SOLICITATION NOTICE
S -- Landscaping Services at the Rocky Mountain Regional VA Medical Center
- Notice Date
- 8/10/2022 9:13:40 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25922R0104
- Response Due
- 8/24/2022 3:00:00 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 36C25922R0104 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 561730 Landscaping Services, with a small business size standard of $8.0 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 QTY UNIT UNIT COST TOTAL COST 0001 BASE YEAR: September 15, 2022 through September 14, 2023 Purchasing and providing a 1 year warranty for: 10 EA Northern Catalpa trunk 3 in diameter 5 EA Autumn Blaze Maples trunk 3 in diameter 50 EA Dwarf Burning Bush, each plant to be 3 cubic feet 15 EA Arctic Fire Dogwood, each plant to be 3 cubic feet 10 EA Little Quick Fire Hydrangea, each plant to be 3 cubic feet 25 Green Mountain Boxwood, each plant to be 3 cubic feet 5 EA Russian Sage, each plant to be 3 cubic feet 10 EA Pampas Grass plant to be 10 in diameter 60 EA tree straps, each strap connected to a metal tree stake 45 yards of cedar mulch, scotch brown, pieces not to exceed 3 long 450 linear feet of 4 tall metal edging no smaller than 14 gauge and metal stakes 12,000 SF of non-woven landscaping fabric (polyester or polypropylene are acceptable) and fabric pins to be placed no more than 1 apart. Removal of 300 SF of grass to prepare for mulch installation Removal of 1,500 SF of mountain granite 3 -4 in depth Removal of 30,000 SF of existing grass/sod and 3 in depth of existing soil Level 1,500 SF of ground for pea gravel installation Deliver and spread 16 tons of ¼ pea gravel over 1,500 SF Deliver and spread 400 yards of biological compost over 30,000 SF Deliver, install, and roll 30,000 SF of Blue Grass Blend sod. Remove 18 EA 6 tall pine trees and stumps Remove 19 EA 2 diameter pine tree stumps located near sprinkler system valve boxes. Work to be done April 1 through November 30. 1 JOB $__________ $__________ 1001 Option Year 1: September 15, 2023 through September 14, 2024 Provide, deliver, and install plants and trees identified by the COR, decorative planters, ground covering (mulch, gravel, etc.), and planting of plants as coordinated by the COR. Work to be done April 1 through November 30. 1 YEAR $__________ $__________ 2001 Option Year 2: September 15, 2024 through September 14, 2025 - Provide, deliver, and install plants and trees identified by the COR, decorative planters, ground covering (mulch, gravel, etc.), and planting of plants as coordinated by the COR. Work to be done April 1 through November 30. 1 YEAR $__________ $__________ 3001 Option Year 3: September 15, 2025 through September 14, 2026 - Provide, deliver, and install plants and trees identified by the COR, decorative planters, ground covering (mulch, gravel, etc.), and planting of plants as coordinated by the COR. Work to be done April 1 through November 30. 1 YEAR $__________ $__________ 4001 Option Year 4: September 15, 2026 through September 14, 2027 - Provide, deliver, and install plants and trees identified by the COR, decorative planters, ground covering (mulch, gravel, etc.), and planting of plants as coordinated by the COR. Work to be done April 1 through November 30. 1 YEAR $__________ $__________ TOTAL COST ALL CLINS, BASE $___________________ PLUS FOUR OPTION YEARS STATEMENT OF WORK LANDSCAPING 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 planting of all plants, installation of metal edging and landscaping fabric, spreading mulch, and anchoring trees in 4 distinct locations (Chapel, Emergency Department, Building A, Spinal Cord Injury Garden) at the Facility. Completion Time: As sod is a perishable item and needs to be installed within several hours after being cut, the Contractor will complete sod installation on the same day (within 12 hours) that each individual delivery of sod is made to the RMR. The COR shall reject any sod with (i) yellow leaves, (ii) signs of mold or mildew, (iii) is brown / straw like indicating sod has remained on pallets or has been stacked too long, or (iv) has reduced vigor and will establish poorly. As trees, shrubs, and plants are also perishable items, they need to be installed within 12 hours of delivery. The COR shall reject any vegetation that show signs of (i) mold or mildew, (ii) leaves are yellow and/or brown, (iii) establishing soil is dry, or (iv) has reduced vigor and will establish poorly. All work must be completed between April 1 and November 30. Placement of Orders: The estimated quantity of square feet of sod indicated in the Price Schedule will not be needed all in one delivery, but all must be installed within 2 weeks from first delivery of the sod. The estimated quantity of plants, shrubs, and trees indicated in the Price Schedule will not be needed all in one delivery, but all must be installed with 6 weeks of beginning the job. It is required that the plants, shrubs, and trees will be purchased from a nursery within a 2-hour drive of RMR. For option years 1 through 4, as the facility has a need for more sod, plants, shrubs, trees, ground coverings, and decorative planters the Government anticipates ordering, and the Contractor furnishing, approximately $50,000 worth of goods and services annually. All pricing must be provided in writing and approved by COR before the contractor orders anything. The same completion time expectations apply. Orders for sod, plants, shrubs, trees, ground coverings, and decorative planters at RMR shall be placed by the COR or designee. At the COR s discretion, orders will be placed by email. The COR will notify the Contractor of the need for landscaping components 2-3 weeks before it needs to be installed. Sod Application: Sod shall be produced from grasses classified as Bluegrass Blend seed and Turfgrass shall be classified as Number 1 Quality/Premium as classified in the TPI Guideline Specifications to Turf Grass Sod. To sustain the landscaping components that will be installed as part of this contract, a separate contractor will be working on the irrigation system. All work will be coordinated by COR LANDSCAPING INSTALLATION Rocky Mountain Regional (RMR) VA Medical Center shall not provide any equipment, tools, or labor in the installation of the landscaping components. RMR personnel will be available to assist the contractor in the coordination of installation of the landscaping components. Equipment shall be provided by the contractor for acceptable and timely installation of the landscaping components. After grass removal, Contractor will grant the VA 2 weeks maximum to alter the irrigation system to accommodate the new plantings. The sod shall be cut in rolls and with the width of the pieces not varying more than 0.5 inches to ensure installation ease and a uniform initial appearance. All sod will be delivered to the work site the same day of installation. The Contractor shall make all necessary arrangements to protect landscaping components from excessive drying and wind damage from the time it is picked up nursery or sod farm until it is delivered to the RMR. The sod shall be laid in rolls expeditiously without interruption, until the work area is completely covered. All pieces of sod shall be cut and tightly fitted against one another without overlapping to eliminate any gaps or visible seams and shall be fitted around any obstructions. Watering of all newly installed sod will be completed by the VA Grounds staff. 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 landscaping 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 ensure at all times 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 installing landscaping and rolling sod 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 these situations occur, 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 and on adjacent property of a third party. The Contractor shall immediately notify the COR of any such occurrence and repair any damage to those facilities, including those that are the property of a third party, 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 Massachusetts 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. Workers are prohibited from entering patient care areas. 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 in English. 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. 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 Medical Center premises. WORK HOURS Hours Of Operation: Landscaping services shall be performed Monday through Friday, with the exception of National Holidays (see National Holiday schedule below), between the hours of 6:00 a.m. 7:30 p.m. The Contractor may work during the weekends (Saturday & Sunday) during the hours of 6:00 a.m. 7:30 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 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 Blanket Purchase Agreement (BPA) 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 10, 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 6:30 p.m. mountain time August 10, 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 five (5) 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 Serv...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a1572f98bbfe47e4ac8b0d0a100aa97d/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
- SN06421175-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 |