Data Center Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents 
Details: Tvhs Va Statement Of Work project Title: Services For The Management Of A Computer Web Based facility Management Solution (cafm) And Capital Asset Inventory (cai) Database Interface Including Reporting Functions. project Main Address: veterans Affairs, Tennessee Valley Health Care System, 1310 24th Ave, Nashville, Tn 37212 see Attachment A For Specific Locations. statement Of Work the Tennessee Valley Healthcare System (tvhs) Has A Requirement For Services To Manage A Computer Aided Web Based Cafm Solution And Supported Services Including: Drawing / Space / Capital Asset Inventory (cai) Database Interface With Reporting Functions, Graphical Tools To Store And Share Architectural Engineering Autocad Drawings, Assign Space And Report Usage Among Vha Organizational Groups And To Maintain A Master Autocad As-built Drawing Database For The Facilities. This Service Is To Include As- Built Surveys & Drawings (annual Survey Required), Maintenance & Updating The Drawings And Software Customization For Database Accuracy To Be Updated Monthly. Cloud Based File Storage Of Drawings Required With 24/7 Access And Built-in Version Control For Security. Square Footage For The Two Main Facilities Is 1,674.423 Of Gsf. offeror S Cafm Solution Shall Provide Maintenance, Upgrades Of All Software And Licensing For 12-month Periods And Implementation And Upgrades Of Future Models With The Ability To Expand The System With Additional Functions As The Tvhs Requires. it Shall Be A Multi-user, Multi-tasking Stand-alone System Supporting Multiple Users (10 Staff Minimum) In Tvhs (tennessee Valley Healthcare System) Designated Services/organizations Spanning Multiple Buildings (multi Levels) In Owned Locations. Cloud-based Access Shall Be Required Via Fedramp Or Va Compliant Csp. task A. Cafm Solution offeror S Cafm Solution Pricing Should Be Based On Annual 12-month Periods And Shall Include Pricing For The Licensing And Set-up Implementation Costs Associated With The Base Cafm Module Suite. general Requirements And Minimum Standards general Requirements And Minimum Standards offeror Shall Deliver And Implement A Cafm Solution That Meets The Following General Application Requirements And Minimum Specifications In Support Of The Tvhs: Includes Space Management, Capital Assets Inventory (cai) Reporting, Move Management, Employee Location Management, Lease Management, Asset Management, Room Scheduling/hoteling And Occupancy Tracking. Get All Floorplans Validated To Service And Staff Level, Updated, And Uploaded To The System. Web Based Solution With User Access Through A Standard Web Browser Includes Chargeback Functionality For Detailed Space Accounting To The Space, Cost Center, Division, Department Or Building Level Supports Industry Standard Area Calculations That Include Gross And Net Area. Allows For Individual Spaces To Be Assigned To One Or More Organizational Entities Includes Both Standard And User Defined Data For Buildings, And Sites. Building Data That Can Be Tracked By Building, Floor Or Room Links Data To Autocad Drawings Utilizes An Industry Standard Database Such As Sql Includes An Easy-to-use, Industry Standard Report Writer And Ad-hoc Report Writing Capabilities Navigation Is Primarily Graphical, With Consistently Designed User Interface Screens And Consistent Keystroke Functionality Throughout The Application Allows An Unlimited Number Of User-definable Data Fields As Delivered Contains A Significant Number Of Facilities Management Space And Asset Reports Ad Hoc Query Capability Includes The Ability To Query Drawings For Such Things As Vacant Spaces Or Spaces With Certain Characteristics Or Occupancy Easy-to-use Reporting Tools That Support Generation Of Standard Reports And The Ability To Generate Special Queries, To Sort And Filter Data In A Variety Of Ways Strong Query Capability With A User-friendly Interface Provides A "notes" Capability Throughout The Application In Order To Record Activities And Actions Taken Which Are Not Accommodated Within The Data Structure Itself Users Can Construct And Save Customized Queries Ability To Use Maps, Drawings And Photos To Drill Down To Critical Data Floor Plan Viewing Does Not Require Plugins Or Active-x Controls Etc. Forms And Fields Can Be Configured To Use Conditional Logic To Change Available Fields, Tabs Etc. Based Upon Values Selected In Drop-down Boxes, Check Boxes Etc. End User Administration Is 100% Web Based Software Hosting Must Be On A Fedramp Li-saas Certified Platform Able To Store Multiple Types Of Files Including But Not Limited To All Microsoft Office Suite Type Documents Along With Jpeg, Pdf, Etc. Ability To Upload Scanned Documents To The Application Ability To Attach A Default Document To Spaces, Assets, Equipment, Lease Information, Etc. Ability To Save And Attach Images And Photographs. Ability To Create Dashboards And Charts Showing Relevant Data From The System And Permission To Various Groups As Relevant Per Role security Requirements offeror Shall Deliver And Implement A Cafm Solution That Meets The Following Security Requirements In Support Of The Tvhs Real Estate Portfolio: Security Can Be Defined By Both Field, User And Function Maintains A Unique Security Profile For Each User I.d. And Groups Of Like Users Can Allow Contractors, As Well As Employees, To Be System Users Without Jeopardizing System Security Cafm Solution Servers Must Be Fedramp Low-impact Certified technical Requirements offeror Shall Deliver And Implement A Cafm Solution That Meets The Following Technical Requirements In Support Of The Tvhs Real Estate Portfolio: Tools To Integrate With Other Systems, Such As Cmms, Hr Or Erp Systems Does Not Rely On Proprietary Software For Either Graphical Display Or Navigation, For Database Functionality Or For Report Development Must Be Built On The Ms .net Framework Web Interface Uses A Standard Web Browser Such As Microsoft Explorer Database Tools To Repair And Recover Files Modules Are Tightly Integrated And Share A Common Data Structure And Data Tables Open, Odbc-compliant Database Design With An Object-oriented, Relational, And Bi- Directional Database Management System Exports And Imports Data To/from Spreadsheets, Databases, And Other Standard Microsoft Products Has Disaster Recovery Capabilities Incorporates Autocad Drawings Must Have An Internal Graphic Engine That Can Open And View Autocad Drawings. There Must Be No Need For Separate Copies Of Autocad. All Modules Share Common Tables, Use Similar Startup Screens, Use Standard Interface Capabilities Throughout And Are Written In A Consistent Language And Development Environment Throughout. Allows Multiple Users To Access The Various Modules At The Same Time Without Noticeable Negative Impact On The Computer Network Response Time Or Product Functionality. Has The Ability To Handle Large Volumes Of Data, To Archive Data And To Import/export Data In All Tables All Modules Must Be Developed On The Same Platform Runs On Ms Sql Server 2008 Or Greater Allows For The Utilization Of Ssrs For Reporting Solutions Has A Fully Documented Data Schema Has The Ability To Extend The Features Of The Existing Application (extensibility) Ability To Mass Upload Data Information Through An Excel Spreadsheet All Fields Have Audit Trail Functionality To Track Who Changed The Field, When It Was Changed, And To / From What Value(s). Provides Standard Audit Trail Functionality That Details The History Of Change To A Field. space & Occupancy Management offeror Shall Provide A Cafm Solution That Supports Tvhs Space And Occupancy Management Related Activities: Tracks Space And Occupancy For Multiple Sites And Buildings Produces Predefined Space Utilization Reports On Demand Can Track Rental And Operating Costs Per Sf By Space Types Can Track Space And The Space Occupant To Different Organizational Entities Tracks Attributes For Rooms Such As Wall Finishes, Floor Finishes, Lighting Conditions, Etc. Tracks Conference Room Characteristics Such As Av Equipment, Room Set-up And Capacity Tracks The Assignment Of Spaces To Divisions, Departments And Employees Ability To Classify All Spaces By User Defined Codes For Categories Of Occupancy And Assignment Calculates Space Charge Backs To Definable Occupant Groups Supports The Ability To Assign Different Rent Rates For Different Types Of Space (for Example: Labs, Data Centers, Offices, Warehouse) Incorporates Functional Stacking And Blocking Capability Ability To Store And Analyze Space Utilization Data For Each Facility Ability To Monitor User-defined Space Standards By Employee Type Or Job Function System Can Compare Actual Space Standards To Space Allocations Both Graphical Display And Text Reporting Of Vacant, Underutilized, Or Over Utilized Spaces Supports User Defined Space Uses And Space Types Tracks Organizational Hierarchy By Matrix Of Department And Division Roll-up Allows For A Distinction Between Occupancy And Ownership Of Spaces Supports Prorating Of Building Common And Primary Circulation Space Ability To Generate Preliminary Restacking Plans And To Save Various Versions Of A Plan For Graphical Review Tools To Allow A User To Implement The Appropriate Measures To Ensure There Is Consistent Documentation And Good Tracking For Handling Of Space Requests Tools To Allow A User To Develop Recommendations For The Appropriate Utilization Of Space, Based On Data Collected Ability To Provide "net Usage" Square Footage Value By Division Or Department Ability To Attach Photographs To Buildings, Floors, And Spaces Has Multiple, Flexible, Detailed Data Fields For Buildings And Floors Has The Ability To Add Additional Fields As Required. Provides Space Use Management Capabilities Ability For Users To Turn On And Off Pre-defined Layers Within The Floorplan Viewer And The Ability To Save Views On A User Or Global Basis. Ability To Update An Employee S Seat Assignment By Dragging And Dropping On A Floor Plan. The System Shall Provide Drawing Redline / Markup Capabilities Ability To Create New Spaces On Floor Plans Within The System Interface Without A Deep Understanding Of Autocad. Privileged Users Can Create New P-lines And Red-line Layers Within The System Interface. Can Run Automatic Graphical Queries Across One Or Several Floor Plans. Drawings Act As Graphic Reports, Displaying Text From The Database On The Drawing. Ability To Store Drawings Depicting Occupancy From Past Time Periods. asset Management Module offeror Shall Provide A Cafm Solution With A Module That Supports Tvhs Asset Management Related Activities: Tracks Assets To Organizational Entities And To Individual Employees Tracks The Location Of Assets Or Equipment, Both In The Software Database And On A Drawing. Create An Asset Catalogue That Includes Digital Photographs, Maintenance Procedures And Other Text Documents Performs Asset Counts Automatically Tracks Asset And Equipment Warranties With Alerts For Warranties Due To Expire Within A User Specified Time Period Tracks Employee Ownership Of Equipment Such As Laptops, Pagers And Cell Phones, Used Both Off-site And On-site Zoom And Print Drawings, To Show Asset Or Equipment Locations Within Rooms Tracks Asset Costs And Depreciation Track Assets Throughout The Purchase, Use And Retirement Process Capable Of Integrating With 3rd Party Handheld Barcode Readers mobile Interface offeror Shall Provide A Cafm Solution With A Cafm Solution Mobile Interface: Mobile Device Support Using Mobile-optimized Website Or App. Mobile Device Support For Android, Ios, Windows, Etc. Users Can Take And Upload Photos To Various Records Within The System From A Mobile Device. Mobile Platform That Offers Responsive Design move Management offeror Shall Provide A Cafm Solution That Supports Tvhs Move Management Related Activities: Handle Large, Planned Moves, As Well As Simple One At A Time Moves Track Multiple Moves On A Single Move Project Create And Modify Move Commitment Dates And Schedule Required Resources Move Work Orders Can Be Sent To Various Departments With Their Specific Responsibilities Itemized On The Work Order Creation Of A Web-enabled Move Work Orders That Provide All Required Information For Move Planning Move Work Orders Can Incorporate A Requirement For Supervisor Approval Prior To The Request Being Routed To Planning Supports Entry Of Contents Of Workspaces That Are To Be Moved With The Employee Store And Report On Move History, Move Costs And Move Trends Over User-defined Time Periods Generate Move Schedules And Tasks Shows Move Details On Floor Plans Crosshatch Floor Plans By Future Department Locations Display Future Occupants Names On Floor Plans Drag And Drop Move Support For Creating Individual Moves, Project Moves Or Adding Occupants To Existing Move Projects room Scheduling/hoteling Module offeror Shall Provide A Cafm Solution That Supports Room Scheduling And Hoteling With The Following Features: The System Shall Be Able To Use Cad Floor Plan Drawings With Furniture Layouts. It Shall Be Possible To Configure Required Rooms As Schedulable For Room Booking. The Seating Capacity Of Schedulable Rooms Shall Be Definable, And It Should Be Possible To Specify Amenities Available Like Projector, Whiteboard, Etc. The System Shall Be Allowed To Attach Photos Of The Rooms If Available. The System Shall Be Capable For Configurable Workflow For Room Booking Approval, And It Should Be Possible To Specify Rooms That Require Approval, If Any The System Shall Be Accessible From Ios And Android Apps For Bookings, Approvals, Check-in, Check-out, Cancellation & Extension The System Shall Be Capable Of Doing Recurring Booking With Daily/weekly/monthly Options Available. It Should Be Possible To View Room Details, Room Calendar And Floor Plan Views For Ready Reference During Booking. The System Shall Be Capable To Support Invitee Management Feature For Inviting Meeting Participants Along With Room Booking The System Shall Be Able To Use Cad Floor Plan Drawings With Furniture Layout. The Seats Shall Be Definable At Their Actual Locations In The Floor Plans. It Should Be Possible To Configure Seat Types (workstation/cubicle/cabin/ ) It Should Be Possible To Do Seat Allocation To Divisions/projects The System Shall Be Accessible From Ios And Android Apps For Bookings, Approvals, Check-in, Check-out, Cancellation & Extension The System Shall Be Capable Of Doing Multiple Booking With Daily/weekly/monthly Recurrence. The System Should Be Capable Manage Bulk Booking By Managers For Reporting Employees. The System Should Be Able To Send Email Notification For Booking Confirmation. The System Shall Be Capable Of Configuring Advance Check-in And Post Check-in Periods. hardware For Occupancy Sensing the Offeror Shall Provide A Cafm Solution With A Module That Supports Tvhs Requirements For Real-time Occupancy Tracking Of Certain Rooms Such As Patient Exam Rooms. The Vendor Shall Provide The Sensors And Associated Hardware And The Software Components For Occupancy Tracking In 300 Rooms. the Components Shall Consist Of: Passive Infrared Infra-red Sensors Deployed In Each Tracked Room For Objectively Tracking Occupancy. Internet-of-things Based Gateways For Collecting Sensor Motion Data The Gateway Shall Then Transmit The Data Over A Cellular Internet Connection To The Servers. Cloud-based Software That Receives Sensor Data From Gateways And Packages It Up For Display To Users. Each Sensor Shall Be Battery Powered (at Least 5-year Life Span). The Sensors Shall Detect Motion In A Cone Of At Least 15 Feet In Diameter For A Total Detection Diameter Of 30 . Gateways Shall Be Plugged Into Ac Power And Shall Include A 24-hour Lithium-ion Battery To Cover Emergency Power Outages All Motion Data Shall Be Encrypted the Tracking Software Component Shall Provide The Following Features: Top Level Metrics Occupancy Data Can Be Filtered By Service Line, Space Function And Location (site/building/room) Over A Day, Week, Month, Or Customer Date Period. Users Can Quickly View The Number Of Rooms Tracked, % Of Utilization, Including Average Utilization. Multiple Data Views Occupancy Data For Any Room Or Groups Of Rooms Can Be Viewed By The Following Criteria: By Date; By Time; By Room; By Service Line; By Space Function; Or By Custom Groups That Match Rooms Organized By Clinic, Sub- Clinic, Or Any Other Grouping Criteria The User Requires. Portable Data All Data Views In The Tracking Module Can Be Viewed In Easy To Consume Bar And Line Graphs. In Addition, Any View Is Exportable To Excel For Convenient Sharing With Colleagues And Reports. task B. Implementation Support Services implementation Support Services, As Defined In Task B, Shall Consist Of One-time Tasks That The Offeror Shall Complete Within The First Year Of The Contract. implementation Project Management offeror Shall Provide Project Management Services Throughout The Implementation Phase (task B) With A Principal Project Manager Who Will Be Responsible For All Aspects Of The Cafm Solution Implementation And The Main Liaison With The Tvhs Team. Within 30 Days Of Award The Offeror Will Submit A Project Management Plan For Review And Approval That Will Include A Project Schedule, Outline All Project Deliverables And Their Schedule, And Define How Progress Will Be Communicated And Monitored Throughout The Initial Implementation. project Management Activities Throughout The Project Will Include The Following At A Minimum: Weekly Meetings Until Implementation Is Accepted By Tvhs Communications Project Coordination Project Status Reporting Priorities, Phasing & Workflows offeror Shall Work With Tvhs To Identify Tvhs Priorities, Phasing, And Ideal Workflows Associated With Implementing The Cafm Solution. These Will Formulate The Implementation Planning Efforts Both In The Short- And Long-term. During This Aspect Of The Process, The Offeror Shall Provide The Following: Priorities: Offeror To Conduct Stakeholder Interviews As It Relates To The Priorities Associated With Implementing The Cafm Solution Across The Tvhs Portfolio. O Identify Tvhs Implementation Priorities o Identify Capital/small Project Improvement Programs/planning Phasing: Offeror To Provide A Recommended Implementation Strategy That Takes Into Consideration Priorities, Budget, User And Portfolio Considerations, And Deployment Strategy. Workflows. Offeror To Validate Current Workflows And Formulate Ideal Workflows For Various Aspects Of The Cafm Solution, Inclusive But Not Limited To Maintenance/facility Work Order, Move, Furniture, And New Employee Requests, Etc. O To Develop Ideal Workflows, The Offeror Shall: o Validate Third-party Operators, Vendors, Or Contractors Responsible For Operations, Maintenance, And Moves At Each Location. O Validate Roles, Responsibilities, Contractual Obligations, And Contact Information For The Following At Each Location: Landlord, Lessor, Building manager/facility Manager, Janitorial, After Hours Support, Va Representative (if Applicable), And Tvhs Representative Etc. o Conduct Vendor/contractor Integrations Analysis And Recommendations. o Develop Standard Operating Procedures To Document The Tvhs New Workflows. task C. On-going Maintenance And Support the Vendor Shall Provide On-going Maintenance And Support For The System. This Shall Consist Of Providing (1) Access To The Software Modules And (2) Updating And Maintaining The Database. c1. Access To Software Modules the Vendor Shall Maintain The Software System On A 24/7 Basis. In Addition To Maintaining The Software, The Vendor Shall Provide Users Support Using Email, Telephone, And On-line Meetings. This Support Shall Be Available During Normal Business Hours. c2. Database Maintenance the Va Will Periodically Notify The Vendor Of Changes In The Database Including Changes In Drawings. The Vendor Shall Promptly Update The Database And Drawings. task D Training the Vendor Shall Develop A Training Program And Offer It To The Va Staff. There Shall Be Two Types Of Training: (1) User Level Training And (2) Administrator Level Training. During The Base Year, After The System Is Completely Implemented, The Vendor Shall Conduct The Training Sessions On-line. After The Base Year, The Vendor Shall Conduct User Level Training On-line As Often As Tvhs Requires. After The Base Year, The Administrative Level Training Shall Be Conducted On-line Once Every Year. other Terms And Conditions various Field Verification Work May Be Done On Site At The Ordering By The Tvhs Va Healthcare System And Shall Be Coordinated With The Contracting Officer Representative (cor) Appointed By The Co And /or Poc (point Of Contact). Generally, Work Will Be Done During Normal Business Hours (m-f 8:00am To 4:00pm), Holidays Excluded. all Drawings And Data Produced By The Vendor Will Become The Property Of The Tennessee Valley Healthcare System. Upon Contract Expiration, The Vendor Will Be Required To Destroy All Paper Data Associated With The Facility Drawings And Data Sets And Verify The Method Of Destruction With The Va Cor & Information Security Officer Prior To Such Action. The vendor Shall Deliver/return All Paper Documents That May Have Been Generated And Electronic Data On Va Laptops To Va Cor For Destruction And Review. All .dwg Drawings Will Be Given To The Va Tvhs Poc. Contractor Will Adhere To Nara Records Management Clause (attachment B) Contractor Will Comply With Va Rules Of Behavior Regarding Data Use And Protection Of Va Sensitive Information. periods Of Performance the Contractor Shall Provide All Services As Described Herein Commencing On The Effective Date Of This Contract, And For A Twelve-month Base Plus Four Twelve-month Periods Thereafter. Additionally, Providing Contractor S Services Meet The Expectations And Standards Described In This Document At The Sole Discretion Of Tvhs Contractor Shall Be Able To Provide The Same Services For Twelve-month Periods Following The Initial Period. should There Be An Issue With The Vendor Performance During This Period And The Contract Is Being Terminated, The Calculation Of The Monthly Service Utilized At That Date Will Be Divided By The Contract Amount And This Will Be The Fee Paid For Services To Date Only. The Full Contract Amount Will Not Be Paid. contractor Security Requirements the Contractor S Employees Shall Bring Photo Id To Obtain A Va Contractor Identification Badge. The Cor Will Identify Personnel Who Will Escort And Coordinate Access To The Areas Of Work. all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. The C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required quality Assurance Plan (qasp) performance Will Be Measured By Software Accessibility To The End User, Vendor Timeliness In Responding To Service Requests, And The Quality Of The Maintained Drawings And Database. the Facilities Drawings Created By The Vendor Shall Be Compliant With Va Standards And Be Compatible With Generally Accepted Industry Practices. When The Vendor Creates New Facility Drawings The Vendor Shall Submit A Preliminary Set Of Drawings For Review By The Medial Center Staff. The Vendor Shall Hold In Person Or On-line Discussions To Discuss The Review Findings And Make Agreed-upon Modifications. the Facilities Related Data Such As Occupancy By Service Lines Collected Or Validated By The Vendor Must Be Reviewed By Healthcare System Staff And The Vendor Shall Make All Agreed-upon Changes. When The Healthcare System Sends Out Existing Drawings For Updating To The Vendor, Vendor Shall Acknowledge The Receipt Within Seven Days Of Receiving Them. Within The Next Seven Days The Vendor Shall Hold Discussions With The Va Staff If The Vendor Has Questions Or Requires Clarifications. Once The Clarifications Are Done, The Vendor Shall Update The Drawings And Load Them On To The Platform Within A 30 Day Period. The Quality Of The Images Maintained In The Vendor S Database Shall Be Legible And High Quality. The Vendor Shall Make All Appointments Scheduled With The Cor On Time And Without Delay. attachment A facilities To Be Included In Scope Of Work At This Time (additional To Be Added In Future) va Alvin C York Campus (43 Buildings; 942,554 Sf), 3400 Lebanon Rd, Murfreesboro, Tn, 37129 va Nashville Campus (3 Buildings; 679,009 Sf), 1310 24th Ave S., Nashville, Tn 37212 Va Albion Street Va Clinic (1 Building; 4892 Sf), 1818 Albion St, Nashville, Tn 37208 Va Athens Va Clinic (1 Building; 5,500 Sf), 1320 Decatur Pike, Athens, Tn 37303 va Charlotte Ave Va Clinic (1 Building; 12,965 Sf), 1919 Charlotte Ave, Nashville, Tn 37203 va Clarksville Va Clinic (1 Building; 34,000 Sf), 782 Weatherly Dr, Clarksville, Tn 37043 Va Dalton Drive Va Clinic (1 Building; 4905 Sf), 2292 Dalton Dr, Ste F, Clarksville, Tn 37043 va Dover Va Clinic (1 Building; 5648 Sf), 1406 Donelson Pkwy, Dover, Tn 37058 va Gallatin Va Clinic (1 Building; 9440 Sf), 419 Steam Plant Rd, Gallatin, Tn 37066 Va International Plaza Va Clinic (1 Building; 11,000 Sf), 2 International Plaza Dr, Ste 300, Nashville, Tn 37217 va Pointe Center Va Clinic (1 Building; 9,999 Sf), 1208 Pointe Centre, Ste 100, Chattanooga, Tn 37421 va Chattanooga Clinic, (1 Building, 96,000 Gsf), 6401 Shallowford Road, Chattanooga, Tn. 37421 va Tullahoma Va Clinic (1 Building; 3895 Sf), 225 Von Karman Rd, Arnold Air Force Base, Tn 37389 attachment B nara Records Management Clause 1. Citations To Pertinent Laws, Codes, And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 cfr Part 1222 And Part 1228. 2. Contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. 3. Contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. 4. Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. 5. Contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. 6. The Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. 7. The Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. 8. Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. 9. No Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. 10. Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Inform

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date16 May 2025
Tender AmountRefer Documents 
Details: Sources Sought Synopsis for w912pp25ra009 indefinite Delivery Indefinite Quantity (idiq) Civil Works Design And Survey And Photogrammetric Mapping services Contract, Albuquerque District Usace, New Mexico this Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Synopsis. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. the U.s. Army Corps Of Engineers – Albuquerque District Has Been Tasked To Solicit And Award An Idiq Contract For Civil Works Design, Surveying, And Mapping, Primarily For A-e Studies And Design On Flood Control And Erosion Protection Projects For The Civil Works And Or Vertical Construction Programs Within The Albuquerque District Corps Of Engineers (coe) Boundaries, Which Include Southern Colorado, New Mexico And Southwest Texas. However, The Contractor May Be Required To Work Outside This Area. The Successful Firm May Be Utilized For Complete Projects Or In Support Of In-house Efforts. Services During The Construction May Include Construction Inspection, Shop Drawing Review And As-built Drawing Preparation. This Contract Will Be Solicited And Awarded In Accordance With Far Part 36 And The Brooks Act (public Law 92-582). The Type Of Set-aside Decision To Be Issued Will Depend Upon The Responses To This Synopsis. purpose Of Sources Sought the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Economically Disadvantaged Woman-owned Small Business (edwosb), And Service-disabled Veteran-owned Small Businesses (sdvosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. project Description & Experience Requirements the Anticipated Range Of Task Orders Off Of This Contract Is Between $20,000 And $500,000, With The Total Amount Of The Contract Not To Exceed $49,900,000.00. minimum Capabilities Required For This Idiq Contract For Civil Works Design Include: a/e’s Project Experience In The Areas Listed Above, With A Primary Focus On Recent Corps Of Engineers Flood Control Studies And Plans And Specifications In The Geographical Area Encompassed By The Albuquerque District Area Of Responsibility. a/e’s Experience In Rainfall/runoff Modeling, Discharge And Volume Frequency Analysis, Sediment Yield/sediment Transport Analysis, Geomorphic Assessments, Surface Water Modeling, Surface Ground Water Modeling, Running Operational Scenarios Through The Use Of Riverware® And Computer Aided Design Modeling Software, Hydraulic Design Of Flood Control Structures And Local Drainage Infrastructure To Include Trunklines, Retention, And Detention Basins, Overland And Floodplain Analysis With Inundation Mapping, Flood Hydrograph Analysis, Water Control Management, Preparing Hydrologic And Hydraulic Documentation Reports And Water Control Manuals, Performing Risk And Uncertainty Analysis, Gis Application (data Analysis And Terrain Processing) And Computer Aided Drafting Support For H&h Projects, Climate Change Evaluations, Creating Physical/computer Models, Studies/designs For Flood Control Structures, Implementation Of A Design Quality Control/quality Assurance Program, And Energy Conservation, Pollution Prevention, Stormwater And Sedimentation Reduction, The Use Of Recorded Materials And Achieving Waste Reduction. preparation Of Studies, Designs, And Plans And Specifications For Flood Control Structures (dams, Levees, Basins And Channels), Streambank Stabilization, Streambed Grade Control, Roads, Parking Areas, Bridges, Culverts And Design Of Utility Improvements Associated With Civil Works Type Projects. a/e’s Computer Capability And Experience In Using Coe Programs Including, But Not Limited To The Following, Hec-hms, Hec-ras, Gssha, Hy8, Hec-ssp, , Hec-resim, , Hec-fda, , Adh With Sediment, Riverware, Fme, Python And Other Computer Programming/coding Languages, And Esriarc Gis/qgis And Computer Aided Drafting Supporting H&h Design And Analysis (including Adherence To Current Spatial Data Standards) Is Required. Experience Using The Hec-dss (hydrologic Engineering Center Data Storage System), , And Data Storage Systems Is Desirable a/e Key Personnel Experience: The Project Manager Must Have Experience Managing “civil Works” Studies For Corps Of Engineers Projects. Firms Must Be Able To Provide Registered Professionals Assigned In The Positions: (1) Hydrologic Engineering, (2) Hydraulic Engineering, (3) Sedimentation, (4) Project Management, (5) Civil Design, (6) Geographical Information System (gis), (7) Environmental Engineering, (8) Computer Aided Drafting Experienced And The Architectural Engineering And Construction (aec) Cadd Standards, (9) Geomorphology, And (10) Land Surveying. Firms Must Be Able To Create Drawings In Autocad Civil 3d. a/e Key Personnel That Are Familiar With Corps Of Engineers Planning And Design Criteria And Policy a/e Demonstrated Capability To Accomplish Multiple Concurrent Task Orders minimum Capabilities Required For This Idiq Contract For Surveying And Photogrammetric Mapping Include: acquisition And Processing Of Aerial Lidar photogrammetric Mapping Requiring Acquisition Of Digital Aerial Photography. aerotriangulation stereo Mapping Compilation feature Extraction From Lidar orthophotography land Use And Land Cover Interpretation. creation Of Horizontal And Vertical Control Networks ground Control And Check Control For Support Of Photogrammetric And Lidar Mapping And Accuracy Validation. topographic Mapping Using Total Stations, Optical, Electro-optical Or Global Positioning System (gps) detailed Planimetric Surveys instrumentation Surveys (monitoring Of Data Points For Movement) bathymetric Surveys cadastral And American Land Title Association (alta) Surveys site And Utility Surveys To Include Both Utility Location Via Hydro/vacuum Excavation And Sewer Closed Circuit Television (cctv) Inspection. ground Penetrating Radar (gpr) geographic Information System (gis) Services May Include The Creation, Implementation, Transformation, Manipulation Of Spatial Data Supporting The Management Of Esri Geo-databases. digital 3d Data Integration Of Field Survey, Photogrammetric And Lidar safe Software’s Feature Manipulation Engine (fme) unmanned Aerial Systems (uas) Acquisition Using Imagery And/or Lidar Including Data Processing And Derivative Product Development. conventional Terrestrial Lidar mobile Based Terrestrial Lidar aerial Bathymetric Lidar handheld Based Terrestrial Lidar For Building Inspections. 1. The Firm Must Have A Asprs Certified Photogrammetrist In-house That Has Experience In Managing Large- And Small-scale Mapping Projects. 2. The Firm Must Also Be Able To Provide Professional Engineers And Professional Land Surveyor(s) Registered In New Mexico, Arizona, Colorado, And Texas. 3. The Firm Must Be Able To Provide Surveying And/or Mapping Personnel With Expertise For The Following: ground Control, Topographic, Cadastral, Instrumentation (monitoring Of Data Points For Movement), Bathymetric, Site And Utility Surveys; Aerial Imagery, Gps & Lidar Data Collection And Processing; Orthophoto Generation; Dem And Dtm Development; Analytical Aerotriangulation; Compilation; Cad; Gis; And Metadata Documentation. 4. Firms Must Be Able To Provide Survey And Mapping Data On Either Through File Transfer Protocol (ftp) Or By Portable Hard Drives Directly That Are Readable Autodesk Autocad Software, And Esri Products. 5. Firms Must Be Familiar With Latest Versions Of The Us Army Corps Of Engineers Spatial Data Standards For Facilities, Infrastructure, And Environment (sdsfie), The Aec Cadd Standards. 6. Firms Must Be Able To Provide Federal Geographic Data Committee (fgdc) Compliant Metadata. the North American Industry Classification System Code For This Procurement Is 541330 Which Has A Small Business Size Standard Of $25.5 Million. The Standard Industrial Code Is 8712 And The Federal Supply Code Is C1ka. small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting That They Must Perform At Least 50% Of The Cost Of The Contract, Not Including The Cost Of Materials, With Their Own Employees For General Services-type Procurement. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought Synopsis. both English And Metric Systems Of Measurement May Be Utilized. This Contract Will Be Solicited And Awarded In Accordance With Far Part 36 And The Brooks Act (public Law 92-582). The Type Of Set-aside Decision To Be Issued Will Depend Upon The Responses To This Synopsis. The Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Woman- Owned Small Business (wosb), Economically Disadvantaged Woman-owned Small Business (edwosb), And Service-disabled Veteran-owned Small Businesses (sdvosb). anticipated Solicitation Issuance Date Is On Or About 20 August 2025 And The Estimated Proposal Due Date Will Be On Or About 30 September 2025. The Official Synopsis Citing The Solicitation Number Will Be Issued On Sam.gov Inviting Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. instructions On Submission Of Responses To This Sources Sought firm's Response To This Synopsis Shall Be Limited To 10 Pages And Shall Include The Following Information: 1. Firm's Name, Address, Point Of Contact, Phone Number, And E-mail Address. 2. Firm's Experience On Projects Of Similar Magnitude That Include The Planning Studies Listed In This Sources Sought Notice (include Firm's Capability To Execute Comparable Work Performed Within The Past 5 Years: 2a. Brief Description Of The Project, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project) - Provide At Least 3 Examples. 3. Firm's Experience With The Six (6) Listed Minimum Capabilities Included In This Sources Sought Notice 4. Firm's Business Size - Lb, Sb, 8(a), Hubzone, Sdvosb, Ewosb/wosb 5. Firm's Joint Ventures (existing), Including Mentor Protégés And Teaming Arrangement Information Is Acceptable procurement Integrated Enterprise Environment (piee) all Prospective Offerors And Their Subcontractors Must Be Registered In The System For Award Management (sam - Www.sam.gov) And The Piee Website To Be Able To Download Solicitation Information. solicitation Documents, Plans, And Specifications Are Only Available To Be Download From Piee, Which May Be Accessed At Https://wawf.eb.mil Or Https://piee.eb.mil Or Https://piee.eb.mil/xhtml/unauth/home/login.xhtml. registration Should Be Completed One (1) Week Prior To The Anticipated Solicitation Release Date. Usace Will Not Notify Offerors Of Any Changes To The Solicitation; Offerors Must Monitor Piee And Sam For The Solicitation To Be Posted, And For Any Posted Changes Or Amendments. copies Of The Solicitation And The Solicited Plans And Specifications Will Be Made Available For Inspection Without Charge After The Solicitation Is Released, When Accessed Through Piee. interested Firm’s Shall Respond To This Sources Sought Synopsis No Later Than 16 May 2025, 2:00pm Mst. All Interested Firms Must Be Registered In Sam To Be Eligible For Award Of Government Contracts. email Your Response To Robert Mcpherren At Robert.j.mcpherren@usace.army.mil. firms Responding To This Sources Sought Notice Who Fail To Provide All Of The Required Information Requested Will Not Be Used To Assist The Government In The Acquisition Decision, Which Is The Intent Of This Sources Sought Notice. if Inadequate Responses Are Received, This Solicitation May Be Issued For Full And Open Competition.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date13 Jun 2025
Tender AmountRefer Documents 
Details: Statement Of Work (sow) 1. Contract Title. 539-25-502 Install Card Readers 2. Background. the Chosen Contractor Shall Provide Complete Construction Services Including Labor, Materials, Equipment, And Supervision Required To Complete The Install Card Reader Project For The Cincinnati Vamc To Include Both The Cincinnati And Ft. Thomas Campuses. The Fulfillment Of This Project Will Help To Meet Security Requirements For The Canteen And Police Spaces, As Dictated In The Physical Security Resilience Design Manual (psrdm). 3. Scope. the Install Card Readers Project Will Install Card Readers, And Make Associated Security Hardware Modifications To The Doors, As Well As Relocate One Camera In The Canteen Per The Psrdm Requirements. 5. Specific Tasks card Reader Installation installation Of Card Readers At The Cincinnati And Ft Thomas Campuses Per The Drawings To Include All Wiring/programming To The Current Security Network. Card Readers To Utilize Both Badge And Pin Inputs. Adjust Door Hardware As Specified In The Drawings To Accommodate Card Reader Install. camera Relocation relocate Existing Avigilon Camera In The Canteen Office To Provide A View Of The Vault, Per The Drawings. Ensure Camera Is Operating And Connected To The Va Police Camera System. 6. Performance Monitoring construction Contract Supervision Will Be Conducted By The Project Section Of Engineering Service At The Cincinnati Va Medical Center. inspection Will Be Made Throughout The Project And Delivery And Installation. 7. Security Requirements there Are No Specific Security Precautions Necessary For The Scope Of This Project. Should These Requirements Change, The Contractor Will Be Notified By The Cor, And The Contractor Should Reference Va Handbook 0730: Security Requirements. 8. Government-furnished Equipment (gfe)/government-furnished Information (gfi). none. 9. Other Pertinent Information Or Special Considerations. A. Identification Of Possible Follow-on Work. None. B. Identification Of Potential Conflicts Of Interest (coi). None. C. Identification Of Non-disclosure Requirements. None. D. Packaging, Packing And Shipping Instructions. None E. Inspection And Acceptance Criteria. project Cor To Conduct The Final Acceptance Of Satisfactory Installation. 10. Risk Control an Infection Control Risk Assessment Will Be Completed For This Project By The Facility And Should Be Followed During Periods Of Construction. 11. Place Of Performance. work Will Take Place At The Cincinnati Vamc Cincinnati And Fort Thomas Campuses. 12. Period Of Performance. all Work To Be Completed Within 120 Days Of Ntp. 13. Delivery Schedule. tbd 14. Technical/administrative Requirements contracted Work Shall Be Conducted In Accordance With The Below Va Specifications. support Features For Each Room Can Be Found Within U.s. Department Of Veterans Affairs Office Of Construction & Facilities Management Technical Information Library (https://www.cfm.va.gov/til/). this Resource Provides Information Regarding Construction Specifications, Construction Procedures, Design Manuals, Design Guides, Room Finishes, And Door/hardware Schedules Which Should Be Followed Throughout The Administration Of This Contract. the Above Sow Constitutes A Basic Outline Of Work Required For This Project But Does Not Include All Details Required For The Design, Construction, And Completion Of This Project. A Pre-construction Walkthrough And Inspection Of Current Conditions Is Recommended To Determine All Needs And Requirements Prior To Starting The Project. 15. Warranty contractor Must Provide A One (1) Year Warranty To Include All Materials And Labor. 16. Cincinnati Vamc Record Management: contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. cincinnati Va Medical Center (cvamc) And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Cvamc Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Cvamc. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The Statement Of Work. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Cvamc Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The Statement Of Work. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Cvamc Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Cvamc Policy. the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Cvamc Information That Are Not Specifically Tied To Or Authorized By The Contract. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. the Cvamc Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Cvamc Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training. note: To The Extent An Agency Requires Contractors To Complete Records Management Training, The Agency Must Provide The Training To The Contractor. Tms Course 10203, Va Privacy & Information Security Awareness Will Be Used To Satisfy This Requirement. The Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This Statement Of Work And Require Written Subcontractor Acknowledgment Of Same. violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor. magnitude Of Construction, Per Far 36.204(b) The Magnitude Is Between $25,000 And $100,000. this Is Not A Solicitation. The Government Intends To Issue A Solicitation For This Requirement On Or About May 13, 2025. The Contracting Office Is Not Able, At This Time, To Answer Questions Pertaining To This Notice. Should The Government Post A Solicitation, Additional Information Will Be Provided, Including Specifications, Site Visit, And A Request For Information Process. *** End Of Presolicitation Notice ***

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice page 13 Of 13 *= Required Field sources Sought Notice page 1 Of 13 this Request For Information (rfi) Sources Sought Is Issued Solely For Market Research And Planning Purposes Only And Does Not Constitute A Solicitation 1. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research Only To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Small Businesses , Including Service-disabled Veteran-owned Small Businesses And Veteran-owned Small Businesses (sdvosb/vosb), Who Are Interested In Submitting Proposals For This Procurement And Who Are Capable Of Performing The Work Required For This Procurement. 2. The Naics For This Requirement Is 541512 Computer Systems Design Services 3. The Contractor Shall Provide Audiocare Prefill Software Prescription Refill For The Southern Arizona Va Healthcare System (savahcs) (see Attached Draft Sow). The Required Products Shall Be Provided By The Contractor Along With All Resources Necessary To Accomplish The Deliverables Described In The Attached Draft Statement Of Work (sow). 4. Interested And Capable Contractors Are Encouraged To Respond To This Notice Not Later Than Wednesday, Mar 11th 2025, At 11:00 Am Pst, By Providing The Following Information Via Email Only To Jose.espinoza3@va.gov. (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email Of Primary Point Of Contact (e) Contractor S Unique Entity Id (sam) Number (f) Type Of Small Business, If Applicable, (e.g. Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), 8(a), Hub-zone, Woman Owned Small Business, Small Disadvantaged Business, Or Small Business). (g) Statement Indicating Whether Your Company Is Considered Small Under The Size Standard For The Naics Code Identified Under This Rfi. (h) Statement Indicating The Product Name Of The Audiocare Prefill Software Prescription Refill For The Savahcs Product Referenced Above That You Intend To Provide For This Procurement. (i) Statement Indicating Whether You Are The Manufacturer Of The Audiocare Prefill Software Prescription Refill For The Savahcs That You Intend To Provide For This Procurement. If You Intend To Provide Products Manufactured By A Company Other Than Your Own, State The Name Of The Company Whose Audiocare Prefill Software Prescription Refill For The Savahcs Product You Intend To Provide, The Country Of Origin, And Whether The Company That Manufactures That Product Is A Small Business Under The Size Standard For The Naics Code Identified Under This Rfi. (j) Statement Indicating If You Have A Current Contract To Provide The Audiocare Prefill Software Prescription Refill That You Intend To Provide For This Procurement, Along With The Installation, Configuration, Validation, Support, And Maintenance Services Required By This Procurement, Under Either The General Services Administration (gsa) Federal Supply Schedule (fss) Or With The Va National Acquisition Center (nac), National Aeronautics And Space Administration (nasa) Solutions For Enterprise-wide Procurement (sewp), Or Any Other Federal Contract. If Yes, Provide The Contract Type And Contract Number, As Well As The Identity Of The Federal Agency With Whom You Hold That Contract. (k) Statement Indicating If Your Product That You Intent To Provide For This Procurement Was Assessed By Va Technical Reference Model Management Group And Currently Approved For Use In The Va. (l) Statement Indicating How Many Calendar Days You Estimate It Would Take You To Implement, Configure, And Validate The Audiocare Prefill Software Prescription Refill For The Savahcs That You Intend To Provide For This Procurement In A Medical Center Similar To The Va Medical Center. (m) General Pricing For Your Products/solutions For Market Research Purposes. (n) A Capability Statement That Provides Detailed Information For One Or More Reference Contracts That Demonstrate Your Experience Providing Requested Products That Meets The Requirements Described In The Attached Draft Salient Characteristics And Demonstrates Your Experience Providing The Installation, Configuration, Validation, Support, And Maintenance Services Required By This Procurement. General Statements Of Capability Are Not Acceptable. Respondents Must Provide The Following Information For Each Reference Contract The Respondent Identifies As Evidence Of The Respondent S Capability To Perform The Work Required By This Procurement. Respondents Must Provide The Following Information For Each Reference Contract: (1) The Legal Name Of Entity With Whom The Respondent Held The Contract; (2) The Contract Number; (3) A Description Providing Details Of The Specific Tasks The Respondent Performed Under That Contract; (4) The Dates During Which The Respondent Performed The Contract; (5) The Name, Phone Number, And Email Address Of A Person At The Entity With Whom The Respondent Held The Contract Who Can Verify The Information The Respondent Provides regarding This Reference Contract. if A Respondent Offers To Demonstrate Experience Through The Proposed Use Of Subcontractors, The Respondent Must Provide All Of The Information Required Above For One Or More Reference Contracts Performed By Each Subcontractor The Respondent Intends To Use. note: The Information Requested Above Is Required For The Government To Evaluate Whether There Are Sufficient Small Business Concerns Of A Particular Type Who Are Capable Of Performing The Work Required By This Procurement To Determine If This Procurement Should Be Set Aside For A Given Type Of Small Business Concern. Failure To Submit All Of The Information Requested Above To Support A Respondent S Claimed Experience May Be Viewed By The Government As Evidence That The Respondent Lacks The Ability To Provide The Products Requested In This Procurement. This, In Turn, May Affect The Government S Determination About Whether The Requirements For A Set-aside Procurement Have Been Met. 5. All Offerors Who Provide Goods Or Services To The United States Government Must Be Registered In The System For Award Management (sam) Database Found At Https://www.sam.gov. Registration Must Include Representations And Certifications. 6. Small Business Respondents. (a) If Respondent Is Vosb Or Sdvosb, Respondent Is Encouraged To Provide Proof Of Www.vetbiz.gov Certification. In Addition, Sdvosb/vosb Contractors Are Asked To Acknowledge That They Understand The Limitations On Sub-contracting Pursuant To Far 52.219-14, Limitations On Sub-contracting, Which Will Be Included In The Impending Solicitation. Further Sdvosb/vosb Contractors Are Asked To Respond That They Are Capable Of Providing The Requested Services Keeping Within The Parameters Of This Clause. (b) Small Businesses, Including Sdvosb/vosbs Are Also Advised That Per 13 Cfr, § 125.6 The Prime Contractor's Limitations On Subcontracting Are As Follows: (1) General. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than $150,000, An 8(a) Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That: (2) In The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. (c) Please Note That If Va S Pending Market Research Establishes That Two Or More Verified Vosb Or Sdvosb Can Provide The Services Required, Va Will Set Aside The Underlying Solicitation Per 38 U.s.c. §8127. --end Of Sources Sought Announcement-- disclaimer This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. statement Of Work background: Tucson, Arizona Healthcare System (savahcs) Currently Utilizes Audiocare Software To Help Improve Patient Care. The Additional Of Audiocare Prefill Will Enhance Services That Pharmacy Is Able To Provide Patients. As Savahcs Already Utilizes Audiocare, A Contract Is In Place. at The Conclusion Of Year One With Audiocare Prefill, That Contract Will Be Able To Be Rolled Into The Main Contract With Audiocare. purpose Of Project: Audiocare Is Already A System Used By Icva Pharmacy To Facilitate Communication Between Staff And Patients. Per Audiocare Contact, Prefill Has Started To Roll Out To Other Visns With Impressive Data Being Gathered. Call Centers Are Seeing A Reduction In Refill And Renewal Calls And Sites Are Seeing Up To 2-3 Times Their Previous Rxs Processed Via Their Automated Line. As The Va Does Not Utilize Automatic Refilling, It Is Common For Patients To Wait To Long To Refill/renew Their Prescriptions Which Leads To An Increase In Overnight Shipping Costs As The Local Facility Needs To Then Overnight The Prescription To The Patient To Avoid An Interruption Of Therapeutic Care. These Overnight Shipping Costs Are Quite A Financial Burden To The Facility. Prefill Can Help Combat This And Increase Patient Safety, Patient Satisfaction, And Employee Satisfaction. statement Of Work: The Addition Of Prefill To The Existing Audiocare Software Will Make Managing Prescriptions Easier And More Convenient For Patients. As Savahcs Already Has Audiocare, Installation Would Be Able To Begin Immediately. This Installation Would Involve Savahcs It And Pharmacy Staff. this Procurement Shall Include Any Necessary Networking Equipment, Infrastructure, And Licensing To Properly Integrate Into Savahcs S Existing Service Contract With Audiocare. the Installations Associated With The Infrastructure Are To Be Included In This Procurement. Installation Includes, But Is Not Limited To: project Management And Coordination Of The Install: appropriate Savahcs Staff Shall Assist As Needed To Maintain The Integrity Of Va Sensitive Information. if Applicable, Shipping And Handling Of The Agreed Upon Equipment And Infrastructure And Ensuring It Reaches The Appropriate Destination. installation Of All Agreed Upon Software, Licensure, And Networking Infrastructure. installation Of Prefill Shall Result In A Fully Functioning System. savahcs Information Technology And Pharmacy Staff Shall Assist Contractors As Necessary To Ensure The Integrity Of Any Va Sensitive Information. confirming The Integration Of Audiocare Prefill With The Existing Audiocare Platform. contractor Qualifications: If A Contractor Is Required The Contractor Must Be Certified To Perform Any Installation By The Original Equipment Manufacturer And Have At Least Two Years Prior Of Experience Performing The Install Work. Joint Commission And Accreditation Agencies Are Applicable To This Procurement. evaluation And Award Factors: Award Shall Be Made To The Offer Representing The Best Value To The Government Considering Technical And Price Factors As Stated Below. Offerors Shall Include In Their Proposal S Specific Information Relative To The Evaluation Factors Listed Below To Ensure Proper Evaluation Of Their Proposal. The Technical Evaluation Factors Shall Be Considered More Important Than The Remaining. past Performance specialized Skills, Expertise, And Knowledge ability To Integrate With Existing Audiocare Platform. price program Office Point Of Contact And/or Contracting Officer Technical Representative (cotr): r, Pharmacy Informatics Chief Will Be Identified Upon Award contractor Personnel Security Requirement: Any Contracted Personnel Shall Need Access To Sensitive Patient Data And Systems During Install Of Software To Verify And Test Functionality. market Research: Please Refer To Market Research Document For Information On The Performed Market Research. delivery & Package, Inspection/acceptance Requirements, Warranty: Software Shall Be Combined With Existing Contract After 1 Year. Warranty Would Become Part Of That Contract.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Part 5.101(a)(2) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract Pursuant To 10 U.s.c 2304 (c)(1), As Implemented By Far 6.302-1(a)(2) And 6.301-1(c), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements And Brand-name Descriptions. the Department Of Veterans Affairs Medical Center Located At Va Connecticut Healthcare System, West Haven Va Medical Center, 950 Campbell Avenue, West Haven, Ct 06516, Has A Requirement As Described In The Attached Statement Of Work. the Government Intends To Award Stryker Sales, Llc, A Firm-fixed-price Sole Source Contract. a Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. This Notice Of Intent Is Not A Request For Competitive Proposals. This Is A Written Notice To Inform The Public Of The Governments Intent To Award On A Sole Source Basis. interested Parties May Identify Their Interest And Capability To Respond To The Requirement. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Will Be Advantageous To The Government. please Contact Manases Cabrera, Contracting Specialist, With The Responses Or Questions Regarding This Requirement At Manases.cabrera@va.gov. this Notice Will Close On February 10, 2025, At 4:30 Pm Eastern Standard Time (est) statement Of Work For Preventative And Corrective Maintenance Service Of Stryker Neptune Rovers And Docking Stations general: The Contractor Shall Furnish All Labor, Travel, Materials, Support, And Service Necessary To Provide Preventative Maintenance (pm) And Corrective Maintenance Services On All Stryker Neptune Waste Management Equipment At The Va Connecticut Hcs In West Haven, Ct. equipment Identification: manufacturer model serial Number asset Tag location stryker Corporation neptune 3 Rover 2028227043 127940 3227-1-w-689 stryker Corporation neptune 3 Rover 2030002513 127939 3227-1-w-689 stryker Corporation neptune 3 Rover 2028700903 127938 3226-1-w-689 stryker Corporation neptune 3 Rover 2019500343 127937 3246-1-w-689 stryker Corporation neptune 3 Rover 2019501313 127936 3244-1-w-689 stryker Corporation neptune 3 Rover 2021015143 127935 3246-1-w-689 stryker Corporation neptune 3 Rover 2028227533 127934 3244-1-w-689 stryker Corporation neptune 3 Rover 2030002013 127933 3244-1-w-689 stryker Corporation neptune Docker 2034900093 127932 3226-1-w-689 stryker Corporation neptune Docker 2033705023 127931 3226-1-w-689 table 1. Manufacturer, Model, Serial Number, Equipment Entry Number And Location Of Equipment period Of Performance: this Agreement Will Include A Base Year Plus Four Option Years. base Year: 03/01/2025-02/28/2026 option Year 1: 03/01/2026-02/28/2027 option Year 2: 03/01/2027-02/29/2028 option Year 3: 03/01/2028-02/28/2029 option Year 4: 03/01/2029-02/28/2030 dates As Specified Unless Contract Award Passes These Dates. Then The First Date Of Performance Will Start The Day Of Award. description Of Work: The Contractor Shall Provide All Required Service Including Emergency Service, Repairs, Preventative And Corrective Maintenance, Labor, Travel, Original Equipment Manufacturer (oem) Replacement And Repair Parts, And Technical Support For The Neptune 3 Rover Systems. All Services Performed Shall Be In Accordance With The (oem) Specifications. Field Service Engineers Must Be Licensed Or Contracted With The Original Manufacturer To Work On The Equipment. All Parts And Software Must Be Certified New From The Original Manufacturer. hours Of Performance: Normal Hours Of Coverage Are Monday Through Friday 8:00 Am To 6:00 Pm Est Excluding Federal Holidays. a. All Service/repairs Will Be Performed During Normal Hours Of Coverage Unless Requested Or Approved By The Contracting Officer S Representative (cor). b. Preventative Periodic Maintenance Will Be Performed Monday Through Friday 8:00 Am To 6:00 Pm Est Or As Agreed To By The User And The Cor In Accordance With Manufacturer S Recommendations. c. There Will Be 24/7 Telephone Support Coverage And 24/7 On-site Support Coverage. d. Federal Holidays Observed By The Vamc Are: New Year S Day Labor Day Martin Luther King Day Columbus/indigenous People S Day Presidents Day Veterans Day Memorial Day Christmas Day thanksgiving Day juneteenth Day independence Day note: Hardware/software Update/upgrade Installations Will Be Scheduled And Performed At A Mutually Agreed Upon Time At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Cor Or Designated Representatives. Government Provides Software/hardware Upgrade/update. There Shall Be No Additional Charge For Time Spent At The Site During Or After The Normal Hours Of Coverage Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts. conformance Standards: Contractor Shall Provide Service And Ensure That The Equipment Functions In Accordance With The Equipment Manufacturer S Technical Performance Specifications. Contractor Shall Conform To All Regulations To Include But Not Be Limited To Federal, State, And Local Governing Any Chemicals, Equipment Or Work Which May Be Used Or Performed In The Work Under This Contract. operational Uptime Requirements: The Medical Equipment/system Shall Be Operable And Available For Use 96% Of The Normal Operating Hours Of The Equipment. Downtime Will Be Computed From Notification Of Problem During Normal Work Hours. guaranteed Response Time: The Oem Certified Field Service Engineer (fse) Will Use Commercially Reasonable Efforts To Respond To Customer S Requests Within 24 Hours Of Notification To The Vendor S Service Support Team. live Phone Support: Service Shall Include Phone Support With Vendor Technical Support Engineers 24 Hours, 7 Days A Week. after Hours Phone Support: Service For After Hour Phone Support Shall Include 24 Hours, 7 Days A Week, And 365 Days A Year For Technical Assistance When Required. preventative Maintenance: Perform System Scheduled Maintenance Inspections As Outlined In The User S Manual Developed By The Manufacturer. parts: All Needed Parts For Wear And Tear, Repairs, And Maintenance Conducted Are Covered. parts Exchange And Protection: All Parts Required For The Repair Of The System (excludes Instruments And Accessories) Are Covered. Preferred Pricing On Repairs Or Replacement Due To Accidental Damage. unscheduled Maintenance (emergency Repair Service): a. Contractor Shall Maintain The Equipment In Accordance With The Manufacturer S Specifications. The Contractor Shall Provide Repair Service Which May Consist Of Calibration, Cleaning, Oiling, Adjusting, Replacing Parts, And Maintaining The Equipment, Including All Intervening Calls Necessary Between Regular Services And Calibrations. All Required Parts Shall Be Furnished. b. The Cor Or Government Designated Representatives Are Authorized To Request And Approve Service Calls From The Contractor. c. Response Time: Contractor's Fse Must Respond With A Phone Call To The Cor Or Designated Representative Within 1 Hour After Receipt Of Telephoned Notification During Normal Hours Of Coverage. scheduled Maintenance: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered. labor And Travel Expenses: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered. service Manuals/tools/equipment: All Required Manuals, Tools, And Equipment For Repairs And Maintenance Conducted Are Covered And Are The Responsibility Of The Vendor. certified Trained Technicians And Key Personnel: The Scheduled Maintenance And Service Calls Shall Be Performed By Oem Trained Personnel In Accordance With The Agreement. Technicians Shall Include Fully Qualified Facility Service Engineers (fse) And A Fully Qualified Fse Who Will Serve As The Backup And Show Proof Of Competency, As Shown By Training Conducted On Said System. "fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment Identified In This Statement Of Work. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance. Proof Of Training Shall Be Provided Upon Demand And Be Immediately Sent Via Fax, Upon Demand To The Cor. All Fse S And Technicians Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fse's. The Cor And/or Designated Representative Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment. It Is Anticipated That Any Hospital Regulatory Inspections (tjc, Etc.) Will Have The Vendor Providing Proof That They Meet Industry Standards Of Quality, And Traceable Standards, As Used To Calibrate This Device- System, At The Time Of The Maintenance Event. check In Requirements: The Field Service Engineer Or Technicians Must Report To The Biomedical Engineering Department To Obtain A Badge And Sign In With The Biomedical Engineering Service Before Work Begins. Submit Any Mobile Media Devices That Would Be Used On The System To A Virus Scan. Upon Completion Of Work, The Field Service Engineer Must Report To The Biomedical Engineering Service To Sign Out And Brief Biomedical Staff Or Supervisor If Biomedical Staff Is Unavailable Concerning Completion Of Service. At The End Of Briefing Field Service Engineer Will Return The Badge And Sign Out In The Biomedical Engineering Department. documentation: Contractor Shall Furnish A Detailed Field Service Report Upon Completion Of Work To Biomedical Staff In The Biomed Department. Payment Will Not Be Processed Until A Properly Completed Service Report Is Received. The Service Report Shall Contain, At A Minimum, The Following Information: identification Of Equipment To Be Serviced: va Ee Number vendor Inventory Id Number manufacturer Name device Name model Number serial Number system Id name Of Contractor And Contract Number name Of Fse Who Performed Services contractor Service Esr Number/log Number date, Time (starting And Ending), Equipment Downtime And Hours On-site For Service Call va Purchase Order Number(s) Covering The Call If Outside Normal Working Hours total Time Spent Performing Maintenance. detailed Narrative And Itemized Description Of The Services Required And Performed Including: labor And Travel parts (with Part Numbers) materials location corrective Action copies Of All Test Reports complete List Of Parts Replaced (when Applicable) date And Time The Repair/support Was Completed total Cost To Be Billed (if Applicable I.e., Part(s) Not Covered, Or Service Rendered After Normal Hours Of Coverage). signatures: fse Performing Services Described authorized Va Employee Who Witnessed Service Described note: - Any Additional Charges Claimed Must Be Approved By The Cor Or Designated Representative Before Service Is Completed! the Service Report Shall Itemize Every Item In The Specification. Each Item Shall State The "as Found" Condition Or Values, The "calibrated To" Or "adjusted To" Values, The Factory Design Tolerances, And A Complete Description Of All Work Performed Concerning The Items. Included Will Be A List Of New Parts Used And Recommended Future Repairs. reporting Requirements: The Contractor Shall Be Required To Report To The Clinical Engineering Department To Log In. This Check- In Is Mandatory. When The Service Is Completed, The Fse Shall Document Services Rendered On A Legible Esr(s). The Fse Shall Be Required To Log Out With Biomedical Engineering And Submit The Esr(s) To The Cor Or Designated Representative. All Esrs Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor Or Designated Representative For An "authorization Signature". If Cor Or Designated Representative Is Unavailable, A Signed, Authorized Copy Of The Esr Will Be Left With The User. place Of Performance: va Connecticut Healthcare System west Haven Va Medical Center 950 Campbell Avenue west Haven, Ct 06516 contracting Officer Representatives: Prior To Contract Award, The Contracting Officer Shall Designate A Va Medical Center Employee As The Cor. All Work Coordination Shall Be Made Through The Cor. The Contractor Shall Be Provided A Copy Of The Letter Of Delegation Authorizing The Cor At The Commencement Of The Term Of The Contract. No Other Person Shall Be Authorized To Act In Such Capacity Unless Appointed In Writing By The Contracting Officer. safety Requirements: In The Performance Of This Contract, The Contractor Shall Take Such Safety Precautions As The Contracting Officer May Determine To Be Reasonably Necessary To Protect The Lives And Health Of Occupants Of The Building. The Contracting Officer Shall Notify The Contractor Of Any Safety Issues And The Action Necessary To Correct These Issues. Such Notice, When Served To The Contractor Or His Representative At The Work Site Shall Be Deemed Sufficient For The Corrective Actions To Be Taken. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue An Order Stopping All Or Part Of The Work And Hold The Contractor In Default. invoicing: Payment To Be Made Monthly In Arrears By Certified Invoices And Must Contain The Contract Number In Addition To The Requirements Detailed In 52.212-4 (g) To Be Considered Valid. All Invoices Shall Be Submitted To The Va Financial Service Center And Emailed To The Cotr. All Invoices Will Reference The Purchase Order Number Assigned To The Contract. additional Charges: There Shall Be No Additional Charge For Time Spent At The Site (during, Or After The Normal Hours Of Coverage) Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts. transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement. reporting Required Services Beyond The Contract Scope: The Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor And/or Designated Representative (in Writing) Of The Existence Or The Development Of Any Defects In, Or Repairs Required, To The Scheduled Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. The Contractor Shall Furnish To The Cor Or Designated Representative A Written Estimate Of The Cost To Make Necessary Repairs. condition Of Equipment: The Contractor Shall Accept Responsibility For The Equipment. Failure To Inspect The Equipment Prior To Contract Award Will Not Relieve The Contractor From Performance Of The Requirements Of This Contract. test Equipment: Prior To Commencement Of Work On This Contract, The Contractor Shall Provide The Vamc With A Copy Of The Current Calibration Certification Of All Test Equipment Which Is To Be Used By The Contractor On Vamc's Equipment. This Certification Shall Also Be Provided On A Periodic Basis When Requested By The Vamc. Test Equipment Calibration Shall Be Traceable To The Original Equipment Manufacture S Standard. identification, Parking, Smoking, And Va Regualtions: The Contractor's Fse's Shall Always Wear Visible Identification While On The Premises Of The Vamc. The Contractor Shall Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police Section. The Vamc Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited Inside Any Buildings At The Vamc. Possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. training: The Contractor Shall Provide First Call Clinical Engineering Training For Current Qualified Technicians At The Vamc, Ct During Regular Service Hours Of Monday Through Friday From 8:00am 6:00 Pm Est. This Is Not An Ongoing Training And Will Only Be Provided On An Annual Basis As Required. All Training For Upgrades To Equipment Shall Be Considered Within Scope Throughout The Life Of The Contract. All Service And Repairs Are Performed By Oem Factory Certified Technicians. transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement. complaince With Osha Bloodborne Pathogens Standard: The Contractor Shall Comply With The Federal/california Osha Bloodborne Pathogens Standard. The Contractor Shall: a. Have Methods By Which All Employees Are Educated As To Risks Associated With Bloodborne Pathogens. b. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Bloodborne Pathogens. c. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Bloodborne Pathogens. d. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, Mouthpieces For The Employee During Performance Of The Contract. miscellaneous: Additional Equipment May Be Added And/or Removed Throughout The Life Of This Contract And Shall Be Considered Within Scope. contractor Personnel Security Requirements: All Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Cor Or Government Designated Representative. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Cor A Valid (non-expired) Photo Identification Issued By A Us Federal, State, Or Local Government Agency. Escort Will Be Provided As Required In Sensitive Work Areas. The C&a Requirements Do Not Apply, And The Security Accreditation Package Is Not Required. The Identified Sole Source Vendor Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In Standard Acquisition Guidelines. Per The Va Handbook 6500.6, No Va Sensitive Information Will Be Transferred, Shared, Or Stored With Vendor. As Such, No Additional Mechanisms Will Be Needed To Ensure The Protection Of Information. records Management Statement: a. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. b. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. c. In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. d. Va Medical Center West Haven And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of The Va Medical Center West Haven Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va Medical Center West Haven. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. e. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Va Medical Center West Haven Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). f. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Va Medical Center West Haven Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. g. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Medical Center West Haven Policy. h. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Va Medical Center West Haven Information That Are Not Specifically Tied To Or Authorized By The Contract. i. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. j. The Va Medical Center West Haven Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Va Medical Center West Haven Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. k. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training, Talent Management System (tms) Item #3873736, Records Management For Records Officers And Liaisons. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training. vha Supplemental Contract Requirements For Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors: contractor Employees Who Work In Or Travel To Vha Locations Must Comply With The Following: documentation Requirements: If Fully Vaccinated, Shall Show Proof Of Vaccination note: Acceptable Proof Of Vaccination Includes A Signed Record Of Immunization From A Health Care Provider Or Pharmacy, A Copy Of The Covid-19 Vaccination Record Card (cdc Form Mls-319813_r, Published On September 3, 2020), Or A Copy Of Medical Records Documenting The Vaccination if Unvaccinated And Granted A Medical Or Religious Exception, Shall Show Negative Covid-19 Test Results Dated Within Three Calendar Days Prior To Desired Entry Date. Test Must Be Approved By The Food And Drug Administration (fda) For Emergency Use Or Full Approval. This Includes Tests Available By A Doctor S Order Or An Fda Approved Over-the-counter Test. documentation Cited In This Section Shall Be Digitally Or Physically Maintained On Each Contractor Employee While In A Va Facility And Is Subject To Inspection Prior To Entry To Va Facilities And After Entry For Spot Inspections By Contracting Officer Representatives (cors) Or Other Hospital Personnel. Documentation Will Not Be Collected By The Va; Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information. contractor Employees Are Subject To Daily Screening For Covid-19 And May Be Denied Entry To Va Facilities If They Fail To Pass Screening Protocols. As Part Of The Screening Process Contractors May Be Asked Screening Questions Found On The Following Website: Covid-19 Screening Tool. Regularly Check The Website For Updates. contractor Employees Who Work Away From Va Locations, But Who Will Have Direct Patient Contact With Va Patients Shall Self-screen Utilizing The Covid-19 Screening Tool, In Advance Each Day That They Will Have Direct Patient Contact And In Accordance With Their Person Or Persons Who Coordinate Covid-19 Workplace Safety Efforts At Covered Contractor Workplaces. Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information. contractor Must Immediately Notify Their Cor Or Contracting Officer If Contract Performance Is Jeopardized Due To Contractor Employees Being Denied Entry Into Va Facilities. 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 5 Days.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents 
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services revision 01 effective: 05/30/2023 description this Is A Combined Synopsis/solicitation For Commercial Products And Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As Rfq 36c24125q0290. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. the Associated North American Industrial Classification System (naics) Code For This Procurement Is Naics 811310 (commercial And Industrial Machinery And Equipment Repair And Maintenance) Sba Size Standard $12.5 Million. this Is Being Bid As A Vosb Set-aside. this Is A Solicitation For Va Connecticut Healthcare Systems (vachs) Requires The Periodic Evaluation And Preventative Maintenance For Two Chillers (#2 And #4) And 8 Water Pumps Located In Bldg. 16. Vachs, Requires The Contractor To Provide Services For All Labor, Transportation, And Expertise Necessary For Periodic Evaluation Of And Preventative Maintenance Required To Maintain Cooling Operations During The Summer Months (march Through October). The Full Sow Will Be Attached Below, Any Technical Questions Will Be Directed At Chris Metner (203) 932-5711 X2061. all Interested Companies Shall Provide Quotations For The Following: statement Of Work periodic And Preventative Chiller Maintenance background va Connecticut Healthcare Systems (vachs) Requires The Periodic Evaluation And Preventative Maintenance For Two Chillers (#2 And #4) And 8 Water Pumps Located In Bldg. 16. Vachs, Requires The Contractor To Provide Services For All Labor, Transportation, And Expertise Necessary For Periodic Evaluation Of And Preventative Maintenance Required To Maintain Cooling Operations During The Summer Months (march Through October). justification veterans Health Administration (vha) Seeks To Continue To Improve Operational Capabilities By Establishing Services That Result In Fewer Operational Problems, Improved Communications, Increased Efficiency Within The Facility And To Improve The Quality Of Services To Veterans. locations Of Services va Medical Center West Haven 950 Campbell Ave west Haven, Ct 06516 period Of Performance base Contract Period Shall Be 04/01/2025 03/31/2026. The Contract Will Also Contain The Provision For (3) Annual Option Years: option Year 1: 04/01/2026 03/31/2027 option Year 2: 04/01/2027 03/31/2028 option Year 3: 04/01/2028 03/31/2029 option Year 4: 04/01/2029 03/31/2030 qualifications vendor Shall Have Factory Certified Service/maintenance Technicians That Have Been Trained To Perform Original Equipment Manufacturer (oem) Specific Periodic Maintenance Actions On The Equipment Outlined In This Statement Of Work. To Be Eligible For Consideration, The Vendor Shall Have A Field Service Representative Located Within 200 Miles Of The Newington Campuses Of The Va Connecticut Healthcare System. scope Of Work the Vendor Shall Provide All Labor, Specialized Services, And Travel Necessary For Periodic Evaluations And Preventative Maintenance As Outlined By The Equipment Specific Oem. Work Shall Occur During Regular Business Hours Between 7:00 A.m. 4:30 P.m. Or As Coordinated With The Cor And/or Appropriate Fms Poc. Vendor To Provide Full Report Detailing The Results Of Evaluations And Preventative Maintenance Performed No More Than 10 Working Days After The Completion Of The Work. Vendor Shall Have Technicians Available For 24-hour Emergency Maintenance Response. Vendor Shall Respond To Emergencies Within 2 Hours During Normal Business Hours Between 7:00 A.m. 5:00 P.m. Or Within 4 Hours During Off Business Hours 5:00 P.m. 7:00 A.m. And During Observation Of Federal Holidays. objectives 1. The Periodic Maintenance Shall Be In Conformance With The Following Standards/codes/specifications To Include But Not Limited To: a. Oem Specifications And Maintenance Manuals On Recommended Services b. Dept. Of Veterans Affairs Hvac Design Manual Pg-18-10. c. Dept. Of Veterans Affairs Master Construction Specification Division 23 Packaged Water Chillers Section 23 64 00. 2. The Contractor Will Be Responsible For Coordinating, Scheduling, And Reporting All Work-related Activities. The Responsibilities Shall Include But Are Not Limited To The Following: a. Annual Start-up (march, Or April Per Determination Of Vachs Fms) b. Cooling Season Start-up Preparation And Inspection For Chillers #2 And #4. c. Operating Season Inspections And Preventative Maintenance For Chillers #2 And #4. d. The Annual Equipment Shutdown, Inspection, And Preventative Maintenance Of Chillers #2 And #4. e. Cooling Season Start-up Preparation And Inspection Of Chilled Water Pumps And Condenser Pumps. f. Operating Season Inspections And Preventative Maintenance For Pumps. g. Annual Shutdown Inspection And Preventative Maintenance For Pumps. h. Cooling Season Start-up Preparation And Inspection For The Cooling Tower. i. Operating Season Inspections And Preventative Maintenance For The Cooling Tower. j. The Annual Equipment Shutdown, Inspection, And Preventative Maintenance Of The Cooling Tower. k. Water Treatment And Periodic System Water Tests. a. Clean And Calibrate Control And Feed Equipment. b. Perform A Corrosion Coupon Study If Necessary. c. Manage Water Treatment Inventory And Deliver Product To All Points Of Use And/or Transfer To Any Base Tanks. d. Provide A Written Report With The Results Of Each Water Test And Provide A summary Of Corrective Actions To Water Treatment Plan When Necessary. l. Calibrate And Verify Accuracy Of Flow Meters. m. Annual Shutdown (nov Or Dec.- Per Determination Of Vachs Fms) 4. Additional Items In Need Of Rework/repair That Are Identified During The Scope Of The Work Outlined Above Shall Be Reported Via Email And By Phone Or In Person Nlt Eod On The Day Of Discovery. 5. Coordinate All Placement And Removal Of Lockout Tagout Devices For Any Energy Sources With Fms Va Cor/maintenance & Operations. 6. Coordinate All Confined Space Entry With Va Safety Department And Fms Va Cor/maintenance & Operations. 7. Protect All Equipment In Place During Work Activities. 8. Contractor Shall Provide A Full Report Detailing All Maintenance Activities Performed For Each Visit, The Names Of Individuals Performing The Maintenance, And A Summary Of Any Notable Concerns That Can Otherwise Impair The Functionality Of The Equipment. 9. Work Hours For Service And Corrective Maintenance Shall Be As Follows, Unless Otherwise Requested/approved By The Cor Or Appropriate Va Representative: a. 7:00 A.m. To 5:00 P.m., Monday Through Friday. submittals/deliverables 1. Prior To The Start Of Work, The Specifications Shall Require The Contractor To Develop And Submit Such Plans As Required By The Va Relating To Safety And Environmental Issues. These May Include But Are Not Limited To: a. Job Hazard Analysis (jha) / Activity Hazard Analysis (aha) b. Acknowledgement Of Va Loto Requirements (attachment C) And Contractor Loto Policy. 2. The Contractor Shall Submit Any Waste Manifest Documents As Applicable With Final Reports. 3. Subcontracting Of Any Ensuing Award Of This Solicitation Shall Not Be Allowed Without Written Permission Of The Contracting Officer. Service Response On Calls From Unauthorized Personnel Could Result In Non-payment. special Instructions 1. Subcontracting Of Any Ensuing Award Of This Solicitation Shall Not Be Allowed Without Written Permission Of The Contracting Officer. Service Response On Calls From Unauthorized Personnel Could Result In Non-payment. 2. Federal Holidays Observed By The Department Of Veterans Affairs Are As Follows: new Years Labor Day mlk Day Columbus Day presidents Day Veterans Day memorial Day Thanksgiving Day juneteenth Christmas Day independence Day 3. Contractor Check-in: All Employees Of The Service Provider Shall Comply With Va Security Management Program And Obtain Permission Of The Va Police And Restricted From Unauthorized Access. Upon Arrival, The Contractor Shall Sign-in At Building 15, Fms Office In West Haven, Or Building 3, 3rd Floor, Fms Office In Newington, And/or Receive A Temporary Identification Badge Prior To Performing Services At Va Connecticut Healthcare System. The Contractor Shall Wear Visible Identification Always Displaying The Name And Company Id While On Site. All Site Visits Shall Be Coordinated With The Va Cor. a. The Contracting Officer (co), Contracting Officer S Representative (cor), And/or Project Manager (pm) Specifically Reserve The Right To Reject Any Of The Contractor S Personnel And Refuse Them Permission To Work On The Equipment Outlined Herein, Based Upon Credentials Provided. 4. Per Va Directive 1805, Smoking Vaping, And Smokeless Tobacco Are Prohibited On The Grounds Of Va Facilities, Including In Vehicles. This Directive Applies To All Service Providers And Their Employees. 5. No Photography Of Va Premises Is Allowed Without Written Permission Of The Contracting Officer. Patients And Staff Are Not To Be Photographed At Any Time. 6. Va Reserves The Right To Close Down Or Shut Down The Facilities And Order Service Provider Employees Off The Premises In The Event Of A National Emergency. The Service Provider May Return To The Site Only With The Written Approval Of The Va Contracting Officer. 7. Prior To Commencing Work Onsite, All Service Providers And Provider Personnel Shall Furnish Proof Of Receipt Of Required Covid Vaccinations And Boosters In Compliance With Current Vha Directives. 8. Prior To Commencing Work Onsite, All Service Providers And Provider Personnel Shall Furnish Proof Of Receipt Of Required Tuberculosis Testing In Compliance With Vha Directive 1131(5), Dated June 04, 2021. 9. Parking For Service Provider And Its Employees Shall Be In Designated Areas Only. Service Provider To Coordinate With Cor. 10. The Service Provider Shall Confine All Operations (including Storage Of Materials) On Government Premises To Areas Authorized Or Approved By The Va Contracting Officer. The Service Provider Shall Hold And Save The Government, Its Officers, And Agents, Free And Harmless From Liability Of Any Nature Occasioned By The Service Provider S Performance. Working Space And Space Available For Storing Materials Shall Be As Determined By The Cor. Workers Are Subject To The Rules Of The Medical Center Applicable To Their Conduct. Execute Work In Such A Manner As To Reduce Impacts With Work Being Done By Others. 11. Billing: Provide Cor And/or Pm With A Report Or Statement Of Work Completed And Include Statements With Request For Payment. Statement Should Include Service Completed And The Date Each Service Item Was Completed. Labor Charges Shall Be Billed Hourly, And Any Unused Labor Totals Will Be Credited Back To The Va Medical Center On The Next Billing Cycle, Upon Receipt Of The Service Report. records Management Statement 1. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. 2. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. 3. In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. 4. Va Medical Center West Haven And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of The Va Medical Center West Haven Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va Medical Center West Haven. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. 5. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Va Medical Center West Haven Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). 6. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Va Medical Center West Haven Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. 7. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Medical Center West Haven Policy. 8. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Va Medical Center West Haven Information That Are Not Specifically Tied To Or Authorized By The Contract. 9. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. 10. The Va Medical Center West Haven Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Va Medical Center West Haven Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.22720.training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training, Talent Management System (tms) Item #3873736, Records Management For Records Officers And Liaisons. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training. safety Codes / Certification / Licensing the Contractor Shall Comply With All Codes As Described Above, As Well As Codes Customarily Applied In Va Repair Such As Nfpa Fire Code, Osha, Va Design Guides, Etc. Labs Used By The Contractor Shall Be Licensed As Required By Any Applicable Governing Agencies, And Their Certifications And Licenses Shall Be Included In The Reports. travel vendor Will Travel From Their Place Of Business To The West Haven Vamc Of The Va Connecticut Healthcare System. terms And Conditions 1. User Responsibility: The Contractor Shall Not Be Held Responsible Under The Terms Of This Contract For Repairs To Equipment Necessitated By User Abuse And/or Misuse Of Equipment. 2. All Work Is Subject To Inspection, Review And Approval By The Boiler Plant Supervisor, Utility System Supervisor, Chief M&o, Chief Engineer, And/or Their Designees evaluation Process award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15. The Contracting Techniques Associated With Far Part 15 Are Not Mandatory. the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:â  price (follow These Instructions): offeror Shall Complete The Attached Price Schedule, With Offerors Proposed Contract Line-item Prices Inserted In Appropriate Spaces.â  ensure Your Representations And Certifications Are Complete In The System For Award Management (sam)( Https://www.sam.gov). Otherwise, You Will Need To Fill Out Solicitation Clause 52.212-3 "offeror Representation And Certifications -commercial Items And Submit With The Quote. Federal Acquisition Regulations Require That Federal Contractors Register In The Sam Database At Http://www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Quotation. past Performance: provide (3) References Of Work, Similar In Scope And Size With The Requirement Detailed In The Statement Of Work. References Must Include Contact Information; Brief Description Of The Work Completed, And Contract # (if Relevant).â  Please Utilize Attachment 1 Past Performance Worksheet For Your References And Please Submit As Part Of Your Quote Submission. References May Be Checked By The Contracting Officer To Ensure Your Company Can Perform The Statement Of Work. The Government Also Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From All Sources. technical: The Offeror S Quote Shall Be Evaluated To Determine If The Organization Has The Experience And Capabilities To Provide The Requested Services Iaw The Statement Of Work In A Timely Efficient Manner.â  contractor Shall Demonstrate Their Corporate Experience And Approach To Meet All Requirements Stated In The Statement Of Work. contractor Shall Demonstrate That Their Technicians Meet The Qualification Standards Stated In The Statement Of Work. contractor Shall Provide All Current And Relevant Or License(s) To Include Manufacture Training Certificate Etc. if You Are Planning To Sub-contract Some Or All Of This Work, Please Provide The Name And Address(s) Of All Subcontractor(s) (if Applicable) And A Description Of Their Planned Subcontracting Effort. 4. Veterans Preference Factor (per 852.215-70): The Government Will Assign Evaluation Credit For An Offeror (prime Contractor) Which Is A Service-disabled Veteran-owned (sdvosb) Or A Veteran-owned Small Business (vosb). Non-sdvosb/vosb Offerors Proposing To Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. a. For Sdvosbs/vosbs: In Order To Receive Credit Under This Factor, An Offeror Shall Submit A Statement Of Compliance That It Qualifies As A Sdvosb Or Vosb In Accordance With Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors . Offerors Are Cautioned That They Must Be Registered And Verified In Vendor Information Pages (vip) Database (http://www.vetbiz.gov). verified Sdvosbs Will Receive A 5% Price Credit (e.g. If A Sdvosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $95.00). ii. Verified Vosbs Will Received A 2.5% Price Credit (e.g. If A Vosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $97.50). the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. (xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020), 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.228-5 Insurance-work On A Government Installation (jan 1997), 52.232-40 Providing Accelerated Payments To Small Business Subcontracting (dec 2013), 852.212-70 Provisions And Clauses Applicable To Va Acquisitions Of Commercial Items (apr 2020) 852.203-70 Commercial Advertising 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside 852.232-72 Electronic Submissions Of Payment Requests 852.233-70 Protest Content/alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives Of Contracting Officers 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018) as Prescribed In 819.7203(a) Insert The Following Clause: (a) This Solicitation Includes 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside, (b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6. 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) 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) [x] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 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 852.219-74 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 852.219-74 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 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. 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) 852.242-71 Administrative Contracting Officer. as Prescribed In 842.271, Insert The Following Clause: administrative Contracting Officer (oct 2020) the Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Shall Be Furnished To The Contractor. (end Of Clause) (xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (wage Determination West Haven And Newington Vamc Wd 2015-4127 And 2015-4119 (rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6 (xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above. (xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement. (xv) Rfq Questions Are Due Nlt 03/12/2025 At 17:00 Pm Est. Rfq Responses Are Due Nlt 03/14/2025 At 17:00 Pm Est. Rfq Responses Must Be Submitted Via Email With Rfq #36c24125q0290 In The Subject Line To: Nathan.langone@va.gov Hand Deliveries Shall Not Be Accepted. (xvi) The Poc Of This Solicitation Is Nathan Langone (nathan.langone@va.gov)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Closing Date18 Apr 2025
Tender AmountRefer Documents 
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services revision 01 effective: 05/30/2023 description this Is A Combined Synopsis/solicitation For Commercial Products And Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As Rfq 36c24125q0373. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-06. the Associated North American Industrial Classification System (naics) Code For This Procurement Is Naics 238220 (plumbing, Heating, And Air-conditioning Contractors) Sba Size Standard $19 Million. this Is Being Posted As A Sdvosb Set-aside. this Is A Solicitation For Va Connecticut Healthcare Systems (vachs). They Require Periodic Testing And Treatment Of Boiler Feed Water Supply. Vachs, Requires The Vendor To Provide Services For All Labor, Transportation, Equipment, Materials, And The Expertise Necessary For The Periodic Evaluation Of And Maintenance Of Feed Water Supply To 5 Boilers In West Haven, And 3 Boilers In Newington. The Full Sow Will Be Attached Below, Any Technical Questions Will Be Directed At Chris Metner 203-932-5711 X3817. all Interested Companies Shall Provide Quotations For The Following: statement Of Work boiler Plant Water Treatment & Testing background va Connecticut Healthcare Systems (vachs) Requires The Periodic Testing And Treatment Of Boiler Feed Water Supply. Vachs, Requires The Vendor To Provide Services For All Labor, Transportation, Equipment, Materials, And The Expertise Necessary For The Periodic Evaluation Of And Maintenance Of Feed Water Supply To 5 Boilers In West Haven, And 3 Boilers In Newington. justification chemical Water Treatment Of Boilers Is Necessary For Longevity Of Equipment And Efficiency Of Performance. Boiler Maintenance Is Critical To Maintaining A Functional Clinical Operating Environment. locations Of Services va Medical Center West Haven 950 Campbell Ave west Haven, Ct 06516 newington Va Medical Center 555 Willard Ave newington, Ct 06111 qualifications the Vendor Shall Have Been In Business At Least Five Years Providing Chemical Treatment Of Boiler Plant And Steam Distribution Systems Similar In Design And Annual Steam Production Rates To That Of The Va Facility. one Water Treatment Specialist Shall Be Assigned To This Contract. The Water Treatment Specialist Shall Have At Minimum Five Years Experience With Boiler Water Treatment Programs. the Water Treatment Specialist Assigned Must Be Located Within 100 Miles Of The Site To Enable Reasonable Response Times To Request For Site Visits. the Contractor Shall 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. scope Of Work the Vendor Shall Provide All Labor, Materials, Specialized Services, And Travel Necessary For Evaluation And Treatment Of Boiler Feed Water. the Vendor Shall Include An Additional Line Item For A Total Of $5,000 Per Period Of Performance To Account For Any Additional Chemicals And Labor Associated With Boiler Feedwater Treatments, And Emergency Responses. the Vendor Shall Include Charges For New Feedwater Chemical Treatment Equipment On The Base Year Quote, And Each Year Following Shall Include The Estimate For Chemicals, And Labor Associated With The Objectives Outlined Below. work Shall Occur During Regular Business Hours Between 7:00 A.m. 4:30 P.m. Or As Coordinated With The Cor And/or Appropriate Fms Poc. Vendor To Provide Full Report Detailing The Products Used As Well As The Results Of Feedwater Testing And Any Adjustments Made To The Treatment Plan As A Result Of Feedwater Water Analysis. vendor Shall Provide Emergency Response, Including A Site Visit If Requested, Within 4 Hours Of Request, 24 Hours A Day, And 365 Days Per Year. Maintain A Toll-free (800) Telephone Number And Email And Pager System For 24-hour Access. objectives 1. The Feedwater Treatment Plan Shall Be In Conformance With The Following Standards/codes/specifications To Include But Not Limited To: A. Vha Boiler Directive 1810. B. Dept. Of Veterans Affairs Master Construction Specification Division 23 Hvac Water Treatment Section 23 25 00, Para 2.2: Chemical Treatment For Closed Loop Systems. C. Federal Department Of Agriculture (fda): Cfr 21, 173.310, Boiler Water Additives Permitted In Plants Where Steam Contacts Food. 2. The Contractor Will Be Responsible For Coordinating, Scheduling, And Reporting All Work-related Activities. The Responsibilities Shall Include But Are Not Limited To The Following: a. Chemicals And Testing Supplies i. The Vendor 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. ii. Chelating Chemicals Are Not Permitted. iii. All Chemicals Utilized Shall Conform To Fda Guidelines; In Addition, In Addition, The Chemicals Shall Conform To All Local, State, And Federal Government Regulations On Water Pollution And Have Appropriate Epa Registration. The Vactmc Utilizes Boiler Steam For Food Preparation And For Humidification. iv. Furnish On Site Chemical Storage Containers With Secondary Containment When Needed. Provide Bulk Delivery Service, Which Delivers The Chemicals Directly Into The Onsite Storage Containers With No Assistance Necessary From Va Employees Other Than To Provide Access, All Spills, Shall Be Reported To Va Employees, All Personal Shall Have And Use Personal Protective Equipment (ppe) When Transferring Or Handling Chemicals. v. All Existing Chemicals, Which Are Suitable For The Contract Program, Shall Be Utilized Prior To The Use Of Any New Chemicals, Tanks Shall Be Pumped Down Empty, And Cleaned Before New Chemicals Are Introduced To The Tank Or System. vi. Submit Msds, Sds Sheets For All Chemicals, Test Kits Or Replacements Utilized During The Performance Of Services Under This Contract. The Msds, Sds Sheets Shall Accompany All Delivery Of The Chemicals, In Place At The Holding Tanks; Copies Shall Be Given To Both Boiler Plant Supervisors And To The Contracting Officer Representative (cor). vii. 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 Shall Be Immediately Removed From; The Site When They Are No Longer Needed At The Site. b. Performance Requirements: i. Total Hardness In Feed Water Shall Be Less Than One {1} Part Per Million (ppm). Advise Va Personnel On Proper Softener Monitoring And Operation. ii. Dissolved Oxygen In The Feed Water Shall Be Seven {7} Parts Per Billion (ppb) Maximum With Oxygen Scavenger Treatment Temporarily Suspended. If It Exceeds Twelve {12} Ppb, Provide Recommendation To Boiler Plant Supervisor That Deaerator Shall Be Inspected And Repaired. iii. Prevent Embrittlement Of Boiler Pressure Vessels. iv. Condition The Boiler Sludge To Obtain Effective Bottom Blow Off. v. Boiler Residual Of Sodium Sulfite, 30-60 Ppm. vi. Boiler Phosphate Residual, 20-40 Ppm. vii. Total Dissolved Solids (tds) In Boilers As High As Possible, But Not To Exceed 4000 Ppm. viii. Total Alkalinity In Boilers 800 Ppm Maximum (1/5 X Solids Tds). ix. Maximum Suspended Solids In Boilers 350 Ppm, Maximum Silica 250 Ppm. x. Boiler Polymer Dispersant Residual As Recommended By Supplier. xi. There Shall Be No Pitting Corrosion. xii. There Shall Be No Scale And Deposit Formation In The Boilers. xiii. 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. xiv. Control Boiler Water Chemistry To Minimize Blowdown And Thus Improve Efficiency. xv. 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. xvi. 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. xvii. Establish Layer Of Magnetic Iron Oxide (black Or Dark Gray In Color) On All Steel Surfaces As A Corrosion Barrier. c. On-site Services: i. Provide Complete Written Instructions, Supplemented By Oral Instructions And Demonstrations, To All 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, And That All Testing Materiel Reflect The New Product, Copies Shall Be Given To Boiler Plant Supervisors And Cor. ii. Provide Three 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 Contract Has Been In Force For Six Months, To Ensure All Boiler Plant Operators Have Been Instructed And A Training Log Kept. All Training Courses Shall Take Place At The Va Facility And At A Date And Time Mutually Acceptable To The Vendor And Va. iii. Perform The Following Tests Monthly, Provide Complete Written Reports With All Test Results And Or Recommendations, Chemical Usage And Or Reorders, Test Kits Ordered Or Changes Made, And Review Reports With Plant Supervisor, Copy S Shall Be Sent To Cor For Records. 1. 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. 2. Make-up Water Including Soft Water, Ph, Alkalinity, And Hardness, Total Dissolved Solids, Suspended Solids, And Silica. 3. Boiler Feed Water: Dissolved Oxygen, Ph, Alkalinity, Hardness, Total Dissolved Solids, Suspended Solids, And Silica. Feed Water Dissolved Oxygen Shall Be Tested Twice Per Year With Oxygen Scavenger Chemical Treatment Temporarily Suspended So That Feed Water Deaerator Performance Can Be Evaluated. 4. Boiler Water: Total Dissolved Solids, Suspended Solids, Sulfite, Phosphate, And Alkalinity. 5. Continuous Blowdown Systems: Check Calibration And Settings Monthly. 6. Chemical Feed Systems: Advise Plant Personals And Supervisor On Adjustments To Maintain Proper Chemical Dosage And Feed Rates And Blowdown Rates. iv. Visit The Plant Weekly During The First Two Months Of The Contract. After Two Months, Visit The Plant 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, 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 Address Potential Problems. v. Conduct Waterside Inspection Of Boilers, Feed Water Deaerator, And Condensate Storage Tank At Least Once Per Year. Boiler And Feed Water Deaerator Inspection To Coincide With The Inspection By The Qualified Professional Inspector (boiler Inspector). Coordinate Inspection With Cor And/or Boiler Plant Supervisor. Va Personnel Shall Prepare Equipment For Inspection. vi. Provide Recommendations On Wet And Dry Boiler Lay-up Procedures, Including Monitoring, Of Boilers Not In Service. vii. Provide Recommendations On Proper Operation Of Continuous Boiler Blowdown Systems And Boiler Bottom Blow Off Procedures. viii. Test Corrosion Coupons From Condensate Lines Once Per Year And Provide Report. Va Personnel Shall Install, Remove, And Deliver The Coupons To The Water Treatment Specialist. ix. 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 Boiler Plant Supervisor And The Cor. If Problems Are Found, Corrective Actions Shall Be Recommended Immediately, Chemicals Provided As Necessary, And Tests Performed As Necessary To Confirm That Desired Results Are Achieved. d. Va Boiler Plant Staff Responsibilities: i. The Plant Personnel Shall 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. e. Administrative Requirements: i. All On Site Work Is To Be Coordinated With The Boiler Plant Supervisor At Least Seven (7) Days Prior To Performance Of Services. ii. 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 Cor. A Separate Purchase Order Will Be Issued To Cover The Costs Associated With These Extra Tests Upon Request And Justification From The Contractor. iii. Provide Information On The Normal Time Delivery Time For Chemicals. Provide Method For Emergency Chemical Deliveries. iv. A Laboratory Certified By The State Shall Perform Laboratory Work. v. 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. Reports Shall Be Submitted In Duplicate To The Boiler Plant Supervisor And To The Cor. vi. Failure To Achieve Required Performance Goals Shall Be Justification For Termination Of Contract. vii. Immediately Prior To Commencing The Chemical Treatment Contract, Vactmc Shall 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 Shall Be Signed By The Contractor And The Vactmc Representative. Upon Termination Of The Contract, A Similar Inspection Shall 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. 5. Coordinate All Placement And Removal Of Lockout Tagout Devices For Any Energy Sources With Fms Va Cor/maintenance & Operations. 6. Coordinate All Confined Space Entry With Va Safety Department And Fms Va Cor/maintenance & Operations. 7. Protect All Equipment In Place During Work Activities. 8. Contractor Shall Provide A Full Report Detailing All Maintenance Activities Performed For Each Visit, The Names Of Individuals Performing The Maintenance, And A Summary Of Any Notable Concerns That Can Otherwise Impair The Functionality Of The Equipment. 9. Work Hours For Service And Corrective Maintenance Shall Be As Follows, Unless Otherwise Requested/approved By The Cor Or Appropriate Va Representative: a. 7:00 A.m. To 5:00 P.m., Monday Through Friday. submittals/deliverables 1. Prior To The Start Of Work, The Specifications Shall Require The Contractor To Develop And Submit Such Plans As Required By The Va Relating To Safety And Environmental Issues. These May Include But Are Not Limited To: a. Job Hazard Analysis (jha) / Activity Hazard Analysis (aha) b. Acknowledgement Of Va Loto Requirements (attachment C) And Contractor Loto Policy. 2. The Contractor Shall Submit Any Waste Manifest Documents As Applicable With Final Reports. 3. Subcontracting Of Any Ensuing Award Of This Solicitation Shall Not Be Allowed Without Written Permission Of The Contracting Officer. Service Response On Calls From Unauthorized Personnel Could Result In Non-payment. special Instructions 1. Subcontracting Of Any Ensuing Award Of This Solicitation Shall Not Be Allowed Without Written Permission Of The Contracting Officer. Service Response On Calls From Unauthorized Personnel Could Result In Non-payment. 2. Federal Holidays Observed By The Department Of Veterans Affairs Are As Follows: new Years Labor Day mlk Day Columbus Day presidents Day veterans Day memorial Day thanksgiving Day juneteenth christmas Day independence Day 3. Contractor Check-in: All Employees Of The Service Provider Shall Comply With Va Security Management Program And Obtain Permission Of The Va Police And Restricted From Unauthorized Access. Upon Arrival, The Contractor Shall Sign-in At Building 15, Fms Office In West Haven, Or Building 3, 3rd Floor, Fms Office In Newington, And/or Receive A Temporary Identification Badge Prior To Performing Services At Va Connecticut Healthcare System. The Contractor Shall Wear Visible Identification Always Displaying The Name And Company Id While On Site. All Site Visits Shall Be Coordinated With The Va Cor. a. The Contracting Officer (co), Contracting Officer S Representative (cor), And/or Project Manager (pm) Specifically Reserve The Right To Reject Any Of The Contractor S Personnel And Refuse Them Permission To Work On The Equipment Outlined Herein, Based Upon Credentials Provided. 4. Per Va Directive 1805, Smoking Vaping, And Smokeless Tobacco Are Prohibited On The Grounds Of Va Facilities, Including In Vehicles. This Directive Applies To All Service Providers And Their Employees. 5. No Photography Of Va Premises Is Allowed Without Written Permission Of The Contracting Officer. Patients And Staff Are Not To Be Photographed At Any Time. 6. Va Reserves The Right To Close Down Or Shut Down The Facilities And Order Service Provider Employees Off The Premises In The Event Of A National Emergency. The Service Provider May Return To The Site Only With The Written Approval Of The Va Contracting Officer. 7. Prior To Commencing Work Onsite, All Service Providers And Provider Personnel Shall Furnish Proof Of Receipt Of Required Covid Vaccinations And Boosters In Compliance With Current Vha Directives. 8. Prior To Commencing Work Onsite, All Service Providers And Provider Personnel Shall Furnish Proof Of Receipt Of Required Tuberculosis Testing In Compliance With Vha Directive 1131(5), Dated June 04, 2021. 9. Parking For Service Provider And Its Employees Shall Be In Designated Areas Only. Service Provider To Coordinate With Cor. 10. The Service Provider Shall Confine All Operations (including Storage Of Materials) On Government Premises To Areas Authorized Or Approved By The Va Contracting Officer. The Service Provider Shall Hold And Save The Government, Its Officers, And Agents, Free And Harmless From Liability Of Any Nature Occasioned By The Service Provider S Performance. Working Space And Space Available For Storing Materials Shall Be As Determined By The Cor. Workers Are Subject To The Rules Of The Medical Center Applicable To Their Conduct. Execute Work In Such A Manner As To Reduce Impacts With Work Being Done By Others. 11. Billing: Provide Cor And/or Pm With A Report Or Statement Of Work Completed And Include Statements With Request For Payment. Statement Should Include Service Completed And The Date Each Service Item Was Completed. Labor Charges Shall Be Billed Hourly, And Any Unused Labor Totals Will Be Credited Back To The Va Medical Center On The Next Billing Cycle, Upon Receipt Of The Service Report. records Management Statement 1. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. 2. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. 3. In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created While Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. 4. Va Medical Center West Haven And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of The Va Medical Center West Haven Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va Medical Center West Haven. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. 5. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Va Medical Center West Haven Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). 6. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Va Medical Center West Haven Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. 7. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Medical Center West Haven Policy. 8. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Va Medical Center West Haven Information That Are Not Specifically Tied To Or Authorized By The Contract. 9. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. 10. The Va Medical Center West Haven Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Va Medical Center West Haven Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.22720. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training, Talent Management System (tms) Item #3873736, Records Management For Records Officers And Liaisons. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training. safety Codes / Certification / Licensing the Contractor Shall Comply With All Codes As Described Above, As Well As Codes Customarily Applied In Va Repair Such As Nfpa Fire Code, Osha, Va Design Guides, Etc. Labs Used By The Contractor Shall Be Licensed As Required By Any Applicable Governing Agencies, And Their Certifications And Licenses Shall Be Included In The Reports. Travel Vendor Will Travel From Their Place Of Business To The West Haven Vamc Of The Va Connecticut Healthcare System. terms And Conditions 1. User Responsibility: The Contractor Shall Not Be Held Responsible Under The Terms Of This Contract For Repairs To Equipment Necessitated By User Abuse And/or Misuse Of Equipment. 2. All Work Is Subject To Inspection, Review And Approval By The Boiler Plant Supervisor, Utility System Supervisor, Chief M&o, Chief Engineer, And/or Their Designees price (follow These Instructions): offeror Shall Complete Pricing For The Scope Of Work Provided.â  ensure Your Representations And Certifications Are Complete In The System For Award Management (sam)( Https://www.sam.gov). Otherwise, You Will Need To Fill Out Solicitation Clause 52.212-3 "offeror Representation And Certifications -commercial Items And Submit With The Quote. Federal Acquisition Regulations Require That Federal Contractors Register In The Sam Database At Http://www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Quotation. 2. Past Performance: a. Provide (3) References Of Work, Similar In Scope And Size With The Requirement Detailed In The Statement Of Work. References Must Include Contact Information; Brief Description Of The Work Completed, And Contract # (if Relevant). Please Utilize Attachment 1 Past Performance Worksheet For Your References And Please Submit As Part Of Your Quote Submission. References May Be Checked By The Contracting Officer To Ensure Your Company Can Perform The Statement Of Work. The Government Also Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From All Sources. 3. Technical: The Offeror S Quote Shall Be Evaluated To Determine If The Organization Has The Experience And Capabilities To Provide The Requested Services Iaw The Statement Of Work In A Timely Efficient Manner. a. Contractor Shall Demonstrate Their Corporate Experience And Approach To Meet All Requirements Stated In The Statement Of Work. b. Contractor Shall Demonstrate That Their Technicians Meet The Qualification Standards Stated In The Statement Of Work. c. Contractor Shall Provide All Current And Relevant Or License(s) To Include Manufacture Training Certificate Etc. d. If You Are Planning To Sub-contract Some Or All Of This Work, Please Provide The Name And Address(s) Of All Subcontractor(s) (if Applicable) And A Description Of Their Planned Subcontracting Effort. 4. Veterans Preference Factor (per 852.215-70): The Government Will Assign Evaluation Credit For An Offeror (prime Contractor) Which Is A Service-disabled Veteran-owned (sdvosb) Or A Veteran-owned Small Business (vosb). Non-sdvosb/vosb Offerors Proposing To Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. a. For Sdvosbs/vosbs: In Order To Receive Credit Under This Factor, An Offeror Shall Submit A Statement Of Compliance That It Qualifies As A Sdvosb Or Vosb In Accordance With Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors . Offerors Are Cautioned That They Must Be Registered And Verified In Vendor Information Pages (vip) Database (http://www.vetbiz.gov). verified Sdvosbs Will Receive A 5% Price Credit (e.g. If A Sdvosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $95.00). ii. Verified Vosbs Will Received A 2.5% Price Credit (e.g. If A Vosb Submits An Offer Of $100.00, It Will Be Evaluated As If It Submitted An Offer Of $97.50). the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. (xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020), 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.228-5 Insurance-work On A Government Installation (jan 1997), 52.232-40 Providing Accelerated Payments To Small Business Subcontracting (dec 2013), 852.212-70 Provisions And Clauses Applicable To Va Acquisitions Of Commercial Items (apr 2020) 852.203-70 Commercial Advertising 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside 852.232-72 Electronic Submissions Of Payment Requests 852.233-70 Protest Content/alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives Of Contracting Officers 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018) as Prescribed In 819.7203(a) Insert The Following Clause: (a) This Solicitation Includes 852.219-74, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside, (b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6. 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) 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) [x] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-74 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 852.219-74 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 852.219-74 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 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. 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) 852.242-71 Administrative Contracting Officer. as Prescribed In 842.271, Insert The Following Clause: administrative Contracting Officer (oct 2020) the Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Shall Be Furnished To The Contractor. (end Of Clause) (xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (wage Determination West Haven And Newington Vamc Wd 2015-4127 And 2015-4119 (rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6 (xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above. (xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement. (xv) Rfq Questions Are Due Nlt 04/15/2025 At 17:00 Pm Est. Rfq Responses Are Due Nlt 04/18/2025 At 17:00 Pm Est. Rfq Responses Must Be Submitted Via Email With Rfq #36c24125q0373 In The Subject Line To: Nathan.langone@va.gov Hand Deliveries Shall Not Be Accepted. (xvi) The Poc Of This Solicitation Is Nathan Langone (nathan.langone@va.gov)
1231-1240 of 1237 archived Tenders