SOLICITATION NOTICE
S -- Irrigation Repair and Maintenance Services at the Rocky Mountain Regional VA Medical Center
- Notice Date
- 8/10/2022 12:27:51 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25922R0103
- Response Due
- 8/24/2022 4:00:00 PM
- Archive Date
- 10/23/2022
- Point of Contact
- Contracting Officer, Pamela Barnes, Phone: 303-712-5813
- E-Mail Address
-
Pamela.Barnes@va.gov
(Pamela.Barnes@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 Notice Combined Synopsis/Solicitation Notice Page 3 of 3 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 3 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; proposals are being requested and a written solicitation will not be issued. This solicitation 36C25922R0103 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 effective May 26, 2022. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 221310 Water Supply and Irrigation Systems Services, with a small business size standard of $30.0 million. This solicitation is 100% set-aside for SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSBs). IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR S SCHEDULE NUMBER The following is a list of the contract line-item numbers, quantities and units of measure including options. CLIN DESCRIPTION OF SUPPLIES SERVICES BASE YEAR SEPTEMBER 20, 2022 SEPTEMBER 19, 2023 QTY UNIT UNIT COST TOTAL COST 0001 Manage and Maintain Irrigation System including monthly Scheduling and Sprinkler Flow/Frequency Adjustments 8 months 0002 Charge up to 4 separate irrigation systems over the 31 acres 1 job 0003 Irrigation Repair Audit elaborate on the expectations for the repair audit 1 job 0005 Demolish existing irrigation as indicated on drawing 1 job 0005 Design, Install, & Charge new irrigation system to match existing Building A & B Approximately 38,700 SF 1 job 0006 Design, Install, & Charge new irrigation system to match existing ED Approximately 5,964 SF 1 job 0007 Design, Install, & Charge new irrigation system to match existing Chapel Approximately 11,694 SF 1 job Schedule of Ancillary Supplies and/or Services estimated items 0008 Hunter Sprayer Sprinkler Head Replacement 200 each 0009 Hunter Rotating Sprinkler Head Replacement 30 each 0011 Electric Valve Repair 6 each 0012 Electric Valve Replacement 2 each 0013 Decoder Replacement 2 each 0010 Control Wire Fault Location and Repair 2 each 0012 Mainline Repair 2 each 0013 Mainline Flushing 6 job 0014 Replace Existing Valve Box with Larger 20 each 0015 Flush Media Filters 100 each 0016 Install PVC unions varying sizes: 1 , 1 ½ , 2 20 each TOTAL COST ALL CLINS, $_________________________________ BASE YEAR CLIN DESCRIPTION OF SUPPLIES SERVICES OPTION YEAR 1 SEPTEMBER 20, 2023 SEPTEMBER 19, 2024 EST. QTY UNIT UNIT COST TOTAL COST 1001 Manage and Maintain Irrigation System including monthly Scheduling and Sprinkler Flow/Frequency Adjustments 8 months 1002 Irrigation Water Audit 1 job Ancillary Supplies and/or Services estimated items 1003 Hunter Sprayer Sprinkler Head Replacement 30 each 1004 Hunter Rotating Sprinkler Head Replacement 20 each 1005 Electric Valve Repair 2 each 1006 Electric Valve Replacement 2 each 1007 Control Wire Fault Location and Repair 2 each 1008 Lateral Line Repair 2 each 1009 Mainline Repair 2 each 1010 Mainline Flushing 4 job 1011 Replace Valve Box with Larger 20 each 1012 Flush Media Filters 100 each 1013 Install PVC unions varying sizes: 1 , 1 ½ , 2 20 each TOTAL COST ALL CLINS, $_________________________________ OPTION YEAR 1 TOTAL COST ALL CLINS, $_________________________________ BASE PLUS ONE OPTION YEAR STATEMENT OF WORK IRRIGATION REPAIR AND MAINTENANCE SERVICES BACKGROUND Rocky Mountain Regional (RMR) VA Medical Center is located at 1700 N. Wheeling Street, Aurora, CO 80045. Facility grounds encompass approximately 31 acres of land. RMR is a 1.2 million square foot Facility that honors America s Veterans by providing exceptional health care that improves their health and well-being. Because of RMR s special significance and attention it receives from the public and media, strict adherence to the following specifications is essential. GENERAL REQUIREMENTS Contractor responsible for: Removal of all refuse off station. All equipment rental, delivery of equipment, and removal of equipment. VA will not be providing any tools, equipment or labor, Contractor to plan accordingly. The labor required for design, installation, and charging of new irrigation system to match existing in 4 distinct locations (Chapel, Emergency Department, Building A & B) at the Facility. The Contractor is responsible for submitting irrigation plans to the VA for approval within 20 calendar days of contract award. The VA will have 10 calendar days for review and to make comments. Final approval must be given by COR in writing. Completion Time: Contractor is expected to complete the irrigation work in coordination with the VA s landscaping efforts. The contractor will be notified 4-6 weeks prior to the needed service. The contractor will have a 2-week timeframe to complete the work in each unique landscaping area. All work must be completed between April and September. Manage and Maintain Irrigation System Monthly: Timer adjustments for when the sprinklers are activated and the duration of watering intervals to ensure the water usage is optimal for growing and maintaining green grass. Monitor the flow meter to ensure the gallons per minute does not exceed sprinkler head tolerance specifications. The Contractor is responsible for replacing any irrigation components that are broken as a direct result of over pressurization. Placement of Orders: The estimated quantity of sprinkler irrigation components indicated in the Price Schedule will not be needed all in one delivery, but all must be installed within 2 weeks of beginning of the job. It is expected that all components required to complete the entire job in each unique landscaping area will be in the possession of the contractor prior to starting work. For option year 1, as the facility has a need for sprinkler irrigation components and services of the irrigation systems the contractor is providing annually. Irrigation Application: The Contractor will use a 2-part PVC primer and cement to affix all new irrigation components installed by the Contractor. The Contractor is responsible for doing a pressure test of the new lines at 65 psi and must hold pressure for 90 minutes. The VA COR/POC must be present to witness the pressure test for the duration. All irrigation components will be inspected by the COR/POC prior to installation to confirm they meet the requirements that they are schedule 40 PVC for sprinkler lines and schedule 40 flexible irrigation hose for drip lines. The Contractor will provide as-builts/red lines at the completion of irrigation component installation no more than 20 calendar days after all installation efforts are complete. All irrigation work will be done to sustain the landscaping components installed as part of a separate contract. All work will be coordinated by COR IRRIGATION INSTALLATION Rocky Mountain Regional (RMR) VA Medical Center shall not provide any tools, equipment, or labor to assist in the installation of the irrigation components. RMR personnel will be available to assist the contractor in the coordination of installation of the irrigation components. Equipment shall be provided by the contractor for acceptable and timely installation of the landscaping components. The Contractor is responsible for blowing out the lines to ensure all dirt and debris is out of the system prior to charging the lines with water. Any sprinkler heads plugged as a result of insufficient blow out time will be remedied by the Contractor. Valve Box Replacement Overall goal is to increase the interior length by no less than 4 Existing valve box top dimensions: Top inside dimension (ID) 10 in. X 15 in.; top outside dimension (OD) 11-5/8 in. X 16-13/16 in.; Box bottom dimensions: bottom ID 15 in. X 20 in.; bottom OD 16 in. X 21 in.; 12in; box pipe hole dimensions: 2-3/4 in X 2-1/2 in. Replacement valve box dimensions: Box top dimensions: top inside dimension (ID) 13-3/8 in. X 19-15/16 in.; top outside dimension (OD) 14-7/8 in. X 21-3/8 in.; Box bottom dimensions: bottom ID 18 in. X 24-3/4 in.; bottom OD 19 in. X 25-3/4 in.; Box height: 12 in.; Box pipe hole dimensions: 3 in. X 4 in. Debris & Waste Removal: The Government shall not provide receptacle(s) for disposal of debris related to this contract. Removal of all debris / waste away and off RMR grounds is the Contractor's responsibility. Any debris left after the irrigation component installation shall be cleaned up thoroughly and removed from the facility. At the end of each day, the Contractor will remove all debris from the job site resulting from the work. The Contractor shall always ensure that debris and waste generated by the Contractor is kept clear of vehicular and pedestrian traffic throughout the site. RESPONSIBILITIES The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site, which is not to be removed and which does not interfere with the work required under this contract. The Contractor will take extreme precaution when removing and installing irrigation components not to hit or damage anything. The Contractor must contact the COR during adverse weather conditions as to not cause any undue tracking or rutting of turf. If tracking or rutting of turf occurs, the complete renovation of these areas will be at the expense of the Contractor. The Contractor shall protect from damage all existing improvements and utilities at or near the work site. The Contractor shall immediately notify the COR of any such occurrence and repair any damage to those facilities, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. Communication & Coordination of Work with COR: Contractor shall participate in regular meetings with Government personnel and other Contractors at RMR to coordinate contract work schedules and contract related issues. Communication with the COR is strongly encouraged. Patient care activities at RMR shall take precedence over contract work activities. Work activity and noise cannot disturb Patient Care, Emergency Department traffic flow, or Chapel Services. Insurance, Licenses & Permits: The Contractor shall possess and maintain all necessary insurance, licenses and permits required for contract performance. Contractor is responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Colorado. The Contractor is responsible for repair and / or replacement of any damaged turf, sidewalks, equipment, structures and / or other property. REPRESENTATIVES OF THE CONTRACTING OFFICER The Contracting Officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally supervises the work to be performed under the contract. Such designation will be in writing and will define the scope and limitations of designee's authority. A copy of the designation(s) shall be furnished to the Contractor at time of award. The VA Contracting Officer will delegate one (or more) representatives to serve as the Contracting Officer s Technical Representative (COR). The COR may direct and arrange the Contractor s work schedule in specific areas of the grounds of RMR to coordinate with daily Medical Center activities and operations. Duties and responsibilities of the COR include day-to-day monitoring of the contract as follows: Providing contract oversight and technical guidance to the Contractor. Placing orders for services. Verification / certification of payments to the Contractor for services rendered. Assuring that any changes effecting work involved, price, terms and/or conditions under the contract are not implemented before written authorization is issued by the Contracting Officer. All administrative functions remain with the VA Contracting Officer. Any modifications to the contract, including those involving no-cost changes, increases and decreases in cost or level of services provided, termination or extension of the contract (in part or in whole) and decisions concerning claims or disputes, must be authorized in writing by the Government Contracting Officer. CONTRACTOR PERSONNEL Site Manager: The Contractor shall provide a Site Manager who will be responsible for the following: Directing, overseeing and coordinating the work involved. Staying abreast of all upcoming Medical Center functions including special holiday events and scheduled activities. Ensuring that contract work does not cause any Patient Care Services to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised. The Site Manager will re-direct work throughout the rest of the RMR grounds so that productive use of labor and equipment is assured, and downtime is avoided. If the Contractor fails to re-direct employees away from an event in a timely fashion, the COR may then do so. Communication & Coordination of Work with COR: Communication with the COR (or designee) is strongly encouraged. Patient Care activities at the Medical Center shall take precedence over contract work activities. Work activity and noise cannot disturb Patient Care, Emergency Department traffic flow, or Chapel Services. Notwithstanding the Contractors responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The Government shall provide, at the time of contract award, a list of Government personnel authorized to act as Contracting Officer's Representatives. Parking will be coordinated with COR after award. Delivery trucks cannot stay in the identified landscaping area more than 45 minutes. Personnel Appearance Contractor personnel shall maintain a neat and professional appearance throughout its workforce, vehicles, equipment, and maintenance areas. Contractor personnel shall be fully clothed at all times, to include an upper garment to cover the body from the waist to neck and long pants or slacks. Contractor personnel must wear a uniform bearing the name of the Contractor, or by wearing badges bearing the Contractor s name and the employee s name. Other clothing, in question, shall require the COR written approval. No clothing shall be worn with inappropriate phrases, logos, words or images as determined by the COR. Personnel Conduct Due to the sensitive mission of the Medical Center, the work often requires contact with, and exposure to, grieving, unstable, and/or unpleasant individuals. Contractor personnel must exercise and exhibit absolute decorum, composure, and stability at all times. The Contractor employees shall behave with appropriate decorum, courtesy, and respect while within the Medical Center or at its perimeter or entrances. Shouting, cursing, angry outbursts, sleeping, intoxication, and violence or criminal acts of any kind will not be tolerated - and is cause for immediate removal from the Medical Center. The Contractor personnel shall not (1) lean, sit on or against buildings, fences, walls; (2) sleep or otherwise lay, rest or be idle in a manner that reflects unfavorably on the Government or the Contractor; and (3) Perform work of any nature on privately-owned vehicles/equipment, within the Medical Center s confines, to include the washing of vehicles/equipment. Food and beverages shall be consumed only within areas designated by the COR. Use or sale of intoxicating beverages and/or drugs is strictly prohibited. The Contractor s personnel shall follow the Medical Center s smoking policy: personnel must exit the Facility grounds (go outside the fence) to use tobacco products of any kind. The Medical Center shall provide to Contractor personnel restroom facilities at areas designated by the COR. Contractor personnel cannot track in dirt. Failure to follow this will result is loss of restroom facilities. Breaks and lunch periods shall be taken at areas designated by the COR, not in the field. Any misconduct listed above shall be cause for immediate removal from the cemetery premises. WORK HOURS Hours Of Operation: Irrigation services shall be performed Monday through Friday, with the exception of National Holidays (see National Holiday schedule below), between the hours of 7:00 a.m. 4:30 p.m. The Contractor may work during the weekends (Saturday & Sunday) during the hours of 8:00 a.m. 4:30 p.m., with advance notice to the COR. National Holidays: Contract personnel will not be required to work on the ten holidays observed by the Federal Government. Unless otherwise specified, when a holiday falls on a Sunday, the following Monday shall be the legal holiday as observed by the Federal Government. When a holiday falls on a Saturday, the preceding Friday shall be observed as the legal holiday. The holidays observed by the Federal Government are as follows: Holiday Date Month New Year s Day 1st January Martin Luther King Jr. s Birthday 3rd Monday January Presidents Day 3rd Monday February Memorial Day Last Monday May Juneteenth Day 19th June Independence Day 4th July Labor Day 1st Monday September Columbus Day 2nd Monday October Veterans Day 11th November Thanksgiving Day 4th Thursday November Christmas Day 25th December Or any other day specifically declared by the President of the United States to be a National Holiday. MISCELLANEOUS Damage to Government Property The Contractor is responsible for safeguarding all Government property (fences, ditches, street, signs, trees/scrubs, trash and flower containers, valve boxes etc.) on the Medical Center grounds. The COR or appointed VA Point of Contact shall conduct a weekly inspection for damages and provide a written report to the Contractor and the Contracting Officer of all damages noted. The Contracting Officer shall be responsible for assessment of damages. Safety The Contractor must meet all safety requirements of Rocky Mountain Regional VA Medical Center, Department of Veterans Affairs, OSHA, and the State of Colorado. It is incumbent upon the Contractor to be familiar with these requirements. ""Safety"" shall also include the Contractor having a safety representative who maintains regular and routine contact with the Safety Officer of Rocky Mountain Regional VA Medical Center. Adequate warning devices, barricades, guards, flagmen or other necessary precautions shall be taken by the Contractor to give advice and reasonable protection, safety, and warnings to persons and vehicular traffic within the area. Contractor shall demonstrate a clear understanding of, and the sensitivity to, such environmental issues as groundwater contamination, wetlands, etc., and be consistent be and fully compliant with all applicable Federal, State, County and City laws, ordinances, Right-to-Know laws, EPA guidelines, and regulations. Reporting ""on-the-job"" Injuries: The Contractor is required to report all ""on-the-job"" injuries incurred by the Contractor, its agents or employees, resulting from performance of this contract. Contractor will notify the COR (either orally or via telephone) within two (2) hours of the injury and provide details and exact location of the incident. This will be followed up by a written notice to the COR. Any Contractor (including its agents and employees) that knowingly files a false claim may be criminally prosecuted. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), applies to this acquisition with the following addendum: FAR 52.204-7, System for Award Management (OCT 2018); FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); FAR 52.216-1, Type of Contract (APR 1984): The government anticipates the awarding of a single definitized contract to fulfill this requirement. FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The Site Visit for this requirement is scheduled for Thursday, August 11, 2022 at 9:00 a.m. mountain time at the Rocky Mountain Regional VA Medical Center, 1700 N Wheeling St. Aurora, CO 80045 Any vendor wishing to attend shall send the following information to the contract specialists at Pamela.Barnes@va.gov Name, Company name, Email address, and Phone number by 7:00 a.m. mountain time August 11, 2022. Meet in the lobby of the flags entrance pictured below. FACE MASK REQUIRED. (End of provision) The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Contract award will be made based on the solicitation response that represents the best value to the Government using a Contracting Officer s Comparative Analysis. Since the Contracting Officer is considering price and other factors, the CO may award to other than the lowest-priced offer. The information below explains the evaluation approach: The Contracting Officer will make a comparative analysis of all offers against the solicitation, using the following factors to decide which offer(s) represent the best value to the Government: Factor 1: Technical Proposal The offer shall be evaluated on the conformance to the requirements listed in the Statement of Work. The offeror shall submit a technical proposal, that describes the means and methods of successfully performing all work detailed in the SOW to include the personnel being proposed to perform the work. Any safety training or certifications for the services should be permitted with proposal. Factor 2: Past Performance Offeror shall provide no more than three references of relatively the same size and complexity. Include the following information for each contract: Name and address of contracting activity (company name), contract number, type of contract, total contract amount, and status, date of award and completion, description and location of contract work, list of major subcontractors if any, Contracting Officer or individual responsible for signing the contract, and their telephone and fax number, and the COR s/Administrator s name, telephone and fax numbers. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. Searches in CPARS (Contractor Performance Assessment Reporting System), PPIRs (Past Performance Information Retrieval System), as well as Past Performance Questionnaires may be utilized. Factor 3: SDVOSB/VOSB Status Offeror shall identify themselves as a Service Disabled, Veteran Owned Small Business or Veteran Owned Small Business. All SDVOSB/VOSB businesses must have an active registration in the Vendor Information Pages (VIP) to https://www.vip.vetbiz.va.gov/ under the NAICS code used for this solicitation at the time of award. Factor 4: Price Offerors shall provide one copy of the fully completed Price Schedule in the format listed above. Proposed prices will be evaluated for reasonableness. Technical and past performance factors when combined are more significant than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered. (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 provided 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. (End of Provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL PRODUCTS AND SERVICES (NOV 2021), applies to this acquisition, with the following addendum: FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-13, System for Award Management Maintenance (OCT 2018); FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days of the expiration date of the current contract period. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of clause) FAR 52.217-9 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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two (2) years. (End of Clause) FAR 52.223-6 Drug-Free Workplace (MAY 2001); FAR 52.223-99 Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (OCT 2021) (DEVIATION) FAR 52.228-5 Insurance Work On A Government Installation (JAN 1997); 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: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (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. (End of Clause) 52.232-19 Availability Of Funds For The Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 52.237-2, Protection of government Buildings, Equipment, and Vegetation (APR 1984); FAR 52.237-3, Continuity of Services (JAN 1991); VAAR 852.203-70, Commercial Advertising (MAY 2008); VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) (DEVIATION); VAAR 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, this contract is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ef3e39fb2c8441e99181812e138c098/view)
- Place of Performance
- Address: Department of Veterans Affairs Eastern Colorado Health Care System Rocky Mountain Regional VAMC 1700 N. Wheeling Street, Aurora 80013, USA
- Zip Code: 80013
- Country: USA
- Zip Code: 80013
- Record
- SN06421164-F 20220812/220810230117 (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 |