Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2024 SAM #8270
SOLICITATION NOTICE

65 -- 600-24-4-386-0791 | MEDICAL DEFIBRILLATORS

Notice Date
7/17/2024 8:45:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C24W24Q0151
 
Response Due
7/22/2024 7:00:00 AM
 
Archive Date
08/21/2024
 
Point of Contact
Ullainee Fowler, Contract Specialist, Phone: 210-694-6330
 
E-Mail Address
ullainee.fowler@va.gov
(ullainee.fowler@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Defibrillators The Department of Veterans Affairs RPO West is posting on behalf of VAMC LONG BEACH MHOP this amendment to be below combined Synopsis/Solicitation for Defibrillators. The government replaced the past performance requirements in the evaluation factors as shown and highlighted below. All other information remains unchanged. This combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This commercial item is being conducted under FAR Part 13 Simplified Acquisition Procedures. VA will conduct the procurement according of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. Solicitation Number 36C24W24Q0151. This solicitation is issued as a request for quotation (RFQ). The government requires that all contractors doing business with this office be registered with the System for Award Management (SAM). No award can be made to a company that is not registered in SAM. For additional information and to register in SAM, access the website at https://ww.sam.gov/. Please ensure representations and certifications are complete to allow Contracting Officers to determine your business size and any additional socio-economic categories, if applicable. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2024-05, May 22, 2024 This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. NAICS Code 334510 Business size: 1,250 employees Line Item Description Quantity 0001 30110001001010012 R Series ® ALS Defibrillator includes: Guidelines 2020- compatible Code Readiness testing system High current biphasic waveform from rectilinear biphasic OneStep 3 lead ECG cable with AHA markings Advisory Defibrillation Built-in test port, compact flash card slot Integrated AC Power (120 VAC/60 Hz) 5.8 Ah lithium ion battery pack ordered separately 5-year hospital warranty Available Parameters: Expansion Pack: Real CPR Help Numeric display of CPR Depth and Rate for Adult and Pediatric patients Visual and audio prompts to coach CPR depth (Adult patient only) Release bar to ensure adequate release off the chest Metronome to coach rate for Adult and Pediatric patients Adult and Pediatric AED ECG analysis (analyze mode) See-Thru ® -CPR filter WiFi Capable OneStep cable manager Defib Mentor familiarization aid Masimo Pulse Oximetry Signal Extraction Technology Reusable adult sensor reusable 4ft ext. cable 5 EA 0002 Zoll-8019-0535-01, SurePower Rechargeable Lithium lon Battery Pack 5.8 Ah Capacity High density lithium ion chemistry RunTime Indicator Automatic calibration ready Stores history of use and maintenance 5 EA 0003 Zoll-8513-001103-01, ZOLL AED 3 BLS Alt Care Package with PlusRX. includes: Product Documentation, ZOLL AED 3 Battery Pack, CPR Stat padz and PlusRX Medical Prescription 2 EA 0004 Zoll-8000-0855, Standard Metal AED Wall Cabinet with Alarm 2 EA 0005 Zoll-8513-001103-01, ZOLL AED 3 BLS Alt Care Package with PlusRX. includes: Product Documentation, ZOLL AED 3 Battery Pack, CPR Stat padz and PlusRX Medical Prescription 10 EA 0006 Zoll-8000-0855, Standard Metal AED Wall Cabinet with Alarm 10 EA Description of item: Brand Name or Equal: Defibrillators for Long Beach Date and Place of Delivery: Items needs to be delivered and or installed after receipt of purchase order no sooner than August 15, 2024 and no later than October 15, 2024 to: Department of Veterans Affairs VAMC LONG BEACH MHOP 5901 E 7TH ST BLDG 600 LONG BEACH CA 90822 Delivery shall be freight on board (FOB)- Destination. The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1500 (i.e.: 8:00am to 3:00pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. If the vendor requires the use of the Government s activation contractor s warehouse to meet the requirements of this contract the vendor must provide a certificate of insurance prior to the delivery and offloading of the item(s). This insurance certificate must be completed and presented to the activation contractor prior to delivery. The vendor shall communicate through the VA POC any required coordination requirements. The vendor shall provide a completed VA Form 6550 with submittal documents for any and all item(s) that may connect to the VA network and medical devices that store sensitive patient information. FAR 52.212-1, Instructions to Offerors Commercial Items (SEP 2023), applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL. INSTRUCTIONS TO OFFERORS Evaluation Factors for Award Quotations due 07/22/2024 at 10:00 a.m. EST (09:00 a.m. CST). Email quotes to Ullainee.Fowler@va.gov Point of Contact: Ullainee Fowler Contract Administrator Regional Procurement Office West (RPO West) 3237 Peacekeeper Way Building 200 Suite 204 McClellan Park, CA 95652 Phone: 210-694-633 Ullainee.Fowler@va.gov I. OFFER SUBMITTAL INSTRUCTIONS: Contractor s Administration Data Company Name Contact Person Title Address City/State/Zip Phone Fax E-Mail Tax ID No Unique Entity Identifier (EUI) Provide a complete quote per line items (v) and (vi) listed above. Acknowledge any and all amendments to solicitations. Complete and return provision 52.212-3 with quote. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online through www.sam.gov Contract pricing and Delivery period: All pricing shall be invoiced based on Price Schedule and the Salient Characteristics. Offeror shall submit information supporting past performance in providing Defibrillators, accessories as listed in the Statement of Work. Subject line of e-mail shall be Quote 36C24W24Q0151 Defibrillators Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Failure to submit a complete offer may result in an unacceptable determination. Late submissions will be set-aside as unacceptable and will be evaluated only if it benefits the Government. FAR 52.212-2, Evaluation Simplified Acquisition Procedures (NOV 2021), applies to this acquisition. The Government will select the quote that represents the best benefit to the Government at a price that can be determined fair and reasonable. The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. BASIS FOR AWARD: The Government will select the offeror that represents the best benefit to the Government at a price that can be determined fair and reasonable. Following receipt of offers, the Government will perform a comparative evaluation, in accordance with FAR 13.106-2(4)(ii) of the proposed services. The Government will compare offers to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. The Government intends to award a purchase order resulting from this solicitation to the vendor, who can provide the supplies to meet this requirement. This is a competitive comparative analysis selection in which competing offeror s past performance, technical and price will be evaluated to determine who represents the greatest benefit to the Government at a price that can be determined fair and reasonable. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement or inability to perform or provide all goods and services requested shall result in an offer being determined technically incapable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: Following receipt of quotes, the Government will perform a comparative analysis of the goods and services quoted. The Government will compare quotes to one another to select the vendor that best benefits the Government in fulfilling the requirement. The evaluation of Government requirements outlined in the Request for Quote will determine suitability. The Government will evaluate quotes for award purposes using the following factors: 1) Past Performance 2) Technical Capability 3) Price Factor 1: Past Performance The contractor shall provide the following documentation with their offer: Two (2) references from comparable Government contracts or successful commercial contracts for Defibrillator Equipment. Factor 2: Technical Capability The Contractor shall provide the following documentation with their offer: Capability Statement, maximum 2 pages which can validate Technical Capability: Capability statement should include a description of technical approach, dimensions to ensure the proper fit, and techniques to provide the salient characteristics promptly and expertly. Factor 3: Price The Contractor shall provide the following documentation with their offer: Pricing: Contractor shall submit unit prices rounded to the nearest hundredth. Prices should be documented on the Price/Cost Schedule. Please ensure unit price and total amounts are correct. Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Prices will be evaluated for completeness and reasonableness. Unrealistically high or low proposed costs or prices, initially or subsequently, may be grounds for eliminating an offeror from competition either on the basis that the offeror does not understand the requirement or has submitted an unrealistic offer. Additionally, unbalanced pricing poses an unacceptable risk to the Government and may be reason to reject an offer. The burden of proof for credibility of proposed costs/prices rests with the offeror. The Government reserves the right to amend the solicitation and remove any set-aside should pricing of all quotes be found unreasonable. 52.212-3, Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, as well as the following addenda: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaar/ (End of Clause) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items, applies to this acquisition. 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204 27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (DEC 2023) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) 52.219 28, Post-Award Small Business Program Representation (SEP 2023) 52.222 19, Child Labor Cooperation with Authorities and Remedies (NOV 2023) 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (NOV 2023) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.226 8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.229 12, Tax on Certain Foreign Procurements (FEB 2021) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) VAAR Clauses 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of Clause) b) 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION) (a) Definition. for the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB : (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been certified for ownership and control pursuant to 38 U.S.C. 8127, 13 CFR 128, and is listed as certified in the SBA certification database at https://veterans.certify.sba.gov/; and (v) The business agrees to comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size, government contracting, and the Veteran Small Business Certification Program at 13 CFR parts 121, 125, and 128. (2) The term Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). (4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)). (5) The term SDVOSB participant or certified SDVOSB means a small business that has been certified in the SBA Veteran Small Business Certification Program and listed in the SBA certification database (see 13 CFR 128.102). (b) General. In order for a concern to submit an offer and be eligible for the award of an SDVOSB set-aside or sole source contract, the concern must qualify as a small business concern under the size standard corresponding to the NAICS code assigned to the contract and be listed as an SDVOSB participant in the SBA certification database as set forth in 13 CFR 128. (1) Offers received from entities that are not certified SDVOSBs and listed in the SBA certification database at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made to a certified SDVOSB listed in the SBA certification database who is eligible at the time of submission of offer(s) and at the time of award. (3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. (c) Representation. Pursuant to 38 U.S.C. 8127(e), only certified SDVOSBs listed in the SBA certification database are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible and certified SDVOSB as defined in this clause, 13 CFR 121, 125, and 128, and VAAR subpart 819.70. (d) Agreement/LOS certification. When awarded a contract action, including orders under multipleaward contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size, and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting (LOS) requirements in 13 CFR 121.406(b) and 13 CFR 125.6. For the purpose of limitations on subcontracting, only certified SDVOSBs listed in the SBA certification database (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to comply with the required LOS certification requirements in this solicitation (see 852.219 75 or 852.219 76 as applicable). These requirements are summarized as follows: (1) Services. In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs listed in the SBA certification database (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/ VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. (2) Supplies/products. (i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not certified SDVOSBs listed in the SBA certification database. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract. (ii) In the case of a contract for supplies from a non-manufacturer, the SDVOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13 CFR 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements. (3) General construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not certified SDVOSBs listed in the SBA certification database. (4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not certified SDVOSBs listed in the SBA certification database. (5) Subcontracting. An SDVOSB subcontractor must meet the NAICS size standard assigned by the prime contractor and be certified and listed in the SBA certification database to count as similarly situated. Any work that a first tier SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: [] By the end of the base term of the contract or order, and then by the end of each subsequent option period; or [] By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements in 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (g) Precedence. The VA Veterans First Contracting Program, as defined in VAAR 802.101, subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA Veteran Small Business Certification Program and the VA Veterans First Contracting Program. (h) Misrepresentation. Pursuant to 38 U.S.C. 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406 2 Causes for Debarment). (End of Clause) c) VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: (i) [ ] In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219 73 or certified VOSBs listed in the SBA certification database as set forth in 852.219 74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fillin check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.] or [Contracting officer tailor clause to remove one or other block under subparagraph (iii).] [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.] (3) 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. (4) 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 18 U.S.C. 1001. (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 or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers 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. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: ___________ Printed Title of Signee: _____________ Signature: ____________ Date: ______________ Company Name and Address: _______________ (End of Clause) d) 852.232-72 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; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) e) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the righ...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c7b7f57bf8364132907e8ae1d43d4de0/view)
 
Place of Performance
Address: Department of Veterans Affairs VAMC Long Beach MHOP 5901 E 7th St Bldg 600, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN07132695-F 20240719/240717230126 (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.