Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2024 SAM #8109
SOLICITATION NOTICE

65 -- VISN22 Glucose Meters CPT

Notice Date
2/7/2024 10:32:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q0316
 
Response Due
3/7/2024 1:00:00 PM
 
Archive Date
05/06/2024
 
Point of Contact
Kal Carabon, Contract Specialist, Phone: 562-766-2250
 
E-Mail Address
kahlfanie.carabon@va.gov
(kahlfanie.carabon@va.gov)
 
Awardee
null
 
Description
Page 14 of 14 Table of Contents Combined Synopsis/Solicitation for Commercial Products and Commercial Services3 SECTION A SOLICITATION/CONTRACT ADMINISTRACTION DATA GENERAL TERMS4 A.1 SOLICITATION / CONTRACT ADMINISTRATION DATA4 IDIQ ADMINISTRATION4 OFFERER/CONTRACTOR4 GOVERNMENT4 OFFEROR REMITTANCE ADDRESS4 INVOICES4 GOVERNMENT INOVOICE ADDRESS5 ACKNOWLEDGEMENT OF AMENDMENTS5 A.2 DESCRIPTION OF AGREEMENT5 INTENT5 TERM OF AGREEEMNT5 PARTICIPATING FACILITIES5 IDIQ LIMITS5 IDIQ ORDERS6 OFFERERING METHOD6 IDIQ PROGRAM MANAGER6 ORDERING CONTACT 6 DELIVERY7 PACKAGING7 INVOICING AND PAYMENT INFORMATION7 IDIQ REVIEW8 DELIVERY REQUIREMENTS8 PLACE OF DELIVERY8 PERIOD OF PERFORMANCE / DELIVERY TIMEFRAME8 A.3 SOLICITATION PROVISIONS AND CLAUSES 9 ADDENDUM9 SUBMISSION9 PRICING9 MINIMUM SYSTEM REQUIREMENTS AND OTHER REQUIREMENTS10 SOLICITATION / CONTRACT ADMINISTRATION DATA10 52.212-2 Evaluation -- Commercial Products and Commercial Services (NOV 2021)11 52.216-1 Type of Contract (APR 1984)12 52.216-18 - Ordering (AUG 2020)12 52.216-19 - Order Limitations (OCT 1995) 12 52.216-22 - Indefinite Quantity (OCT 1995)13 52.217-6 Option for Increase Quantity (MAR 1989)13 52.217-7 - Option For Increased Quantity Separately Priced Line Item (MAR 1989)14 52.217-8 - Option to Extend Services (NOV 1999)14 52.217-9 - Option to Extend the Term of the Contract (MAR 2000)14 Grey Market Items14 852.232-72 Electronic Submission of Payment Requests 16 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim OCT 2008)17 52.252-2 - Clauses Incorporated by Reference (FEB 1998) 18 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998)19 A.4 CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS 19 Attachment A - Statement of Work 19 Attachment B - Schedule of Pricing.19 Attachment C - VA Handbook 6500.619 Attachment D BAA Template19 Combined Synopsis/Solicitation for Commercial Products and Commercial Services This is a combined synopsis/solicitation for Commercial Products and Commercial Services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C26224Q0316 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award Indefinite Delivery, Indefinite Quantity (IDIQ). (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2024-02, January 22nd, 2024. (iv) This solicitation intends to award a contract through full and open competition to a business associated with NAICS North American Industrial Classification System Code 325413. (v) v) See Attachment A Statement of Work for a list of minimum technical requirements and other requirements. See Attachment B Schedule of Pricing for a list of line item numbers, items, brand name descriptions, quantities and units of measure. (vi) The Department of Veterans Affairs (VA) seeks to make a single award Cost-Per-Test (CPT) Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the glucose meters for the Veterans Integrated Service Network (VISN) 22 Healthcare Systems: Please see list of locations in Section A.2, Description of Agreement, paragraph 3, Participating Facilities. See Attachment A - Statement of Work for a listing of minimum system requirements and other requirements. Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The technical specifications for this requirement are listed for Brand Name or Equal per FAR 52.211-6. The information identified provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name or equal to supplies being requested. SECTION A SOLICITATION / CONTRACT ADMINISTRATION DATA GENERAL TERMS A.1 SOLICITATION / CONTRACT ADMINISTRATION DATA IDIQ ADMINISTRATION: All IDIQ administration matters shall be handled by the following individuals: OFFERER / CONTRACTOR: [Primary Contractor Contact]: [Company]: [Street Address]: [City, State, Zip]: [Phone number]: [Email address]: [DUNS Number]: GOVERNMENT: Kevin Ceponis, Contracting Officer Department of Veterans Affairs Network 22 Contracting Office 4811 Airport Plaza Drive Suite 600 Long Beach, CA 90815 562-766-2211; kevin.ceponis@va.gov Kahlfanie Carabon, Contract Specialist Department of Veterans Affairs Network 22 Contracting Office 4811 Airport Plaza Drive Suite 600 Long Beach, CA 90815 562-766-2250; kahlfanie.carabon@va.gov OFFEROR REMITTANCE ADDRESS: All payments by the Government to the Offeror will be made in accordance with: [X] 52.232-32, Payment by Electronic Funds Transfer-System for Award Management [ ] 52.232-34, Payment by Electronic Funds Transfer Other than Central Offeror Registration, or [ ] 52.232-36, Payment by Third Party INVOICES: Invoices shall be submitted in arrears: Quarterly [] Semi-Annually [] Other [ X ] (Monthly) GOVERNMENT INVOICE ADDRESS: All invoices from the Offeror shall be submitted electronically to: https://us.tungsten-network.com/. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE The above amendment section must be filled-out in the event that an Amendment(s) is sent to the offeror or posted to https://sam.gov/ and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the offer. A.2 DESCRIPTION OF AGREEMENT INTENT: In the spirit of the Federal Acquisition Streamlining Act and pursuant to Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13 and FAR Part 16 the Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22 establishes this Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) for Glucose Meters and consumables described within this solicitation. The Contractor shall make available for purchase all the necessary licenses, equipment, and all other supplies made commercially available by Contractor to perform the specified functions for VISN 22 as outlined within this IDIQ. In addition, as requirements change, facilities within VISN 22 may be added or deleted by supplemental agreement of the Government and the Contractor. TERM OF AGREEMENT: This IDIQ shall be a base year plus four (4) optional years which will be reviewed, at least, annually In Accordance With (IAW) FAR Part 13.303-6 to ensure the IDIQ terms are met, to assess current market conditions and to determine price reasonableness. Additional discounts maybe requested by VISN 22 at any time. If the Contractor fails to perform in a manner satisfactory to the Contracting Officer (CO), this IDIQ may be canceled with thirty (30) days written notice to the Contractor by the CO. PARTICIPATING FACILITIES: The following facilities currently within VISN 22, and future facilities that fall under the authority of VISN 22, may be added or deleted to this agreement with an exercise of a supplemental agreement between the Government and the Contractor. VA New Mexico Healthcare System | 1501 San Pedro Dr SE, Albuquerque, NM 87108 VA Loma Linda Healthcare System | 11201 Benton Street Loma Linda, CA VA Greater VA Long Beach Healthcare System | 5901 E. 7th Street, Long Beach, CA 90822 VA Phoenix Healthcare System | 650 E Indian School Rd, Phoenix, AZ 85012 VA Northern Arizona Healthcare System | 500 North Hwy 89, Prescott, AZ 86313 VA San Diego Healthcare System | 3350 La Jolla Village Dr, San Diego, CA 92161 VA Southern Arizona Healthcare System | 3601 S 6th Ave, Tucson, AZ 85723 VA Greater Los Angeles Healthcare System | 11301 Wilshire Blvd, Los Angeles, CA 90073 IDIQ LIMITS: The guaranteed minimum award amount for this contract is $1,000.00. The maximum aggregate value / ceiling of the orders that can be placed under this contract is $4,000,000.00. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum amount. IDIQ ORDERS: This IDIQ is a pricing agreement and does not obligate any funds. The Government is obligated only to the extent of authorized IDIQ Delivery Orders (DO) issued under the IDIQ by authorized individuals. DO s shall be identified by the IDIQ Number TBD and DO Number TBD. DO s may include option years, if it is determined that option years would be in the best interest of the Government. Any DOs issued during the effective term of this IDIQ shall be completed by the Contractor within the time specified in the DO, including all option years, which may extend beyond the IDIQ term. All products ordered under DO/TO s shall be subject to the terms and conditions of this IDIQ. The Contractor shall accept the price, terms and conditions of an issued DO as long as they do not conflict with the terms set forth in the IDIQ. ORDERING METHOD: All orders shall be placed against valid DO s signed by the CO. The CO may designate primary facility Point Of Contacts (POC s), as necessary, which may coordinate delivery quantities and schedule via Electronic Data Interchange (EDI), telephone, facsimile, email or other written communication, identifying the products by number, quantity, purchase price, address for delivery, and any special instructions. IDIQ PROGRAM MANAGER: The Contractor shall provide a primary IDIQ program manager who shall be responsible for the performance of the work under the IDIQ. In addition, the program manager shall act as the main focal point of communication between the CO and the Contractor. The name of this person shall be designated in writing to the CO. The program manager shall have full authority to act on behalf of the Contractor on all contractual/IDIQ matters relating to daily operation of the IDIQ. Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: ORDERING CONTACT: The Contractor shall list in the spaces below the name(s) and address(es) of customer service departments with whom the Government facilities shall place orders: Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: DELIVERY: The Contractor shall deliver all supplies and services identified in the schedule to the locations identified in Section A.2.3, Participating Facilities. The delivery location is subject to change as required by the designated authority or authorized personnel at the receiving facility. The primary facility POC shall be required to notify the Contractor when delivery locations have been changed. All deliveries shall be accompanied by a delivery ticket or sales slip which shall contain: Contractor name, IDIQ number, DO number, VA obligation number, date of order, date of delivery, itemized list of products furnished, including product description and quantity shipped. All deliveries shall be made during normal working hours from 8:00a.m. to 4:00p.m, Pacific Time unless specified otherwise. Standard orders shall be delivered within no more than four (4) working days after receipt or placement of order. Emergency deliveries may be necessary on rare occasions and may occur outside of working hours from 4:00 p.m. to 8:00 a.m. Under emergency occurrences, the Contractor shall deliver to the Government site in the most expeditious manner possible. Without additional cost to the Government, unless expedited shipping/delivery is approved by the primary facility POC, CO or other authorized individual. The Contractor shall provide an emergency point of contact, if different from the standard points of contacts. No product substitutions shall be made by Contractor without prior approval of the treating facilities primary Point of Contact. However, if substitution would further obligate the government, the Contractor shall have approval of a warranted Contracting Officer. PACKAGING: All supplies shall be adequately packaged to prevent damage during shipping, handling and storage. Bags or packages shall be whole, intact, and not otherwise torn or damaged. Upon delivery, the Government shall examine all packages. The Contractor shall be required to replace unacceptable or damaged products at the Contractor s expense. INVOICING AND PAYMENT INFORMATION: An itemized invoice shall be submitted at least monthly and upon expiration of this IDIQ, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be supported by copies of delivery tickets. Invoices shall be submitted to WWW.TUNGSTEN-NETWORK.COM in accordance with FAR Part 52.232-33, Payment by Electronic Funds Transfer-System for Award Management and VAAR Part 852.232-72, Electronic Submission of Payment Requests. The following information shall be listed on all invoices (Failure to comply may result in refusal of an invoice resulting in delayed payment at the fault of the Contractor). Facility s Name and address where service was provided. IDIQ Number (For Example: 36C26221A0001) Delivery Order Number (For Example: 36C26221N0001) Obligation Number (For Example: 600-C17001) Itemized list of products provided, to include quantity, unit price and extended price. Include the period of time that is being invoiced for in the invoice. IDIQ Holder s Internal Contract number (if applicable) Include point of contact for concerns and questions. Contractor must name a specific person, phone number and email. IDIQ REVIEW: The Contractor shall conduct a complete IDIQ review with the CO/CS, at least annually and as requested by the CO/CS, to ensure the IDIQ terms and conditions are being met, analyze and project item ordering trends, and discuss all other actions that are within the scope of this IDIQ. Delivery Requirements: Place of Delivery: VA New Mexico Healthcare System | 1501 San Pedro Dr SE, Albuquerque, NM 87108 VA Loma Linda Healthcare System | 11201 Benton Street Loma Linda, CA VA Greater VA Long Beach Healthcare System | 5901 E. 7th Street, Long Beach, CA 90822 VA Phoenix Healthcare System | 650 E Indian School Rd, Phoenix, AZ 85012 VA Northern Arizona Healthcare System | 500 North Hwy 89, Prescott, AZ 86313 VA San Diego Healthcare System | 3350 La Jolla Village Dr, San Diego, CA 92161 VA Southern Arizona Healthcare System | 3601 S 6th Ave, Tucson, AZ 85723 VA Greater Los Angeles Healthcare System | 11301 Wilshire Blvd, Los Angeles, CA 90073 Period of Performance/Delivery Timeframe: The period of performance will start shortly after award for a One (1) Year Base Period with the Government having the option to exercise (4) four (1) one-year renewal periods in conjunction with 52.217-9. Additionally, the period of performance may be extended an additional 6-months in conjunction with 51.217-8. A.3 SOLICITATION PROVISIONS AND CLAUSES The provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this solicitation. Addendum: All offeror quotes for this solicitation must be received electronically through email no later than Thursday, March 7th, 2024, 1:00 PM Pacific Time. Ensure to reference solicitation number 36C26224Q0316 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than Monday, February 26th, 2024, 1:00 PM Pacific Time. Offers and questions shall be sent by email to Kal Carabon at Kahlfanie.carabon@va.gov. The Department of Veterans Affairs requires all awardees to be vendorized before payments can be made under an awarded contract. All interested parties are encourage to complete registration using the following link https://www.id.me/. This will all vendors access to VA's Customer Engagement Portal (CEP) at http://www.cep.fsc.va.gov/ where they can complete VA Form 10091 (VA-FSC Vendor File Request Form). Support for the vendorization process can be accessed by calling VA Financial Services Center (FSC), Vendor Support at 877-353-9791 option 3. Their business hours are 7:00AM 4:14PM CST. Submissions Offerors must provide the below documentation with their offer/submission. Offeror shall also clearly mark and identify all information provided within the submission with notations referring to the solicitation section and subsections they reference. Failure to identify sections and subsections as notations could result in less than full consideration in evaluation proceedings. Failure to provide the below documentation may result in your offer deemed as non-responsive. Offerors shall submit the documentation addressing the following via email: Pricing Complete Attachment B - Schedule of Pricing - Offerors shall fill out all unlocked fill-ins/tabs highlighted in light green of Attachment B conforming to requirements stated by the Statement of Work (SOW) and the instructions below. Tabs 1 5. Base + Option Years Offerors shall complete column L (Price) of the following tabs, 1. Base, 2. Option 1, 3. Option 2, 4. Option 3, 5. Option 4. Cells marked as NSP are for line items that are not separately price and do not require pricing information. If providing an equivalent product offeror shall complete columns F I of the following tabs, 1. Base, 2. Option 1, 3. Option 2, 4. Option 3, 5. Option 4., to show how their product meets the minimum technical requirements in Attachment A. Alternatively offerors may state where in the offeror s overall submission that information can be found. See 52.211-6 for additional information. Include additional line items as appropriate. If only CLIN 1 is completed, all expected costs (associated to the full performance as per the Statement of Work) shall be included. Offerors may include additional comments/notes in column I. Tab 6. Total Amount This tab provides estimated annual volumes of consumables per test for each participating VA site and automatically calculates the pricing based on information enter in Tabs 1-5. This includes estimated volumes for tests, controls, and 5% repeat testing. Offerors are not required to enter any information in this tab. Tab 7. Separately Price Items Offerors may additionally complete Tab 7, Separately Price Items, to capture any line items not listed in Tabs 1-5, (hence does not affect the overall CPT prices), that are recommended to support glucometer testing activities. Tab 8. Estimated Equipment Volume This tab provides estimated annual volumes of equipment needed to support glucometer testing activities. It is broken down by equipment type for each participating VA site. Offerors are not required to enter any information in this tab. Minimum System Requirements and Other Requirements Please submit a Completed Attachment A Statement of Work. Throughout Attachment A, there are several fill-ins and checkboxes that must be completed. We recommend that the entire solicitation and statement of work be read completely prior to filling out the solicitation. Glucose Meters Minimum Technical Requirements Section B.5 of Attachment A Statement of Work Offeror shall either provide information regarding how their product meets the minimum system requirements in each green text box or alternatively may state where in the offeror s overall submission that information can be found. Solicitation / Contract Administration Data Please submit this RFQ 36C26224Q0316 with Solicitation / Contract Administration Data filled out under Section A.1.1 - IDIQ ADMINISTRATION, A.2.7 - IDIQ PROGRAM MANAGER and A.2.8. Ordering Contact. There are green boxes throughout this document that ask for basic information about the offeror and must be completed. (ix) 52.212-2 Evaluation -- Commercial Products and Commercial Services (NOV 2021) (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: Lowest priced quotation (submitted via completed Attachment B) that meets all minimum technical requirements (provided in Attachment A and any other stated requirements such as additional delivery requirements) that is both responsive and responsible. Acceptability of equipment/services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that any offers meet the minimum requirements included in this solicitation. Submissions to this solicitation must show clear, compelling and convincing evidence that items meet all the minimum requirements (see Attachment A and B). (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 with a minimum of at least sixty days, 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) (x) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Products and Commercial Services, with this solicitation or ensure SAM.gov is updated with current information. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition. (xiii) The following clauses also apply: 52.216 1 - Type of Contract (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. (End of provision) 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 _04/01/2024__ through ____09/30/2030________. (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 (1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; (2) If sent by fax, the Government transmits the order to the Contractor's fax number; or (3) If sent electronically, the Government either (i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or (ii) 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) 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 ___$1000.00_____ [insert dollar figure or quantity], 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 ____$800,000.00_______; (2) Any order for a combination of items in excess of ____$4,000,000.00______ 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 __10__ 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) 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 ____09/30/2030______ . (End of clause) 52.217-6 Option for Increase Quantity (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor anytime within the period of performance. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 52.217-7 OPTION FOR INCREASED QUANTITY SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor anytime within the period of performance. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) 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 90 days of contract expiration. (End of clause) 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 120 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 66 Months. (this includes the extension with the exercise of FAR 52.217-8 Option to Extend Services. (End of clause) Grey Market Items (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (End of clause) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS Electronic Submission of Payment Requests (NOV 2018) (a) Definitions. As used in this clause - (1) Contract financing payment has the meaning given in FAR 32.001; (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests;...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f41caba8dada430e8bf14dbc6820f91c/view)
 
Place of Performance
Address: See attachment., USA
Country: USA
 
Record
SN06958544-F 20240209/240207230050 (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.