SOLICITATION NOTICE
J -- BOILER & CHILLER WATER TREATMENT SVC
- Notice Date
- 8/23/2023 7:00:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25923Q0808
- Response Due
- 8/28/2023 3:00:00 PM
- Archive Date
- 10/27/2023
- Point of Contact
- Shanta Harrison, Contract Specialist, Phone: (303) 712-5719
- E-Mail Address
-
Shanta.Harrison@va.gov
(Shanta.Harrison@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation 36C25923Q0808 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-04 06/02/2023. 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 811310, with a small business size standard of $12.5 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 QTY UNIT UNIT COST TOTAL COST 0001 Boiler and Chiller Water Treatment Services Base Year : September 01, 2023 through August 31, 2024 1 YEAR $__________ $__________ 1001 Boiler and Chiller Water Treatment Services Option Year 1: September 01, 2024 through August 31, 2025 1 YEAR $__________ $__________ 2001 Boiler and Chiller Water Treatment Services Option Year 2: September 01, 2025 through August 31, 2026 1 YEAR $__________ $__________ 3001 Boiler and Chiller Water Treatment Services Option Year 3: September 01, 2026 through August 31, 2027 1 YEAR $__________ $__________ 4001 Boiler and Chiller Water Treatment Services Option Year 4: September 01, 2027 through August 31, 2028 1 YEAR $__________ $__________ TOTAL COST ALL CLINS, BASE YEAR PLUS OPTION YEARS $___________________ SCOPE OF WORK BOILER AND CHILLER WATER TREATMENT SERVICES 1. Introduction: 1.1. Rocky Mountain Regional VA Medical Center (RMRVAMC) located at 1700 N. Wheeling Street, Aurora, Colorado, 80045 has a requirement for a contractor to provide chemical water treatment services. The chemical water treatment contractor shall provide all supplies and technical advisory services for proper chemical treatment of boiler plant water and steam and also chiller plant water to achieve specified results. Contractor will handle all chemicals. 1.2. RMRVAMC boiler plant employees will be responsible for performing water tests with oversight by the contractor. 1.3. In addition, the contractor shall periodically verify the proper operation of non-chemical water treatment systems which serve the boiler plant including feed water deaerator, surge tank, water softener, and continuous blowdown. 1.4. The goals are safety, reliability and longevity of the steam and condensate piping and equipment in the boiler plant, in the steam distribution system and in the various buildings of the VA facility and maintain water for the chilled water-cooling towers. 1.5. This contract will cover RMRVAMC location. The Aurora Hospital has four (4) Clever-Brooks Fire Tube boilers and four (4) Trane 1300 Ton chillers with respective cooling towers. 2. Chemical Water Treatment Contractor Qualifications: 2.1. One water treatment specialist who has a bachelor s degree in chemical engineering or the physical sciences from an accredited college or university shall be assigned to this contract. The water treatment specialist must have at least five years successful experience with boiler water treatment programs and shall furnish references from at least three customers who utilize boiler water treatment programs. 2.2. The water treatment specialist assigned must be located within 100 miles of the site to enable reasonable response times to request for site visits. 2.3. The contractor must operate (or continuously maintain a contract with) a state certified laboratory to perform complete scientific analyses of water chemistry, deposits, metallic materials affected by corrosion and provide recommendations for correction of problems related to the chemical and mechanical water treatment program. A Professional Chemist shall supervise the laboratory. 3. Chemicals and Testing Supplies: 3.1. Contractor shall provide all chemicals, test kits, test reagents, corrosion coupons, and instructional materials as necessary to comply with all contract requirements. Deliver to the boiler plant supervisor or his/her designate. 3.2. Chelant-based chemicals are not permitted. 3.3. All chemicals utilized shall conform to FDA guidelines: CFR 21, 173.310, BOILER WATER ADDITIVES PERMITTED IN PLANTS WHERE STEAM CONTACTS FOOD. In addition, the chemicals shall conform to all local, state, and federal government regulations on water pollution and have appropriate EPA registration. The RMRVAMC utilizes boiler steam for food preparation and for humidification. 3.4. Contractor shall furnish on site chemical storage containers with secondary containment. Contractor shall provide bulk delivery service which delivers the chemicals directly into the on-site storage containers with no assistance necessary from VA employees other than to provide access. 3.5. All existing chemicals, which are suitable for the contract program, will be utilized prior to the use of any new chemicals. 3.6. Contractor shall submit SDS sheets for all chemicals utilized during the performance of services under this contract. The SDS sheets will accompany delivery of the chemicals. 3.7. All chemical containers shall be labeled with complete information on contents and shall be returnable. Containers with missing labels shall be removed from the site. All containers remain the property of the contractor and must be immediately removed from; the site when they are no longer needed at the site. 4. Performance Requirements: 4.1. Period of performance shall be 1 year with four (4) option years. 4.2. Total hardness in feedwater shall be less than one part per million (ppm). Advise VA personnel on proper softener monitoring and operation. 4.3. Dissolved oxygen in the feedwater shall be 7 parts per billion (ppb) maximum with oxygen scavenger treatment temporarily suspended. If it exceeds 12 ppb, provide recommendation to boiler plant supervisor that deaerator must be inspected and repaired. 4.4. Prevent embrittlement of boiler pressure vessels. 4.5. Condition the boiler sludge to obtain effective bottom blowoff. 4.6. Boiler residual of sodium sulfite, 30-60 ppm. 4.7. Boiler phosphate residual, 20-40 ppm. 4.8. Total dissolved solids (TDS) in boilers as high as possible, but not to exceed 4000 ppm. 4.9. Total alkalinity in boilers 800 ppm maximum (1/5 x solids TDS). 4.6. Maximum suspended solids in boilers 350 ppm, maximum silica 250 ppm. 4.7. Boiler polymer dispersant residual as recommended by supplier. 4.8. There shall be no pitting corrosion. 4.9. There shall be no scale and deposit formation in the boilers. 4.10. Moisture content of the steam shall not exceed one percent. Perform condensate conductivity tests at a steam trap near the boiler steam outlet (at a point with no amines) to evaluate the moisture content of the steam. If necessary, utilize an antifoam agent to limit solids carryover in the steam from the boilers and to control boiler priming, foaming, and misting. 4.11. Control boiler water chemistry to minimize blowdown and thus improve efficiency. 4.12. Provide steam amine treatment to provide condensate pH of 8.0 8.5 at each condensate receiver throughout the facility and in the condensate storage tank in the boiler plant. Feed the amines into the boilers instead of the steam header to achieve even dispersal throughout the distribution system. 4.13. Control corrosion rates. Steel corrosion rates shall be less than 2.0 mils per year. Copper corrosion rates shall be less than 0.2 mils per year. 4.14. Establish layer of magnetic iron oxide (black or dark gray in color) on all steel surfaces as a corrosion barrier. 5. On-Site Services; Contractor shall: 5.1. Provide complete written instructions, supplemented by oral instructions and demonstrations, to boiler plant personnel for their performance of routine water tests and for feeding the chemicals into the systems. The instructions shall cover all aspects of safe chemical handling and safe and accurate testing, and proper chemical feed quantities and methods to suit the plant operating parameters and water treatment performance requirements. 5.2. Provide three (3), two-hour training sessions within two months of the start of a new contract. The first session shall be within one week of the start of the contract. Provide one two-hour training session every six months after the new contract has been in force for six months. 5.3. As a minimum, perform the following tests monthly, provide complete written reports with all test results and recommendations, and review reports with plant supervisor: 5.4. Condensate return systems: pH, hardness, dissolved iron and copper, total dissolved solids (conductivity), amine. Condensate conductivity at a steam trap near the boiler steam outlet. Test the condensate for pH at representative samples of condensate receivers throughout the facility at least twice per year. Vary the sample sites every year. 5.5. Make-up water including soft water, pH, alkalinity, hardness, total dissolved solids, suspended solids, and silica. 5.6. Boiler feedwater: Dissolved oxygen, pH, alkalinity, hardness, total dissolved solids, suspended solids, and silica. Feedwater dissolved oxygen shall be tested twice per year with oxygen scavenger chemical treatment suspended so that feedwater deaerator performance can be evaluated. 5.7. Boiler water: Total dissolved solids, suspended solids, sulfite, phosphate, and alkalinity. 5.8. Continuous blowdown systems: Check calibration and settings monthly. 5.9. Chemical feed systems: Advise plant supervisor on adjustments to maintain proper chemical dosage and feed rates and blowdown rates. 5.10. Visit the plant at least weekly during the first three months of a new contract. After three months, visit the plant at least monthly, perform tests listed above and review daily logs of tests performed by boiler plant personnel. Discuss the test results with the plant supervisor. Provide recommendations on treatment methods and consult on boiler plant and steam and condensate distribution systems problems as requested. Send water samples to the laboratory as necessary to resolve problems and questions. Make additional visits at the request of the plant supervisor to handle problems. 5.11. Conduct waterside inspection of boilers, feedwater deaerator and condensate storage tank at least once per year. Through the Contracting Officer s Technical Representative (COTR), coordinate the boiler and feedwater deaerator inspection to coincide with the inspection by the Qualified Professional Inspector (boiler inspector). VA personnel will prepare equipment for inspection. 5.12. Provide recommendations on wet and dry boiler lay-up procedures, including monitoring, of boilers not in service. 5.13. Provide recommendations on proper operation of continuous boiler blowdown systems and boiler bottom blowoff procedures. 5.14. Test corrosion coupons from condensate lines once per year and provide report. VA personnel will install, remove, and deliver the coupons to the water treatment specialist. 5.15. Any deficiencies or problems noted with VA test results or with the water treatment specialist s test results are to be reported immediately to the plant supervisor. If problems are found, corrective actions must be recommended immediately, chemicals as necessary provided, and tests performed as necessary to confirm that desired results are achieved. 6. VA Boiler Plant Staff Responsibilities: 6.1. Provide contractor access to all equipment in boiler plant. 6.2. The plant personnel will perform routine testing for chemical residuals, conductivity, hardness, alkalinity, pH, chloride, silica, iron and copper, and other tests as recommended by the water treatment specialist. 7. Administrative Requirements: 7.1. All on site work is to be coordinated with the boiler plant supervisor at least seven (7) days prior to performance of services. 7.2. All work to be performed during the normal daytime working hours of the boiler plant supervisor, Monday through Friday, excluding National Holidays. 7.3. Situations requiring more frequent analysis and/or special testing other than the specified requirements may arise. Do not perform any extra cost work without written authorization from the COTR. A separate purchase order will be issued to cover the costs associated with these extra tests upon request and justification from the contractor. 7.4. Provide information on the normal time delivery time for chemicals. Provide method for emergency chemical deliveries. 7.5. A laboratory certified by the State shall perform laboratory work. 7.6. A written report of each analysis and inspection shall be submitted immediately upon completion of each analysis and/or inspection to include a summary report of treatment recommendations based on the analysis report. Each report will be submitted in duplicate to the boiler plant supervisor and to the COTR. 7.7. Provide emergency response, including a site visit if requested, within 4 hours of request, 24 hours a day, 365 days per year. Maintain a toll-free (800) telephone number and e-mail and pager system for 24-hour access. 7.8. Respond to routine communications within 48 hours with a visit as necessary. 7.9. Immediately prior to commencing the chemical treatment contract, VA will arrange for an internal inspection of each boiler by the boiler plant supervisor and the contractor s (chemical supplier) field representative. A visual and written record of the condition of each of the boilers will be signed by the contractor and the RMRVAMC representative. Upon termination of the contract, a similar inspection will be conducted. Any deterioration in the boiler conditions attributable to the contractor s program shall be corrected by the contractor at no additional cost to VA. 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 firm-fixed price definitized contract to fulfill this requirement. 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 Ability The offer shall be evaluated on the conformance to the requirements listed in the Statement of Work. The offeror shall submit a technical narrative, 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 training certifications for the repair of said equipment should be provided with quote. 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), as well as Past Performance Questionnaires may be utilized. Factor 3: Price Offerors shall provide one copy of the fully completed Price Schedule in the format listed above. Proposed prices will be evaluated for reasonableness. Comparative analysis will be utilized to evaluate quotations. (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 furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration 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 quotes relative to each other, and will not affect the ranking of quotes based on price, unless, after reviewing the quotes, 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 (DEVIATION) FAR 52.228-5 Insurance Work On A Government Installation (JAN 1997); CL 120 - Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) 52.232-19 Availability Of Funds For The Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 52.237-2, Protection of government Buildings, Equipment, and Vegetation (APR 1984); FAR 52.237-3, Continuity of Services (JAN 1991); VAAR 852.203-70, Commercial Advertising (MAY 2008); VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) (DEVIATION); VAAR 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, this contract is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such 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. As prescribed in 819.7009(c) insert the following clause: 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: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [ ] 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) The offeror 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 quote. 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 852.232-72, Electronic Submission of Payment Requests (NOV 2018); VAAR, 852.270-1 Representatives of Contracting Officers (JAN 2008). The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) applies to this acquisition including the following clauses: FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020); FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); FAR 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2021); FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020); FAR 52.222-3, Convict Labor (AUGUST 2003); FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26, Equal Opportunity (SEP 2016); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); FAR 52.222-40, Notice of Employees Rights Under the National Labor Relations Act (DEC 2010); FAR 52.222-50, Combating Tra...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f903c535a6134effb9d82123eb568040/view)
- Place of Performance
- Address: Department of Veterans Affairs Eastern Colorado Health Care System 1700 N. Wheeling Street, Aurora 80013, USA
- Zip Code: 80013
- Country: USA
- Zip Code: 80013
- Record
- SN06803256-F 20230825/230823230055 (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 |