SOLICITATION NOTICE
G -- RFP CVAMC HCHV CERS | Coatesville, Pennsylvania
- Notice Date
- 10/17/2022 7:41:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 624221
— Temporary Shelters
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24423R0008
- Response Due
- 11/18/2022 6:00:00 AM
- Archive Date
- 02/25/2023
- Point of Contact
- Stefanie Carter, Contract Specialist, Phone: 412-822-3771
- E-Mail Address
-
stefanie.carter3@va.gov
(stefanie.carter3@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Solicitation Number / RFP 36C24423R0008 HCHV Services for the Coatesville VA Medical Center (CVAMC), in Coatesville, Pennsylvania This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, using Contracting by Negotiation found at FAR Part 15 and as supplemented with additional information included in this notice. The combined synopsis solicitation number is 36C24423R0008. It is issued as a Request for Proposal (RFP). The government anticipates awarding one ten-year firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-08 (eff. 9/23/2022) and can be found at http://www.acquisition.gov/far/index.html. The North American Industrial Classification System (NAICS) code for this procurement is 624221 with a small business size standard of $12 Million. This solicitation is SDVOSB set-aside. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at www.sam.gov. Confirmation of SAM registration will be validated prior to awarding a contract. The Department of Veteran Affairs, Coatesville Veterans Affairs Medical Center, (CVAMC) is located at 1400 Blackhorse Hill Rd, Coatesville, PA, 19320. The Medical Center requires a Contractor to provide a 24-hours a day / 7 days a week (24/7) community-based temporary supportive housing program through a Harm Reduction model of residential care at a facility located within the catchment area of CVAMC. The facility shall be accessible by public transportation to serve homeless Veterans, including those with serious mental illness, physical disabilities and substance use disorders. The contractor must be capable of meeting all requirements in the Performance Work Statement. The CVAMC intends to award a contract for 10 years, with the first 12 month ordering period to begin on or about 4/1/2023. A complete description of the services to be acquired, and/or applicable Government need(s) are as follows: See Attachment A: Performance Work Statement. Contracting Office Address: Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) Lebanon VAMC 1700 South Lincoln Ave | Lebanon, PA 17042-7529 Contract Specialist: Stefanie Carter POC Information: Coatesville Veterans Affairs Medical Center (CVAMC) 1400 Blackhorse Hill Rd, Coatesville PA, 19320-2906 Proposals in response to this RFP are due on Friday, November 18, 2022, at 9:00AM (EST). They shall be submitted in writing and sent via email to stefanie.carter3@va.gov. Please include Solicitation Number 36C24423R0008 HCHV Services for CVAMC in the subject line of your email. All submissions shall be 5MB or less. If the email is more than 5MB, submit multiple emails labeling them 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Contract Specialist by Tuesday, November 4, 2022 at 3:00pm EST. Questions will not be accepted after this date. Responses to vendor question(s) will be posted via an amendment on SAM.gov. See Attachment B: Price/Cost Schedule. Fill out Attachment B and send with your proposal. To facilitate the award process, all proposals 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:"" Provision FAR 52.212-1 Instructions To Offerors Commercial Items (NOV 2021) applies to this acquisition. Addendum to FAR 52.212-1 Supplemental Instructions to Offerors applies to this acquisition: For the purposes of evaluating competing proposals, Offerors shall submit proposals that include the following documentation: Addendum to FAR 52.212-1: Offerors shall submit proposals that address the Technical Capability, Past Performance and Price factors as follows: Submission Information/Instructions: Offerors shall submit their proposal electronically in four separate volumes. Volume 1 Introductory, Volume 2 Price, Volume 3 Technical Capability, and Volume 4 Past Performance. Failure to follow these instructions may result in proposals being deemed non-compliant with the terms of the solicitation and such proposals will be rejected. Volume 1: Introductory (cover letter) shall be submitted in Adobe or MS Word Volume 2: Price - the Price/Cost Schedule shall be submitted in Adobe or MS Word Volume 3: Technical Capability - shall be submitted in Adobe or MS Word Volume 4: Past Performance - shall be submitted in Adobe or MS Word Volume 1 Introductory Folder (No Page Limit): The Introductory Folder shall include the information listed below and any other items for which a location has not otherwise been specified. Cover Letter. Offerors shall submit a cover letter identifying their Company name, contact information, CAGE Code, UEI number of the prime and teaming partner/subcontractor. Page 1 of SF 1449 Complete Blocks 17a (including Contractor Point of Contact); 30a; 30b. and 30c. Page 2 of SF1449 Complete Contractor POC Information and acknowledge amendments, if applicable. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors shall include a completed copy of the provision with their offer if the Offeror has not completed electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/. All proposals shall be valid 60 days from the proposal response date. Volume 2 Price Offerors shall complete the Price/Cost Schedule in Section B.2. Volume 3 - Technical Capability (No Page Limit): Offeror shall submit a technical proposal that describes how your organization will provide Health Care for Homeless Veterans (HCHV) services as follows: Technical Subfactor 1: Geographic Area / Floor Plan Describe the location of your facility, within Montgomery County, Delaware County, or Chester County. Provide the address of the location. Describe how your organization will provide 40 beds for male Veterans, including the structure of each bedroom/floor (i.e. shared bedrooms/number of residents in each room, bathrooms, community/laundry rooms, ADA compliance, policy for transgender Veterans, respite/safe room). (PWS sections 3.7 and 3.8). Provide a floor plan. Describe how the proposed location of the facility will comply with all state and local zoning bylaws and other laws or regulations. Technical Subfactor 2: Provision of Services Explain your organization s ongoing plan to address Veteran safety/security. (PWS section 3.3) Explain your organization s on-going plan to address bed bug infestation. (PWS sections 3.1.k; 3.3.l) Describe how the organization can service priority homeless Veteran groups, such as Veterans with ambulatory difficulties, sex offender designation, Veterans in opioid treatment and Veterans with medical issues that do not meet criteria for inpatient med/nursing home services. (PWS sections 3.4.c; 3.5) Describe your meal plan for our Veterans as described in the PWS. (PWS section 3.9) Explain your transportation capabilities. (PWS section 3.14) Describe your organization s ability and plan to provide community engagement/support, encourage independence, life skills, medical/mental/substance use disorder care. (PWS sections 3.2; 3.3) Technical Subfactor 3: Management Approach Describe your organization s case management practices and methodology, including permanent housing, financial planning, recovery, employment, etc. (PWS sections 3.23;3.28; 3.29; 3.30; 3.31) Describe how your organization offers structured therapeutic/rehabilitative group activities and provide certifications as outlined in the PWS (Master s Degree in Social Work or related discipline required of Clinical/Program Director, Bachelor s in Social Work or minimum 5 years case management experience required of Case Managers, Behavioral Health Technician, Certified Nurse Assistance, Certified Medication Aide staffed 24/7). (PWS sections 3.25; 3.43) Describe your proposed Transition Plan (PWS Section 6.0) Volume 4 - Past Performance (No Page Limit) Offeror shall submit no more than three (3) references for recent contracts where the offeror performed transitional housing services of similar scope, size, and complexity. Please include the following information in the proposal submission for each reference: Company name and address Name, telephone number, and e-mail address of company POC Dates of contract performance, aggregate award amount, and contract number (if applicable) Attachment F is a past performance questionnaire. Information provided shall be recent (performance within the last three years as of the date of this solicitation) and relevant to this scope of work. The offerors references shall complete and email the attached Past Performance Questionnaire (attachment F) directly to Stefanie Carter at Stefanie.Carter3@va.gov by the solicitation deadline. The Government reserves the right to seek past performance information from any sources not included in your past performance references and available to the Government to include, but not limited to, CPARS or other databases, interviews with Program Managers, customers, and Contracting Officers. Addendum to FAR 52.212-2: Evaluation Approach Evaluation will be conducted in accordance with FAR 12.6 in conjunction with FAR 15 procedures. Proposals will be evaluated based on the following evaluation factors and sub-factors set forth below. Factor 1 Technical Capability Sub-Factor 1 Geographic Area / Floor Plan Sub-Factor 2 Provision of Services Sub-Factor 3 Management Approach Factor 2 Past Performance Factor 3 - Price Technical Capability and Past Performance, when combined, are significantly more important than price. All technical subfactors are of equal importance, and all elements within each sub-factor are of equal importance. Factor 1 - Technical Capability: The Government will evaluate all offerors technical capability proposals to assess how offerors will meet or exceed the performance requirements of the solicitation as requested in the instructions to offerors. Technical Capability will be evaluated as listed in the chart below. Rating Description Outstanding Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Marginal Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable Proposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. Deficiency: A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. Strength: Any aspect of a proposal that, when judged against a stated evaluation criterion enhances the merit of the proposal or increases the probability of successful performance of the contract. Weakness: A flaw in a proposal that increases the risk of unsuccessful contract performance. Factor 2 - Past Performance: Past Performance will be evaluated as a measure of the Government s confidence in the Offeror s ability to successfully perform the requirements of the solicitation based on recent and relevant past performance efforts. Relevant past performance means the reference has a logical connection to the work described in the Performance Work Statement and recent past performance means the referenced work is ongoing or was performed within the past three years of the proposal due date. The Government will begin its evaluation of an Offeror s past performance by first determining the recency and relevancy of each past performance effort being evaluated. The Government will consider recent past performance information identified by each Offeror as well as any additional recent past performance information obtained by the Government in determining an overall past performance confidence assessment rating for each Offeror. While the Government will consider past performance information on relevant projects performed for federal, state, and local Governments, as well as in the commercial sector, past performance conducted within the Department of Veteran Affairs (VA) or for other Federal departments will receive greater consideration when assigning a past performance confidence assessment rating than those for work performed for organizations other than the VA or Federal Government. After all past performance work efforts have been assigned individual relevance ratings, the Government will assign a single Performance Confidence Assessment rating. The assigned rating will reflect the Government s overall confidence in the Offeror s ability to successfully perform this effort considering performance on previous efforts, information identified by each contractor, Past Performance Questionnaires, and/or other information obtained by the Government. The Performance Confidence Assessment rating is based upon all of the information submitted/obtained and determined relevant by the Government, regardless of whether the information is for a prime or subcontractor. Past Performance which cannot be validated by a source other than the Offeror will not be considered in the Past Performance Confidence Assessment. Note: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, that Offeror will receive an overall Performance Confidence Assessment rating of Unknown Confidence (Neutral) which will be considered neither favorably nor unfavorably. The Performance Confidence Assessment ratings are as follows: Substantial Confidence Based on the Offeror s recent/relevant performance record, the Government has a high expectation that the Offeror will successfully perform the required effort. Satisfactory Confidence Based on the Offeror s recent/relevant performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort Limited Confidence Based on the Offeror s recent/relevant performance record, the Government has a low expectation that the Offeror will successfully perform the required effort. No Confidence Based on the Offeror s recent/relevant performance record, the Government has no expectation that the Offeror will be able to successfully perform the required effort. Unknown Confidence (Neutral) No recent/relevant performance record is available, or the Offeror s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Very Relevant Past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant Past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant Past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant Past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Factor 3 Price: Prices will be evaluated for reasonableness using one or more of the techniques set forth in FAR 15.404-1(b)(2). Each offeror s price proposal will be evaluated for award purposes by adding the total price of the 10 years. Clauses included in this solicitation in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2022). The following subparagraphs are applicable: Subparagraph (b)(1), (b)(2), (b)(4), (b)(7), (b)(8), (b)(9), (b)(16), (b)(19), (b)(22), (b)(27), (b)(29), (b)(30),(b)(31), (b)(32), (b)(33), (b)(34), (b)(35)(i), (b)(36), (b)(44), (b)(51), (b)(58). Subparagraphs (c)(1), (c)(2), (c)(7), (c)(8). FAR 52.216-18 ORDERING (AUG 2020) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from April 1, 2023 March 31, 2033. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) A delivery order or task order is considered ""issued"" when If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; If sent by fax, the Government transmits the order to the Contractor s fax number; or If sent electronically, the Government either Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or Distributes the delivery order or task order via email to the Contractor s email address. (d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. (End of Clause) FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $200,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $1,600,000.00. (2) Any order for a combination of items in excess of $2,150,000.00; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the ""maximum."" The Government shall order at least the quantity of supplies or services designated in the Schedule as the ""minimum."" (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 3/31/2033. (End of Clause) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [X] 852.209 70, Organizational Conflicts of Interest. [] 852.211 70, Equipment Operation and Maintenance Manuals. [] 852.214 71, Restrictions on Alternate Item(s). [] 852.214 72, Alternate Item(s). [Note: this is a fillable clause.] [] 852.214 73, Alternate Packaging and Packing. [] 852.214 74, Marking of Bid Samples. [] 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. [] 852.215 71, Evaluation Factor Commitments. [] 852.216 71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 73, Economic Price Adjustment State Nursing Home Care for Veterans. [] 852.216 74, Economic Price Adjustment Medicaid Labor Rates. [] 852.216 75, Economic Price Adjustment Fuel Surcharge. [] 852.219 9, VA Small Business Subcontracting Plan Minimum Requirements. [X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [] 852.219 11, VA Notice of Total Veteran-Owned Small Business Set-Aside. [] 852.222 70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. [] 852.228 70, Bond Premium Adjustment. [] 852.228 71, Indemnification and Insurance. [] 852.228 72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds. [X] 852.232 72, Electronic Submission of Payment Requests. [X] 852.233 70, Protest Content/Alternative Dispute Resolution. [X] 852.233 71, Alternate Protest Procedure. [] 852.237 70, Indemnification and Medical Liability Insurance. [] 852.246 71, Rejected Goods. [] 852.246 72, Frozen Processed Foods. [] 852.246 73, Noncompliance with Packaging, Packing, and/or Marking Requirements. [X] 852.270 1, Representatives of Contracting Officers. [] 852.271 72, Time Spent by Counselee in Counseling Process. [] 852.271 73, Use and Publication of Counseling Results. [] 852.271 74, Inspection. [] 852.271 75, Extension of Contract Period. [] 852.273 70, Late Offers. [] 852.273 71, Alternative Negotiation Techniques. [] 852.273 72, Alternative Evaluation. [] 852.273 73, Evaluation Health-Care Resources. [] 852.273 74, Award without Exchanges. (b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause: [X] 852.237 74, Nondiscrimination in Service Delivery. (End of Clause) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes VAAR 852.219-10 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation 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 business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) VAAR 852.219-77 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) [ ] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) Theofferor further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee:________________________________________ Printed Title of Signee:_________________________________________ Signature:___________________________________________________ Date:____________________ Company Name and Address:________________________________________ ________________________________________________________________ (End of Clause) VAAR 852.237-75 KEY PERSONNEL (OCT 2019) The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the Contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement s skills, experience, and credentials meet or exceed the requirements of the contract. If the employee of the Co...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7e6429be8504484096f1aa749a3af614/view)
- Place of Performance
- Address: Coatesville Veterans Affairs Medical Center 1400 Blackhorse Hill Rd, Coatesville 19320, USA
- Zip Code: 19320
- Country: USA
- Zip Code: 19320
- Record
- SN06494754-F 20221019/221017230049 (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 |