Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2023 SAM #7934
SOLICITATION NOTICE

V -- OFFSITE LODGING, CLASSROOM SPACE AND MEALS

Notice Date
8/16/2023 8:28:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
 
ZIP Code
21703
 
Solicitation Number
36C10X23Q0275
 
Response Due
8/31/2023 12:00:00 PM
 
Archive Date
11/29/2023
 
Point of Contact
Charles E. Hughes, Contract Specialist, Phone: 202-876-7314
 
E-Mail Address
charles.hughes@va.gov
(charles.hughes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as a Request For Quote (RFQ) 36C10X23Q0275. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, dated June 6, 2023. This solicitation is being issued as a Tiered Evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for HUBZone and 8(a) small business concerns, or in the alternative, a set-aside for women-owned small business concerns or in the alternative, a set-aside for other small business concerns. If award cannot be made, the solicitation will be, cancelled and the requirement resolicited. Set-aside tiers are as follows: Service-Disabled Veteran-Owned Small Businesses (SDVOSB) Veteran-Owned Small Businesses (VOSB) 8(a) and HUBZone Small Businesses Women-Owned Small Businesses (WOSB) All Other Small Business Concerns *Note that applicable set-aside clauses and provisions are only applicable at each tier. The associated North American Industrial Classification System (NAICS) code for this procurement is 561599, with a small business size standard of $32.5M. The FSC/PSC is V231 The Strategic Acquisition Center-Frederick, Department of Veterans Affairs, 5202 Presidents Court, Suite 102 Frederick MD 21702 is seeking a Contractor to provide facilities, labor, materials, insurance, licenses, and equipment required to locate, reserve, and provide daily rooms, daily lunch and evening/dinner meals, and classroom space accommodations in accordance with the PWS to support student training at the VA Law Enforcement Training Center located in North Little Rock Arkansas. PERFORMANCE WORK STATEMENT/DESCRIPTION OF SERVICES: Management of Off-Station Lodging, Classroom Space, and Meals BACKGROUND The Department of Veterans Affairs (VA), Law Enforcement Training Center (LETC) is a franchise fund site authorized under the Government Management Reform Act of 1994 (Public Law 103-356). The Act authorizes designated agencies to provide certain common administrative support services on a reimbursable basis, both internally and to Other Government Agencies. In 2006, permanent status was conferred upon the VA Franchise Fund under the Military Quality of Life and Veterans Affairs Appropriation Act of 2006 , Public Law 109-114. Consequently, the VA LETC receives no federally appropriated funding and is required to market VA LETC services to customers. The VA LETC provides training for federal police officers working in healthcare or service-oriented environments. Students who travel to the VA LETC facility for training are provided lodging and meals that are inclusive of the course tuition. The VA LETC requires a lodging management service to reserve overflow lodging accommodations, reserve conference/classroom space, and daily breakfast, lunch, and evening meals due to limited training and dormitory space at current training sites. APPLICABLE DOCUMENTS Public Law 103-356 Government Management Reform Act of 1994 Federal, State, and City codes regarding operations of this type of service. Hotel and Motel Safety Act of 1990 (Public Law 101-391) U.S. Fire Administration Hotel and Motel Master List found at (http://usfa.fema.gov/hotel/search.frm) Lodging facilities shall be compliant with the requirements of the National Fire Protection Association (NFPA) 101, Life Safety Code (http://www.nfpa.org/aboutthecodes/AboutTheCodes.asp?DocNum=101) American Disabilities Act (http://www.ada.gov/pubs/adastatute08.htm) PERFORMANCE WORK STATEMENT The VA LETC in North Little Rock, Arkansas requires a Contractor to provide facilities, labor, materials, insurance, licenses, and equipment required to locate, reserve, and provide up to 400 daily rooms, 190 daily lunch and evening/dinner meals, and classroom space accommodations within postal zip codes 72113, 72114, 72116, 72117, 72118, or 72120. With the approval of the Contracting Officer Representative (COR), additional zip codes may be authorized for unforeseen or emergent circumstances.  Facilities shall be compliant with the Safety Act of 1990 (Public Law 101-391) and shall be listed on the U.S. Fire Administration Hotel and Motel Master list found at: (http://usfa.fema.gov/hotel/search.cfm). Facilities shall be compliant with the requirements of the National Fire Protection Association (NFPA) 101, Life Safety code (http://www.nfpa.org/aboutthecodes/AboutTheCodes.asp?DocNum=101). Facilities shall comply with the requirements of the Americans Disabilities Act (http://www.ada.gov/pubs/adastatute08.htm). CONTRACT TYPE: Firm Fixed Price (FFP) Contract PERIOD OF PERFORMANCE The period of performance shall be for a 12-month contract period. It is anticipated the estimated quantity of line items may vary by +/- 25% due to any unforeseen situations. To minimize any disruption of services and/or delay of payment, the Contractor shall notify the designated COR and Contracting Officer immediately when 75% of the separately priced line-item quantity has been provided to the government. The following Federal holidays are observed by the VA LETC: New Year s Day January 1 Christmas Day December 25 The Contractor shall maintain a work schedule that coincides with the VA LETC schedule during the performance period. 3.2 PLACE OF PERFORMANCE All Contractor work shall be performed at its facilities. The Government will not provide workspace under this agreement. TRAVEL The Government will not reimburse any travel expenses incurred by the Contractor. 4.0 SPECIFIC TASKS The Contractor shall locate, reserve, and provide lodging, meals, classroom space, and management services as outlined below. The Contractor shall participate in a kick-off meeting within 10 days of the award. 5.0 LODGING MANAGEMENT SERVICES The Contractor shall locate and reserve rooms for up to 400 students listed on the roster provided by the Government. The tentative class schedule is provided in ATTACHMENT A TENTATIVE CLASS SCHEDULE. VA reserves the right to change the schedule at any time. A preliminary class roster will normally be provided to the Contractor 30 days and 14 days before the start of each training session. The class roster shall specify the names of students, the number of students authorized lodging, and the number of nights lodging authorized. The Contractor shall allow for substitutions of named individuals on the arrival date without charge. The Government reserves the right to make changes 24 hours in advance without incurring any penalty or cost for CANCELLATION. If the Government cancels after the 24-hr notification window, then the Government authorizes payment for one night. The Government will only pay for actual nights that students were in residence at the lodging facilities. Any special needs or accommodations related to handicap accessibility required will be annotated on the roster. The Government will not be responsible for damages caused by persons occupying the rooms covered under this contract or expenses incurred by these persons other than those prescribed in the provisions of this contract. The Contractor shall be responsible for notifying the COR if damages occur and are found before checkout. The Government is not responsible for payment for incidentals such as long-distance phone calls, television charges, room service, dry cleaning and laundry services, or procurement of alcoholic beverages. The Government will not be responsible for the cost of any extra-night lodging incurred by the students arriving earlier than the contracted arrival day or departing later than the contracted departure date unless notified and approved by the CO in advance. The Government will not be responsible for additional occupancy charges or fees incurred by the student or guests or family of the students. The day after check-in, the Contractor shall submit to the COR via email, the names of all students who have checked into the lodging facility. This information shall be captured on the Lodging Summary Sheet, as provided by the COR. The Contractor shall continue to provide updates to the guest s check-in and check-out throughout the scheduled time of the class s arrival and departure, as well as all room assignment changes, etc. The information provided shall include a confirmation of the number of rooms being occupied by VA LETC students/guests. All rooms reserved but not used due to No Show may be released the day after the scheduled check-in. Emergency/Urgent Lodging- Authorized lodging that is requested with less than 72hrs COR notice when accommodations cannot be obtained at the existing contracted price. 5.1 STUDENT LODGING REQUIREMENTS The Contractor shall provide daily lodging for up to 400 students as described in paragraph 3.0. One lodging facility shall be deemed the primary lodging facility. If more than one facility required, each additional facility shall be located within 3 miles of each other to foster student comradery, convenience and to facilitate daily group travel, training and meals. Daily lodging shall be provided for the duration requested in the roster to include weekends and holidays. The Contractor shall be capable of providing handicap-accessible rooms as discussed in Section 5.a. Classes typically run for a period of two months per class (some can be longer). Extended Stay units with kitchenettes will be given priority. The Government will pay the Contractor one consolidated daily lodging fee to cover the cost of the actual lodging and the lodging management service fee. The Contractor shall pay the lodging facility for the actual lodging. 5.2 ROOM QUALITY All lodging facilities must hold a general business privilege license to conduct business. Facilities shall be a 3 Diamond as rated by American Automobile Association (AAA) or better. Lodging facilities shall be compliant with the requirements of the Hotel and Motel Safety Act of 1190 (Public Law 101-391) and shall be listed on the U.S. Fire Administration Hotel and Motel Master list found at (http://usfa.fema.gov.gov/hotel/search.cfm). Lodging facilities shall be compliant with the requirements of the National Fire Protection Association (NFPA) 101, Life-Safety Code (http://www.nfpa.org/aboutthecodes/AboutTheCodes.asp?DocNum=101). 5.3 AMENITIES The Contractor shall ensure all of the following are provided: Single Occupancy Telephone Services for Local Calls Iron and Ironing Board Television with Remote Coffee Pot Microwave Refrigerator Daily Housekeeping Services Self Service Laundry Facility on Premises Complimentary Internet Access Sufficient complimentary parking to accommodate all LETC students Complimentary Hot Breakfast Safe in Room 6.0 CLASSROOM MANAGEMENT SERVICES The Contractor shall locate and reserve classroom space for up to 190 students listed on the class roster provided by the Government. The Government will pay the Contractor one consolidated daily fee to cover the cost of the conference/classroom space provided and the management service fee. The Contractor shall pay the lodging facility for the actual day's space provided and the management service fee. The tentative class schedule is provided in Attachment A. The VA LETC reserves the right to change the schedule at any time. A preliminary class schedule will be provided to the Contractor 30 days before the start of each training session. The class schedule shall identify the course name, the number of students allowed for that course, and the type and size of conference/classroom space required. The Government reserves the right to make changes or cancel 14 days in advance without incurring any penalty or cost for the cancellation. If the Government cancels after the 14-day notification window, then the Government authorizes payment for one day. 6.1 STUDENT CONFERENCE/CLASS REQUIREMENTS The Contractor shall provide conference/classroom space for up to 190 students. The conference/classroom facilities shall be located at one or more of the lodging facilities. Extended Stay Facilities with on-site dining shall be used to the greatest extent possible for offsite conference/classroom requirements with that location deemed as the primary location for training. 6.2 CONFERENCE/CLASSROOMS The conference/classroom style set up requirements include seating accommodations for up to 80 people (approximately 1,600 square feet), and conference/classroom style set up for as few as 40 people (approximately 800 square feet). When under High Consequence Infectious Disease Restricted conditions, social distancing is required. Classroom space shall be able to accommodate 6 feet social distancing requirement when under restricted conditions. Standardized masks are provided by VA LETC and replaced as needed for students for the duration of the training. Under restricted conditions, students are expected to wear masks while on the VA Medical Center grounds, VA LETC grounds, or lodging locations. Classroom spaces shall accommodate social distancing. Each student will sit at a 5 table alone to ensure six feet between each student in the classroom lecture environment. Classroom spaces shall be disinfected and sanitized daily to ensure maximum cleanliness while infectious disease protocols remain in place. During student breaks from the classroom, students are reminded and encouraged to maintain social distancing while in the hallways. Each room shall have complementary Wi-Fi internet access. Each room shall have sufficient outlets for charging Chromebooks, and an audio system. Classroom accommodations for up to 80 students shall have a minimum of two monitors. Classroom accommodations for 40 students or less shall have a minimum of one monitor. Each classroom shall have a projector screen and projector that will accommodate training to the maximum number of people in the room capacity. The Contractor shall make ancillary supplies and equipment available (ie: extension cords, surge protector, etc.) The conference, classroom style set up, and seating accommodations for up to 80 people (approximately 1,600 square feet) shall be able to be divided into seminar sections of training. Classroom space reserved shall be a dedicated training space for the entirety of the course. Classroom space shall be available for instructor classroom set up no later than 1:00pm the day before class starts. The Contractor shall supply secure storage for classroom equipment. 6.3 ADDITIONAL SUPPORT The facility shall have a copying center or a copy machine available for use, free of charge. 7.0 MEAL MANAGEMENT SERVICES The Contractor shall provide services to locate and reserve lunch and evening meals for students attending courses that are scheduled at the lodging facilities or as otherwise designated in advance, including weekdays, weekends, and holidays as required. Lunch meals shall be served from 11:00 a.m.-12:30 p.m. and evening meals shall be served from 5:00 p.m. -7:00 p.m. Dining facilities shall have sufficient space to accommodate social distancing of six feet when required. Contractor shall retain information sufficient to verify the student s first name, last name, time and date for each meal provided under this contract. 7.1 MEAL VENDOR LOCATION The meal vendor s location shall be to the greatest extent possible within the lodging facility or in the general proximity of the lodging accommodations. The meal vendor s dining facility is preferred to be an on-site grill/buffet type of dining facility. 7.2 MEALS 7.2.1 LUNCH AND EVENING MEALS Each lunch and evening meal shall include: A choice of at least three hot entrees- including poultry, beef or pork, fish or shellfish, or sandwich A choice of soup and salad with crackers and dressing A choice of potatoes or pasta with accompanying sauces and gravies A choice of at least three vegetables A choice of bread with butter or margarine A choice of at least two desserts and fresh fruit A choice of beverages, including water, tea, coffee, or soft drink. Alcoholic beverages shall not be provided. Special diet accommodation as required (See 7.2.2) Provide a clean, safe facility for students. 7.2.2 SPECIAL MEALS ACCOMMODATIONS Meals will be provided per the student s dietary restrictions or medically prescribed diet and guidelines that will be provided by the VA LETC with at least 24-hour advance notice. In the event that a student is quarantined, meals will be delivered to the student s room. COR will provide 24-hour advance notice. 8.0 CLEANLINESS 8.1 ALL PROVIDED FACILITIES (ROOMS/CLASSROOMS/DINING AREAS) Floors, baseboards, stairways, carpets, corners, and wall edges shall be free of dirt, dust, and debris. Glass and mirrors shall have no trace of film, dirt, smudges, or water. Carpets shall be securely installed to avoid tripping hazards and shall not be torn. Windows shall be free of stains, dust, and mold. Ceiling tiles, floor tiles, and light fixtures shall be free of stains, mold, holes, and tears. Restrooms shall be clean, disinfected, and free of dirt, deposits, streaks, mold, and odors. Restrooms shall be fully stocked with tissue, hand washing soap, and towels for drying hands. Walls shall be structurally sound and not have holes or tears. 8.2 There shall be no evidence of mice, rats, roaches, ants, bed bugs or any other pests that may cause an unhealthy environment. 9.0 SECURITY 9.1 Facilities shall demonstrate policing, and procedures implemented to provide for the physical safety and security of its patrons i.e., security guards, video surveillance, access control, and well-lit parking. 9.2 Parking On-Site parking must be well-lit, safe, and within proximity to the facility. Government vehicles will be parked in the lot of the lodging facility for the students use to get to class. A lock box will be left with the hotel for the students to leave the GOV keys when they depart. VA LETC will provide the lock box and retrieve the keys at a later date. 10.0 GENERAL CONTRACTOR REQUIREMENTS: 10.1 PROFESSIONAL CONDUCT All communications, verbal and non-verbal, by Contractor personnel with the VA LETC staff and students shall be courteous and professional. 10.2 EMERGENCY ASSISTANCE In the event of any emergency involving a VA LETC student, the Contractor shall contact appropriate parties, including 911 to respond to the emergency. In addition, the COR shall be notified by phone or email as soon as possible. 10.3 REGULATORY REQUIREMENTS 10.3.1 The Contractor shall provide the services as stated in the task order requirements. The Contractor s facility shall comply with the requirements listed under paragraph 2.0 Applicable documents. 10.3.2 All Contractor staff shall be qualified for the tasks performed under this contract and shall be legally authorized to work. 11.0 DELIVERABLES 11.1 Lodging, per section 5.0. 11.2 Conference/classroom Space, per section 6.0, 11.3 Lunch Meals, per section 7.0. 11.4 Dinner Meals, per section 7.0. 11.5 Specialized Dietary Restricted per section 7.0. 12.0 GOVERNMENT RESPONSIBILITIES 12.1 The VA LETC will provide a class schedule and roster for classes that will require lodging, conference/classroom space, and meals, indicating the class date, the number of students, and the size of the conference/classroom space required. 12.2 The VA LETC will provide a student roster to the Contractor of students authorized for lodging and to students authorized to receive meals. 12.3 The VA LETC students will sign in by name for all lodging (at both check-in and check-out) and meals received at time of receipt. 12.4 The VA LETC Administrative Officer will coordinate with the Contractor for any student additions or deletions during the monthly period of performance. 12.5 Any additional charges incurred by a student, including exceeding the number of authorized meals, will be the student s responsibility. Only meals for VA LETC students are authorized. The Government will only pay for actual services rendered. 13.0 KEY PERSONNEL 13.1 Project Manager (PM) will be the primary designated point of contact. An alternate Point of Contact may be requested by the Contracting Officer/COR for account management and ordering. 14.0 QUALITY ASSURANCE 14.1 To evaluate the Contractor s performance throughout the life of the contract, the Government will utilize a Quality Assurance Surveillance Plan (QASP) as defined herein. 14.2 QASP-INTRODUCTION: This QASP has been developed to evaluate Contractor actions while implementing this PWS. The QASP provides a systematic method to evaluate the services the Contractor is required to furnish. This QASP is based on the premise the Government desires to maintain a quality standard in providing offsite lodging, conference/classroom space, and meal services and that a service contract to provide the services is the best means to achieving that objective. 14.3 QASP PERFORMANCE OBJECTIVE REQUIRED SERVICE ACCEPTABLE PERFORMANCE LEVELS IMPACT On-Time Deliverables The Contractor shall be responsible for ensuring the timely performance of all deliverables per the PWS. 95% on-time delivery (unless the Government causes delay) Contractor failure to meet this performance standard may result in negative feedback in the Contractors' performance evaluation via the Contractor Performance Assessment Reporting System (CPARS). Quality The Contractor shall be responsible for ensuring the quality of all deliverables IAW this PWS. 98% of the time and shall be measured by the validated Level One Surveys and Student Complaint Forms. Contractor failure to meet this performance standard may result in negative feedback in the Contractors' performance evaluation via the Contractor Performance Assessment Reporting System (CPARS). Timely Conflict Resolution The Contractor shall notify the Contracting Officer and COR of any problems, delays, disputes, or other conflicts involving or affecting delivery or performance within one (1) business day. 98% of conflicts are acknowledged within one (1) business day. (Unless the Government causes delay) Contractor failure to meet this performance standard may result in negative feedback in the Contractors' performance evaluation via the Contractor Performance Assessment Reporting System (CPARS). 14.3.1 Surveillance: The COR will evaluate the performance objectives through unannounced periodic inspections. 14.3.2 Standard: The Contractor shall perform all work required satisfactorily per the appropriate PWS paragraph. 14.3.3 Procedures: The Government will inspect all performance objectives at least monthly to ensure Contractor compliance with the appropriate paragraphs of the PWS. The Contractor will record the monthly results of the inspection, noting the date and time of the inspection. If inspection indicates unacceptable performance, the PM will be notified of the deficiencies for correction. The Contractor shall be given an appropriate amount of time after notification to correct the unacceptable delivery or performance; the COR may approve additional time if the COR considers additional time appropriate. If deficiencies are not corrected within the required time frame the COR shall notify the CO. 14.3.4 The Contractor shall notify the Contracting Officer and COR of any problems, delays, disputes, or other conflicts involving or affecting delivery or performance within one (1) business day. 14.3.5 The Government reserves the right to alter or change the surveillance methods in the QASP at its discretion. PRICE/COST SCHEDULE All interested companies shall provide quotations for the following: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 66,000.00 EA $______ $___________ Offsite Lodging Nights PWS para 5.0 POP Begin: 10-1-2023 POP End: 9-30-2024 0002 396 EA $______ $___________ On-Site Class Room Space PWS para. 6.1 POP Begin: 10-1-2023 POP End: 9-30-2024 0003 26,160 EA $______ $___________ Lunch Meals PWS para. 7.2.1 POP Begin: 10-1-2023 POP End: 9-30-2024 0004 37,800 EA $______ $___________ Dinner Meals PWS para. 7.2.1 POP Begin: 10-1-2023 POP End: 9-30-2024 0005 60 EA $______ $___________ Specialized Lunch Meal PWS para. 7.2.2 POP Begin: 10-1-2023 POP End: 9-30-2024 0006 60 EA $______ $___________ Specialized Dinner Meal PWS para. 7.2.1 POP Begin: 10-1-2023 POP End: 9-30-2024 0007 Emergency/Urgent Lodging Nights PWS 5.0 (f) POP Begin: 10-1-2023 POP End: 9-30-2024 200 EA $______ $__________ GRAND TOTAL $__________ The purchase order period of performance is October 1, 2023, to September 30, 2024. Place of Performance/Place of Delivery Little Rock, Arkansas Invoicing Instructions Submission - In accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests, all invoices shall be submitted electronically. A copy of all invoices shall be provided to the contracting POC identified in section A.1. Tungsten (aka OB10) ELECTRONIC INVOICE SUBMISSION FSC e-INVOICE PROGRAM THRU AUSTIN PORTAL FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS Vendor Electronic Invoice Submission Methods: Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below. VA s Electronic Invoice Presentment and Payment System The Financial Services Center (FSC) in Austin, TX uses a third-party Contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site is http://www.x12.org. Vendor e-invoice Set-up information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the payment status of a properly submitted invoice, the e-invoicing program, or Tungsten, please contact the FSC at the phone number or email address listed below. Tungsten e-Invoice setup information: 1-877-489-6135 VA Tungsten Number: AAA54420062 Tungsten e-Invoice email: VA.Registration@tungsten-network.com FSC e-Invoice contact information: 1-877-353-9791 FSC e-Invoice email: vafsccshd@va.gov http://www.fsc.va.gov/einvoice.asp COMMUNICATIONS: https://www.federalregister.gov/articles/2012/11/27/2012-28612/va- acquisition-regulation-electronic-submission-of-payment-requests http://fcw.com/articles/2012/11/27/va-epayments.aspx?s=fcwdaily Submission of Proper Invoice - The following data must be included in an invoice for it to constitute a proper invoice: a. Name and address of the contract b. Contract Number c. Invoice date and number d. Item number, description, quantity, unit of measure, price, extended price and a total of supplies delivered, or services performed. 1. Monthly invoices shall indicate monthly and cumulative billing amount per line item and total. Each submitted invoice shall identify the student first name, last name, class number, check-in\check-out date, qty of nights, lunch meals, dinner meals in sufficient detail to ensure the COR can verify the submitted invoice information to class rosters, conference room and meal requests prior to authorizing payment. Conference\classrooms shall also be identified by date, time and class number. 2. Final invoices must be marked FINAL INVOICE INVOICES THAT DO NOT COMPLY WITH THESE REQUIREMENTS SHALL BE REJECTED. Contractor Remittance Address - All payments by the Government to the Contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, or [ ] 52.232-36, Payment by Third Party Invoice shall be submitted in the arrears - a. Quarterly [ ] b. Semi-Annually [ ] c. Other [X] Submitted monthly after services are received Government Invoice Address: All Invoices from the Contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests (NOV 2018). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (MAR 2023) (SEE ADDENDUM) FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021) (SEE ADDENDUM) FAR 52.212-3 Offerors Representations and Certifications Commercial Items (DEC 2022) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 52.2-3-13 Contractor Code of Business Ethics and Conduct (NOV 2021) Mandatory Written Disclosures- Mandatory written disclosures required by FAR clause 52.203-13 to the Department of Veterans Affairs, Office of Inspector General (OIG) must be made electronically through the VA OIG Hotline at http://www.va.gov/oig/contacts/hotline.asp and clicking on ""FAR clause 52.203-13 Reporting."" If you experience difficulty accessing the website, call the Hotline at 1-800-488-8244 for further instructions. 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions Commercial Items (DEC 2022) FAR 52.217-8 Option to Extend Services (NOV 1999) VAAR 852.201-70 Contracting Officer s Representative (DEC 2022) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Business (JAN 2023) VAAR 852.219-74 VA Notice of Total Set-Aside for Certified Veteran-Owned Small Business (NOV 2022)) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUN 2023) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) (Section 1634 of Pub. L. 115 91). (3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115 ...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2a1697d432d54e8697b240d4be0caec4/view)
 
Place of Performance
Address: Little Rock Arkansas
 
Record
SN06792863-F 20230818/230817085741 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.