4 1.00 EA _____________ _______________ One-time ActiveCore Installation Fee Contract Period: Base POP Begin: POP End: 4002 Option Year Four 12.00 EA _____________ ______________ EDI - Bandwidth Contract Period: Base POP Begin: POP End: 4003 Option Year Four 12.00 EA _____________ _______________ IPv4 Static Address Block /29 (6) Static IP Contract Period: Base POP Begin: POP End: 4004 Option Year Four 12.00 EA ____________ _______________ Mid Mkt Mgd Svcs - Mgd Router Contract Period: Base POP Begin: POP End: 4005 Option Year Four 12.00 EA ____________ _______________ HW - Router Service Contract Period: Base POP Begin: POP End: 4006 Option Year Four 12.00 EA ____________ ______________ Juniper Router M Contract Period: Base POP Begin: POP End: GRAND TOTAL ______________ Regulation (VAAR) provisions and clauses apply to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7 System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (Nov 2021) 1. Offeror shall provide an itemized list of the items The offeror shall provide a quote addressing CLINS (1-1) NO remanufactures or gray market items will be accepted. 52.212-2 Evaluation-Commercial Items (Nov 2021) Addendum to 52.212-2, Basis for Award Offers will be evaluated based on the comparison of quotes and select the product/services that represent the best value to the government of ALL ITEMS IN PRICE SCHEDULES and SOW. The evaluation process shall proceed as follows. 1. Technical acceptability shall be evaluated on potential vendors approaches meeting requirements identified within the SOW that meets All items listed in the PRICE SCHEDULE. 2. Price- 52.212-3 Certifications and & Representations (NOV 2021) VAAR Provisions: 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.273-74 Award Without Exchanges (JAN 2003) 2.252-2 Which Clause? Check date Clauses Incorporated by Reference (FEB 1998) FAR Clauses: 52.203.17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Jun 2020) Incorrect date 52.204-4 Print or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-4 Contract Terms and Conditions- Commercial Items (NOV 2021) 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. ADDENDUM to FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2022) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2022) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.217-4 52.217-4 EVALUATION OF OPTIONS EXERCISED AT TIME OF CONTRACT AWARD (JUN 1988) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 2020) Incorrect date 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)Incorrect date 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) 5 52.217-9Is this paragraph 5? Check date OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. 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. VAAR Clauses: 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV2020) 852.203-70 Commercial Advertising (MAY 2018)Incorrect date 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.246-71 INSPECTION (JAN 2008) 852.233-70 Protest Content/Alternative Dispute resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.273-74 Award Without Exchanges (NOV 2021)Incorrec 852.212-72 Gray Market Items (MAR 2020)Revisit, this clause is no longer in the VAAR or on the Commercial check list. 852.219-74 Limitations on Subcontracting Monitoring and Compliance. As prescribed in 819.7203(a) insert the following clause: LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION) (a) This solicitation includes 852.219-10. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6.  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) VAAR 852.219-77 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: (i) [x] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) [] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee:________________________________________ Printed Title of Signee:_________________________________________ Signature:___________________________________________________ Date:_____________________ Company Name and Address:________________________________________ _________________________________________________________________ (End of Clause) VAAR 852.219-78 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (SEP 2021) (DEVIATION)You have both VAAR 852.219-77 AND -78. Revisit prescription and choose the appropriate clause Both belong. (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see F(a)FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.] or [Contracting Officer tailor clause to remove one or other block under subparagraph (iii).] [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.] (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] qualifies as a manufacturer or nonmanufacturer as stated herein and that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting requirement specified in the resultant contract, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee:________________________________________ Printed Title of Signee:_________________________________________ Signature:___________________________________________________ Date:_____________________ Company Name and Address: ________________________________________ _________________________________________________________________ (End of Clause) VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal ContractorsChoose a type FONT for entire document. Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. The test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA-approved over-the-counter test. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening, process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federallaws designed to protect contractor employee health information and personally identifiable information.  Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8d86f3c727a64a8c9a7192dc9a980ad5/view)
 
Record
SN06263871-F 20220312/220310230110 (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.