Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

J -- Alarm Monitoring Service for VANJ CBOC'S

Notice Date
5/13/2022 5:37:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24222Q0665
 
Response Due
5/20/2022 7:00:00 AM
 
Archive Date
08/18/2022
 
Point of Contact
RUSSIN, LEVI, CONTRACTING SPECIALIST, Phone: (518) 626-6757
 
E-Mail Address
Levi.Russin@va.gov
(Levi.Russin@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 FULL BURGLAR, FIRE, AND PANIC ALARM MONITORING AND MAINTENANCE SERVICES AT THREE COMMUNITY BASED OUTPATIENT CLINC (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 36C24222Q0665. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 (eff. 05/01/2022) and VAAR Update 2008-32 (eff. 11/1/2021). (iv) This solicitation is a Total Service-Disabled Veteran-Owned Small Business set-aside open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 SECURITY SYSTEMS SERVICES (except Locksmiths) and has a small business size standard of $22 Million. The FSC/PSC is J063 Maintenance, Repair, and Rebuilding of Equipment Alarm, Signal, and Security Detection Systems. (v) This is a services contract to provide Fire Alarm and System Component Full Annual Testing, Annual Walk Test, Monthly Walkthrough, and Preventive Maintenance Services. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination. PRICING TABLE FOR: Full Burglar, Fire, and Panic Alarm Monitoring and Maintenance Services at Three Community Based Outpatient Clinics (CBOC) for NJHCS LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 BASE PERIOD: Contractor shall provide required monthly services (alarm system checks, panic systems check). 12 MO 0002 BASE PERIOD: Contractor shall provide required quarterly services (system preventive maintenance inspection, panic alarm testing, security alarm checks, security alarm preventive maintenance inspection). 1 YR 0003 BASE PERIOD: Contractor shall provide required semi-annual services (flow-switch test, dry-valve test, security alarm inspection). 1 YR 0004 BASE PERIOD: Contractor shall provide required annual services (fire alarm system testing). 1 YR Total Base Year: 1001 OPTION YEAR ONE: Contractor shall provide required monthly services (alarm system checks, panic systems check). 12 MO 1002 OPTION YEAR ONE: Contractor shall provide required quarterly services (system preventive maintenance inspection, panic alarm testing, security alarm checks, security alarm preventive maintenance inspection). 1 YR 1003 OPTION YEAR ONE: Contractor shall provide required semi-annual services (flow-switch test, dry-valve test, security alarm inspection). 1 YR 1004 OPTION YEAR ONE: Contractor shall provide required annual services (fire alarm system testing). 1 YR Total Option Year One: 2001 OPTION YEAR TWO: Contractor shall provide required monthly services (alarm system checks, panic systems check). 12 MO 2002 OPTION YEAR TWO: Contractor shall provide required quarterly services (system preventive maintenance inspection, panic alarm testing, security alarm checks, security alarm preventive maintenance inspection). 1 YR 2003 OPTION YEAR TWO: Contractor shall provide required semi-annual services (flow-switch test, dry-valve test, security alarm inspection). 1 YR 2004 OPTION YEAR TWO: Contractor shall provide required annual services (fire alarm system testing). 1 YR Total Option Year Two: 3001 OPTION YEAR THREE: Contractor shall provide required monthly services (alarm system checks, panic systems check). 12 MO 3002 OPTION YEAR THREE: Contractor shall provide required quarterly services (system preventive maintenance inspection, panic alarm testing, security alarm checks, security alarm preventive maintenance inspection). 1 YR 3003 OPTION YEAR THREE: Contractor shall provide required semi-annual services (flow-switch test, dry-valve test, security alarm inspection). 1 YR 3004 OPTION YEAR THREE: Contractor shall provide required annual services (fire alarm system testing). 1 YR Total Option Year Three: 4001 OPTION YEAR FOUR: Contractor shall provide required monthly services (alarm system checks, panic systems check) 12 MO 4002 OPTION YEAR FOUR: Contractor shall provide required quarterly services (system preventive maintenance inspection, panic alarm testing, security alarm checks, security alarm preventive maintenance inspection). 1 YR 4003 OPTION YEAR FOUR: Contractor shall provide required semi-annual services (flow-switch test, dry-valve test, security alarm inspection). 1 YR 4004 OPTION YEAR FOUR: Contractor shall provide required annual services (fire alarm system testing). 1 YR Total Option Year Four: Base and All Option Years Total: (vi) The required work is as contained below in the Statement of Work. STATEMENT OF WORK Alarm Monitoring and Maintenance Services BACKGROUND: The Department of Veterans Affairs, New Jersey Healthcare System, is seeking full burglar, fire, and panic alarm monitoring and maintenance services at three Community Based Outpatient Clinics (CBOC). These units are integral to monitoring and preventing potential hazards to the facility, thus protecting patients and staff, and ensuring the facility maintains its functionality and service to Veterans. In order to ensure the systems are functioning as designed, applicable frequencies of monitoring and preventive maintenance are required. SCOPE OF WORK: The contractor shall provide all labor, tools, equipment, travel, parts, and services necessary to accomplish monitoring and maintenance services listed below at the three locations in this Statement of Work. All services shall be completed in accordance with the applicable NFPA recommended frequencies and methods, prevailing industry standards, local and state national codes, in addition to Original Equipment Manufacturer (OEM) specifications. Fire Alarm Systems: The Contractor shall be responsible for preventive maintenance (PM) and corrective maintenance (CM), repair, programming updates, testing and certification of the complete fire alarm system within the OPC s and up to and including the point where the signal leaves the building from the ERS box, and the Statewide Transmitter. The Contractor shall coordinate with the COR who then notifies administration, Physical Security, and any security personnel on scene of pending test. Certain inspection items, including but not limited to the Elevator Recall Supervisory checks and Audio/Visual device checks will need to be coordinated during off hours to minimize the disturbance to patients and staff. Any problematic component of the fire alarm system identified that cannot be corrected by the Contractor under the terms of this agreement within 45 days shall be identified in writing to the COR so it may have a Plan for improvement developed on the Statement of Conditions to The Joint Commission, as updated by Facility Management. Unless noted otherwise, all devices are to be tested annually. Contractor personnel conducting fire alarm system work and/or testing shall be qualified and experienced in accordance with, Testing Frequencies of NFPA 72, and National Fire Alarm Code (Section D of this document). Contractor shall provide emergency points of contact for all performance locations. Smoke Detectors: All detectors shall be tested with a listed spray test smoke. All detectors shall be tested in all areas accessible to the contractor. Validation of all building interfaces shall be noted on test report (HVAC shut-down, elevator recall, etc.). Heat Detectors: All restorable heat detectors shall be tested utilizing a heat gun (on low setting) or a hair dryer. Validation of all building interfaces shall be noted on test report (HVAC shut-down, elevator recall, etc.). Non-restorable heat detectors shall not be tested using a heat source. Pull Stations: All pull stations shall be tested and re-set. Validation of all building interfaces shall be noted on test report (HVAC shut-down, elevator recall, etc.). Flow-switches: Test semi-annually. The Contractor shall activate each flow switch utilizing the inspector s test valve. Time delay of alarm activation shall not exceed 90 seconds. Tamper Switches: Each system valve tamper switch shall be tested by partially closing the valve to initiate a tamper signal, locking in the nearby monitor module. Dry Valves: Tests shall be conducted semi-annually. Contractor shall test pressure switch using the inspectors test located on valve. System Checks: Contractor shall verify receipt of fire signal to central station monitoring facility (in Post so equipped). Building Interfaces: HVAC shutdown, elevator recall, smoke evacuators, fire partition, door locks, etc. All strobes, horns and bells shall operate properly, and be free from any visible tampering. Contractor shall check system printer for paper and ink. Print-out of test to be included in test report. Visually check batteries for leakage or damage. Disconnect battery for supervision signal. Open dedicated electrical breaker for supervision signal. Contactor shall perform monthly alarm checks in coordination with Police personnel. All inspections are to be coordinated with Police Chief or designee. A quarterly Preventive Maintenance inspection which provides a narrative report to verify equipment/system reliabilities required. The narrative shall contain specific recommendations for corrective actions involving operator use, replacements or other items to insure continued system reliability The Contractor shall coordinate all work and testing of systems with the COR and POC at the site. Contractor shall provide security information to Post representative for access and escort requirements. Information shall be provided at least 14 days prior to work Security Alarm Maintenance: Contractor shall provide periodic service and preventive maintenance on the security equipment located at the New York Harbor Healthcare System. Panic alarm testing shall be accomplished monthly. In order to provide the burglar, fire, and panic alarm service maintenance services required by the Government, the Contractor shall be licensed by the State of New Jersey per Public Law 1997, c.305 45:5A-29(a) Subchapter 1 General Provisions, 13:31A-1.1 Purpose and Scope. The Contractor shall be certified for the applicable security equipment types, brands etc. General specifications include maintenance due to fire or other casualty, faulty or negligent operation, or willful vandalism. In addition, consumable supplies such as paper, ribbons, tapes, diskettes and/or batteries are not covered by this contract. The Contractor shall perform monthly alarm checks in concert with Police personnel. All inspections shall be coordinated with Police Chief or designee. The Contractor shall perform a quarterly Preventive Maintenance inspection that will provide a narrative report to verify equipment/system reliabilities required by the contractor. The narrative shall contain specific recommendations for corrective actions involving operator use, replacements or other items to insure continued system reliability. Hours of service and response time: maintenance and preventive maintenance service shall be provided Monday through Friday, 8:00 a.m. to 5:00 p.m. excluding national holidays. Quarterly preventive maintenance shall be performed during the months of October, January, April, and July. The Contractor has the option of leaving the service report with Police Operations, building 1, or Engineering Service, building 4, after servicing the equipment. The Contractor shall send signed trip ticket with invoices to verify work performed. The contractor shall be responsible for preventive maintenance (PM), semi-annual inspections and corrective maintenance (CM), repair, programming updates, testing and certification of the complete Panic Fire Alarm System within the CBOC s and up to and including the point where the signal leaves the building from the ERS box, and the Statewide Transmitter. The service maintenance also provides a monthly check of the panic systems in each location. The following items are checked during that inspection: Standby Battery Life Functionality of Panic Buttons Transmissions of Each Button to USA s Central Station Visual Check of Wear and Tear on the Panic Buttons Battery Check for Each Panic Button OTHER RELATED SERVICES (NOT INCLUDED IN STATEMENT OF WORK): Any services not expressly stated in this statement of work are not authorized. Services such as inspection, OEM required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer shall be considered inclusive. SAFETY CODE/CERTIFICATION/ LICENSING REQUIREMENTS: The Contractor shall be licensed to perform all work including subcontractors. The contractor shall be certified for all security equipment types, brands etc. General specifications include maintenance due to fire or other casualty, faulty or negligent operation, or willful vandalism. All work shall be performed in accordance with: NFPA 72: National Fire Alarm and Signaling Code. NFPA 70E: Standard for Electrical Safety in the Workplace. NFPA 70: National Electrical Code Articles 517, 645 & 800. NFPA 77: Recommended Practice on Static Electricity. NFPA 99: Healthcare Facilities. NFPA 101: Life Safety Code. The Contracting Officer or his/her designee shall notify the contractor of any noncompliance with the foregoing provisions and 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 the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. INSPECTION: Upon completion of services, the COR/POC shall perform the inspection in the presence of the contractor personnel by checking all that fire light are operable, fire alarm sounds, strobes, horns, and bells operating properly, functionality of the panic buttons, signals have transmitted to central station, prior to the contractor personnel leaving the facility. This inspection shall ensure that the system is returned to full functioning condition. No invoices shall be processed for payment prior to the completion of POC inspection. ACCEPTANCE OF WORK: The Contractor shall provide certification that work was approved and accepted by the COR. The contractor shall also provide a written test report to the COR containing the following: System information (make, model, all device types). Pass/Fail for each feature and type of component tested. If a device fails, note device type, address, and location within Post. Any comments on system (or device) condition as pertains to service life and dependability. Full printout of test from system printer. RESPONDING AUTHORITIES: Police Department Hackensack, NJ Police Department Paterson, NJ Police Department Jersey City, NJ (201) 646-7777 (201) 881-6800 (201) 547-5477 WORKING HOURS: All scheduled work shall be performed between 8:00 a.m. and 4:30 p.m. EST Monday through Friday, excluding Federal Holidays. Holidays observed by the Federal Government are: New Year s Day Martin Luther King s Birthday President s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day And any other day specifically declared by the President of the United States to be a national holiday. PERIOD OF PERFORMANCE: The base period of performance shall be one year from date of award with provision for four (4) option years. PLACE OF PERFORMANCE: Hackensack Outpatient Clinic 385 Prospect Avenue Hackensack, NJ 07601 Jersey City Outpatient Clinic 115 Christopher Columbus Dr - Suite 201 Jersey City, NJ 07302 Paterson Outpatient Clinic 11 Getty Avenue - Building 275 Paterson, NJ 07503 385 Prospect Avenue, Hackensack, NJ Security System One (1) Honeywell Vista 20 P (replacement for the Vista 40) One (1) Honeywell 6160 Keypad Console One (1) Interior Siren One RJ 31X phone jack for connection to the phone line T-100 magnetic contacts: (1) front entry door, (1) conference room door, (1) lab entry door, (1) side entry door, and (1) rear garage door. Wired motion detectors as follows: (1) front reception area, (1) main hallway, and (1) drug room. One (1) wired glass break detector in the drug room. This system is monitored by central station.   385 Prospect Avenue, Hackensack, NJ First Floor Panic System One (1) Honeywell Vista 20 P Control System One (1) Honeywell 6160 RF Keypad Console One (1) Altronix Transformer (AX-T1228100) Honeywell Wireless Panic Buttons (#5869), and corresponding Potter amber strobes (AS-SL401A) as follows:  Exam Rooms 101, 102, 103, 104, 105 and 106.  Conference Room 108, Bathroom 109, Exam Room 107, Treatment Room 111, Office Room 114, Social Work Room 123, Exam Rooms 210, 202, 203, 205, and 210.  Pysch. Office 211, Exam Room 204 and 206, Lab Desk #1, #2, and #3.  Woman s Health Bathroom, B-side Patient Bathroom, Lab Bathroom #1 and #2. Wired Panic Buttons as follows:  West Reception Desk, East Reception Desk, and East Reception Desk near Admin Office. Wired panic buttons are connected directly to a central station. 385 Prospect Avenue, Hackensack, NJ, Third Floor Panic System One (1) Honeywell Vista 20 P Control System One (1) Honeywell 6160 RF Keypad One (1) Altronix Transformer (AX-T1228100) Honeywell Wireless Panic Buttons (#5869), and corresponding Potter amber strobes (AS-SL401A) One (1) Wired Panic Button at the 3rd Floor Reception Desk One (1) RJ-31X Jack   115 Christopher Columbus Drive, 2nd Floor, Jersey City, NJ One (1) Honeywell Vista 20 P Control System One (1) Honeywell 6160 RF Keypad Console One (1) Altronix Transformer (AX-T1228100) Honeywell Wireless Panic Buttons (#5869), and corresponding Potter amber strobe lights (AS-SL401A) as follows:  Exam Rooms #1, #2, #3, #4, #5, and #6.  Interview Rooms #1 and #2.  Treatment Room, and Offices #1 and #2. Two (2) Wired Panic Buttons to central station: Right Reception Room and Left Reception Room. One (1) RJ 31X Jack   11 Getty Avenue, Building #275, Paterson, NJ One (1) Honeywell Vista 20 P Control System One (1) Honeywell 6160 RF Keypad Console One (1) Altronix Transformer (AX-T1228100) Honeywell Wireless Panic Buttons (#586), and corresponding Potter amber strobe lights (AS-SL401A) as follows: Rooms #127, #128, #129, #130, #140, #141, #142, and #143. Two (2) Wired Panic Buttons to Central Station: (1) right reception and (1) left reception. One (1) RJ-31X Jack CONTRACTING OFFICE ADDRESS: VISN 2 Network Contracting Office Albany Stratton VA Medical Center 113 Holland Ave Albany, NY 12208 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) 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 (Nov 2021) Solicitation number for this requirement as 36C24222Q0296; The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; 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. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; Price should be for all services detailed in section v of this document. 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; Remit to address, if different than mailing address; 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); Acknowledgement of any solicitation amendments; Past performance information; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following solicitation provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (November 2021), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria. The Government may perform a comparative evaluation (comparing offers to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The government shall evaluate information based on the following evaluation criteria. Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities.  Contractor will be evaluated on how well they meet the requirement to provide a maximum 15-page capability statement demonstrating it has trained personnel, equipment and working experience and ability to meet all the requirements of the Statement of Work (SOW). A) Technical Proficiency: Offeror will be evaluated on how well they meet the requirement to submit a proposal that verifies it is a firm that specializes in full burglar, fire, and panic alarm monitoring and maintenance services. The proposal shall be comprehensive and demonstrates its understanding of the requirement and not a copy and paste of the Statement of Work requirements. It shall outline the contractor s ability to perform the services adequately and satisfactorily in accordance with the Statement of Work (SOW) and the extent to which potential risks are identified and mitigated. B) Contractor Experience: The offeror shall provide three (3) instances of past-experience similar in nature, scope, complexity, difficulty, and size to that which will be supplied under the prospective contract contemplated by this solicitation. The experience shall reflect of no less than three (3) years of Full Burglar, Fire, and Panic Alarm Monitoring and Maintenance Services. C) Licensing/Certifications:  Offeror will be evaluated on how well they meet the requirement to provide proof that it is a licensed business to conduct full burglar, fire, and panic alarm monitoring and maintenance services in accordance with NFPA Codes and Standards NFPA 72: National Fire Alarm and Signaling Code; NFPA 70E: Standard for Electrical Safety in the Workplace; NFPA 70: National Electrical Code Articles 517, 645, 800; NFPA 77: Recommended Practice on Static Electricity; NFPA 99: Healthcare Facilities; NFPA 101: Life Safety Code. Past performance: Offeror will be evaluated on how well they meet the requirement to provide three references for contract of similar scope and magnitude to be evaluated. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor.  Price: The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. 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). 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 in 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. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) FAR 52.212-4, Contract Terms and Conditions Commercial Items Nov 2021 applies to this acquisition. The following clauses are incorporated into Addendum to FAR 52.212-4, 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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) a) Within 30 days; written notice of its intent to extend at least 60 days; c) shall not exceed 5 years CL-120 Supplemental Insurance Requirements In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: General Liability: $500,000.00 per occurrences. Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 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. - 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020) - 852.232-72 Electronic Submission of Payment Requests - 852.233-70 Protest Content/Alternative Dispute Resolution - 852.233-71 Alternate Protest Procedure - 852.270-1 Representatives of Contracting Officers. 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2022) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-28 Post Award Small Business Program Representation (NOV 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class: 27004 Monetary Wage-Fringe Benefits: $27.86 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (OCT 2020) 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) (xiii) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination (xiv) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent ONLY to Levi Russin at Levi.Russin@va.gov This is a Total Service-Disabled Veteran-Owned Small Business Set Aside for Full Burglar, Fire, and Panic Alarm Monitoring and Maintenance services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 10:00am on 05/20/2022 at Levi.Russin@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. Request for information (RFI) shall be received no later than 10:00am on 05/18/2022. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist Levi Russin at Levi.Russin@va.gov. All communication shall have RFQ number and requirement title in the subject line. Point of Contact Levi Russin, Contract Specialist Levi.Russin@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6d614ed3ed304be1a850f84c98ae801a/view)
 
Place of Performance
Address: Department of Veterans Affairs New Jersey Healthcare System Hackensack, Jersey City, Paterson CBOCs, USA
Country: USA
 
Record
SN06326625-F 20220515/220513230058 (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  © 1994-2020, Loren Data Corp.