Interior Tenders

Interior Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Environmental Service...+1Chemical Products
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is For Market Research To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform Or Provide A Potential Requirement. The Responses Received From Interested Vendor Will Assist The Government In Determining The Appropriate Acquisition Method. the Department Of Veterans Affairs (va), Network Contracting Office 16 (nco 16) Is Seeking To Identify Potential Qualified Vendors Capable Of Providing The Requirement. This Requirement Is For The Veterans Health Care System Of The Ozarks (vhso) At 1100 N. College Ave Fayetteville, Ar 72703. the North American Industry Classification Code (naics) Is 541380 (testing Laboratories And Services), And Psc Code F107 (environmental Systems Protection- Toxic And Hazardous Substance Analysis), With A Size Standard Of $19.0 Million. requested Responses: all Responsible Vendors And Interested Parties Please Respond To This Source Sought Announcement If You Can Fulfill The Requirements. Responses To This Source Sought Shall Include The Following Information: 1. Your Company Name, Address, Contact Person Name, Phone Number, Fax Number, E-mail Address(s), Uei Number, Number Of Employees, And Company Website If Available. 2. If You Are An Gsa/fss Contract Holder Are The Referenced Services Available On Your Schedule/contract? Provide Your Company Gsa/fss Contract Number And Contract Expiration Date, If Applicable. 3. If You Are A Nasa Sewp V Contract Holder Are The Referenced Services Available On Your Schedule/contract? Provide Your Company Nasa Sewp V Contract Number, Contract Group, And Contract Expiration Date, If Applicable. 4. Is Your Company A Contract Holder On Any Other Federal Contract? If So, Please Provide The Contract Number. 5. Socio-economic Status Of Business Such As But Not Limited To (service-disabled Veteran Owned Small Businesses (sdvosb) Or Veteran Owned Small Businesses (vosb) Sdvosb/vosb, 8(a), Hub Zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hub Zone Business, Large Business, Etc.). 6. Is Your Company Considered Small Under The Naics Code Identified In This Source Sought Announcement? 7. Is Your Company A Service Provider For The Services Being Offered? If So, Can You Provide Documentation Confirming Authorization To Provide The Referenced Services Being Offered Per The Statement Of Work? 8. If Your Company Is A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). 9. Vendors Are Requested To Submit Estimated Market Research Pricing With Their Responses. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Future Solicitation. (e.g., If Contracting Officer Determines That Capable Small Businesses Cannot Provide Fair And Reasonable Pricing, Then The Solicitation Will Not Be Set-aside). please Note That If Incomplete Responses Are Received. Lack Of Documentation Proving Your Business Can Conduct The Services Being Offered Or All Questions Not Being Answered Within This Notice, Your Response Will Not Be Taken Into Consideration. contact Information And Response Due Date: please Email All Responses To Caleb.parker@va.gov. Please Respond To This Source Sought Notice No Later Than 01-29-2025, 5:00 Pm Central. disclaimer: This Source Sought Is Issued Solely For Informational And Planning Purposes And Does Not Constitute A Solicitation. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Department Of Veterans Affairs To Form A Binding Contract. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Source Sought Notice. statement Of Work For Environmental Microbiology Laboratory Analytical Services general Requirements: an Iso/tec 17025 Accredited Laboratory Under The Environmental Microbiology Lab Accreditation Program (emlap) Will Process (incubate, Analyze, Record And Report Results) Microbiological Surface Samples, Gloved Fingertip And Thumb Samples (gfs) And Media Fill Testing (mft) Samples Obtained And Submitted By Veterans Healthcare System Of The Ozarks (vhso). Samples Will Be Processed According To The Most Current Version Of Cag-009-2011 (or Its Successor) And Results Will Be Compared To Recommendations Provided In Usp . all Sampling Supplies, Plates And Media Fill Will Be Provided By The Laboratory Pursuant To This Contract. Certificate Of Analysis From The Manufacturer Will Be Provided For Each Lot Of Growth Media To Verify That The Media Meet The Expected Growth Promotion, Ph, And Sterilization Requirements. the Contractor Shall Process Personnel Related Assessment Testing Gfs Samples According To Cag-009-2011 (or Its Successor), And 2022 Usp Standards. Gfs Results Will Be Reported For Each Plate, With The Amount Of Colony Forming Units (cfu) Present On Each Plate Reported. If There Is No Growth Present That Shall Be Indicated On The Report (0 Cfu Or < 1 Cfu). the Contractor Shall Process Mft Testing Samples According To Cag-009-2011 (or Its Successor) And 2022 Usp Standards. Mft Results Will Be Reported As Negative (pass) Or Positive (fail); Failure Is Indicated By Visible Turbidity Or Other Visual Manifestations Of Growth In The Media In One Or More Container Closure Unit(s) On Or Before 14 Days. the Contractor Shall Process Viable Surface Samples According To The Most Current Version Of Cag-009-2011 And 2019 Usp Standards. If Cfu Measured During Viable Sampling Exceed Usp Threshold Levels, The Report Will At Minimum Identify Genus And, When Possible, Species Of Any Microorganism Recovered On The Report, In Addition To The Sample Name And The Number Of Cfu. If There Is No Growth Present That Shall Be Indicated On The Report (0 Cfu Or < 1 Cfu). scope: the Contractor Shall Perform Routine Work Detailed In This Statement Of Work (sow) On A Regular Schedule, Mutually Agreed Upon By The Contractor And Contracting Officer Representave (cor). the Number Of Surface Sampling, Gloved Fingertip Testing (gfs) And Media Fill Testing (mft) May Change Throughout The Contract Period. This Is Vhso's Best Estimate Of The Number And Type Expected To Be Tested And Sampled By The Contract. Vhso Reserves The Right To Delete Or Add Units As Required. if The Numbers Of Listed Items Will Be Exceeded, No Work Is Authorized Without The Prior Written Approval Of The Contracting Officer (co) To Account For It. Work Items Or Services Not Already Included In This Sow, But Relevant To It, May Be Ordered By The Co Without Further Competition. Only The Co Has The Right To Obligate Funding Or Order Work Not Expressly Detailed In This Sow. The Government Shall Not Be Held Responsible For Payment For Any Work Performed By The Contractor That Is Outside The Scope Of This Contract Or Without The Prior Approval Of The Co. task: bacteria And Fungi Surface Incubation And Sample Analysis gloved Fingertip And Thumb Sample Incubation And Sample Analysis media Fill Testing Sample Incubation And Sample Analysis pharmacy Iv Personnel Will Conduct Gloved Fingertip And Thumb Testing, Media Fill Testing And Surface Sampling According To Usp Guidelines And Pharmacy Needs. The Pharmacy Designated Person Or Their Designee Shall Collect, Label, And Prepare All Samples For Shipping Pursuant To Instructions Provided By The Contractor Ensuring Viability Of Samples During Shipping. Every Effort Will Be Made To Ship Samples The Same Day As Sampled And Will Be Shipped For Next Day Delivery To The Contractor According To Instructions. If Samples Are Not Able To Be Shipped The Same Day As Sampled, They Will Be Shipped No Later Than The Day After Sampling Takes Place. Days Of Sampling Will Be Coordinated So Delivery Occurs According To Contractor S Normal Hours. gloved Fingertip Sampling Plates: pharmacy Compounding Staff Must Be Evaluated In Gloved Fingertip And Thumb Sampling (gfs) To Demonstrate Competency In Garbing And Hand Hygiene, As Set Forth In Usp . Vhso Will Perform Gfs On Site, Using One Sampling Device Per Hand (e.g., Plates, Paddles, Or Slides) Containing General Microbial Growth Agar {e.g., Trypticase Soy Agar (tsa)} Supplemented With Neutralizing Additives (e.g., Lecithin And Polysorbate 80) As This Agar Supports Both Bacterial And Fungal Growth. contractor Will Incubate Fingertip Sampling Plates Immediately Upon Receipt At A Temperature Of 30-35â° C For No Less Than 48 Hours And Then At 20â° 25â° C For No Less Than 5 Additional Days. Sampling Plates Will Be Stored During Incubation To Prevent Condensate From Dropping Onto The Agar And Affecting The Accuracy Of The Cfu Reading (e.g., Invert Plates). Contractor Will Record And Report The Number Of Cfu Per Hand (left Hand, Right Hand), As Well As The Starting Temperature For Each Interval Of Incubation, Dates Of Incubation, And The Identification Of The Person Who Reads And Documents The Results. Contractor Personnel Who Analyze Sampling Plates Including Reading Of Plates, Counting Cfu, And Performing Identification Of Recovered Microorganisms Will Be A Licensed And Qualified Environmental Microbiologist. failure Is If Total Cfu For Both Hands Is Greater Than The Action Level For The Type Sampling (i.e., Initial Or Bi-annual). The Contractor Will Notify The Usp Program Manager, Or If Unavailable, The Chief Pharmacy Services, Within 1 (one) Business Day Of Any Failure. all Results Will Be Transmitted The Facility Within One Business Day Of Final Analysis. table 1. Action Level For Gloved Fingertip Sampling And Thumb Sampling gloved Fingertip & Thumb Sampling action Level* initial Sampling After Garbing >0 subsequent Sampling After Media-fill Testing (every 6 Months) >3 *action Levels Are Based On The Total Cfu Count From Both Hands. surface Sample Plates: surface Sampling Plates Are Preferred Over Paddles Or Slides. One Plate Each Of General Microbial Growth Agar [e.g. Typticase Soy Agar (tsa)] Supplemented With Neutralizing Additives (e.g. Lecithin & Polysorbate 80 Will Be Used At Each Sampling Site. microbiological Surface Monitoring Will Be Performed Monthly In The Segregated Compounding Area And All Classified Areas Including: pass-through Chambers the Interior Of The Primary Engineering Controls (pecs) And Any Equipment Contained Within staging Or Work Area(s) Near The Pec frequently Touched Surfaces * Additional Surface Sampling May Be Performed During Certification Of New Facilities And Equipment, After Servicing Facilities Or Equipment, In Response To Identified Problems, In Response To Identified Trends, Or In Response To Changes That Could Impact The Sterile Compounding Environment. one Sample Of Tsa Will Be Obtained Per Sample Location. Contractor Will Incubate Surface Sampling Plates Immediately Upon Receipt At A Temperature Of 30-35â° C For No Less Than 48 Hours And Then At 20â° 25â°c For No Less Than 5 Additional Days. Sampling Plates Will Be Stored During Incubation To Prevent Condensate From Dropping Onto The Agar And Affecting The Accuracy Of The Cfu Reading (e.g., Invert Plates). If Levels Measured During Surface Sampling Exceed The Levels In Usp Table 6, An Attempt Must Be Made To Identify Any Microorganism Recovered To The Genus Level, And When Possible, To Species Of The Microorganism Recovered. Staff Direct Surface Sample Readings Do Not Require Any Additional Identification Of Microorganisms Recovered To The Genus Level. Contractor Will Identify Which Surface Sampling Method Is Included With Bid. contractor Will Report The Number Of Cfu Per Plate As Well As The Starting Temperature For Each Interval Of Incubation, Dates Of Incubation, And The Identification Of The Person Who Reads And Documents The Results. Contractor Personnel Who Analyze Sampling Plates Including Reading Of Plates, Counting Cfu, And Performing Identification Of Recovered Microorganisms Will Be A Licensed And Qualified Environmental Microbiologist. failure Is Indicated If Cfu Of Any Plate Is Greater Than The Action Level For The Classified Area. The Contractor Will Notify The Pharmacy Designated Person And The Chief Of Pharmacy Services, Within 1 (one) Business Day Of Any Failure. All Results Will Be Transmitted The Facility Within One Business Day Of Final Analysis. table 8. Action Levels For Surface Sampling iso Class surface Sampling Action Levels (cfu Per Media Device) 5 >3 7 >5 8 >50 media Fill Samples: media Fill Tests Will Be Designed And Developed By The Pharmacy Designated Person To Reflect The Most Complicated Manipulations Performed At Vhso. The Contractor Will Be Provided With The Final Media Fill Testing Sample (one Sample) Per Staff Member Tested. contractor Will Incubate Mft Samples Immediately Upon Receipt At A Temperature Of 20â° 25â°c For 7 (seven) Days Followed By 7 (seven) Days At 30â° 35â°c To Detect A Broad Spectrum Of Microorganisms. contractor Will Report Pass/fail Results As Well As The Starting Temperature For Each Interval Of Incubation, Dates Of Incubation, And The Identification Of The Person Who Reads And Documents The Results. Contractor Personnel Who Analyze Media Fill Including Reading Results Licensed And Qualified Environmental Microbiologist And Or Technician. failure Is Indicated By Visible Turbidity Or Other Visual Manifestations Of Growth In The Media In One Or More Container Closure Unit(s) On Or Before 14 Days. The Contractor Will Notify The Pharmacy Designated Person And The Chief Of Pharmacy Services, Within 1 (one) Business Day Of Any Failure. All Results Will Be Transmitted The Facility Within One Business Day Of Final Analysis. place Of Performance: veterans Healthcare System Of The Ozarks 1100 N College Avenue fayetteville, Ar 72703 479-587-5990 period Of Performance: table 3. Performance Years 2025 (base Year) 14 July 2025 - 30 September 2025 2026 (option Year 1) 1 October 2025 - 30 September 2026 2027 (option Year 2) 1 October 2026 - 30 September 2027 2028 (option Year 3) 1 October 2027 - 30 September 2028 2029 (option Year 4) 1 October 2028 - 30 September 2029 2030 (option Year 5) 1 October 2029 - 30 September 2030 contractor Qualifications: an Iso/tec 17025 Accredited Laboratory Under The Environmental Microbiology Lab Accreditation Program (emlap). Copies Of Pertinent Certifications, Licenses And Emlap Accreditation Will Be Required. performance Requirement Summary: facility Surface Sampling Analysis For Viable Particles From Samples Taken In The Segregated Compounding Area (sca), Chemo Ante Room, Chemo Buffer Room, Iv Ante Room, Iv Buffer, And Associated Primary Engineering Controls (pecs) viable Surface Sampling Analysis identification To At Least Genus For Any Growth That Exceed The Levels In Usp Table 8, And When Possible, To Species Of The Microorganism Recovered. personnel Related Assessments Include The Following: gloved Fingertip And Thumb Sample Incubation And Sample Analysis media Fill Testing Incubation And Sample Analysis number Of Samples: gloved Fingertip Samples (620 Per Year) media-fill Tests For Staff (85 Per Year) direct Surface Sample Readings For Initial Staff Certification And Staff Biannual Competencies (115 Per Year) surface Sample Readings For Monthly For Iv Compounding Areas (sample Locations To Be Determined By Vhso) And Staff Direct Compounding Area Surface Samples (195 Per Year) sampling Reports: results Of Viable Samples And/or Surface Sampling Must Be Submitted To The Pharmacy Designated Person And The Chief Of Pharmacy Within One (1) Business Days Of The Receipt Of The Results. Failure To Follow These Procedures May Result In Delay Of Payment Or Nonpayment. Pass/fail Notifications Should Be Included Where Applicable. Each Sampling Reports Shall Contain, At A Minimum, The Following Information: an Sop Or Protocol That Describes The Process For The Handling, Incubation And Analysis For Each Sampling Plate Or Mft. growth And Sterility Control Reports (where Applicable) price Schedule: the Contract Rate Is An All-inclusive Rate. No Separate Fees Will Be Allowed. contracting With Parties Listed On The Oig List Of Excluded Individuals/entities: In Accordance With Hipaa And The Balanced Budget Act (bba) Of 1977, The Office Of Inspector General Has Established A List Of Parties And Entities Excluded From Federal Health Care Programs. Specifically, The Listed Parties And Entities May Not Receive Federal Payments Due To Fraud And/or Abuse Of The Medicare And Medicaid Programs. The List Of Excluded Individuals/entities Can Be Found On The Oig Web Site At Www.hhs.gov/oig. With Submittal Of Proposal, The Contractor Shall Provide Evidence Than None Of The Contractor S Employees Are On The Excluded Parties List. invoices/payments: This Provision Shall Survive The Termination Or Ending Of The Contract. Payment For Services Rendered By The Contractor Under The Terms Of This Contract Will Be Made Upon Receipt Of A Properly Executed Invoice. Invoice To Be Submitted Within Fourteen (14) Workdays Following Completion Of The Contractors Rendered Services. Va Will Verify Services Performed And Certify Invoice For Payment Within Thirty (30) Days Following Date Of Receipt Of Sampling Reports. Any Identified Discrepancy(s) In Billings Shall Be Cause For Extending Provisions Of This Paragraph Until The Discrepancy Or Other Identified Problem With The Billing Invoice Has Been Resolved. Invoices Shall: be Electronically Prepared And Submitted In Accordance With Far 52.212-4(g) clearly State The Terms Of Any Discounts Offered include The Current Fiscal Year And Purchase Order Number include The Period Of Performance Covered By The Invoice accept Payment For Services Rendered Under This Contract As Payment In Full. This Provision Shall Survive The Termination Or Ending Of The Contract. information Security Officer, Information Protection: The Contractor Will Not Have Access To Va Desktop Computers Nor Online Resources Belonging To The Government While Conducting Services. privacy Officer: The Contractor Will Not Have Access To Patient Health Information (phi) Nor Have The Capability Of Accessing Patient Information During The Services Provided To The Va. records Manager: The 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. Chapters 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. 14. Records Management Obligations a.  applicability this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists.   b.  definitions Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them.   the Term Federal Record: includes Veterans Health Care System Of The Ozarks Records.â  does Not Include Personal Materials. applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vhso Contract. may Include Deliverables And Documentation Associated With Deliverables. c.  requirements 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.â  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.â  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.â  vhso 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 Vhso 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 Vhso. 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 [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 Vhso 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). 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 Vhso 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 Vhso Policy.â  the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vhso Information That Are Not Specifically Tied To Or Authorized By The Contract.â  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.â  the Vhso 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 Vhso 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 Vhso-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.â  d.  flowdown Of Requirements To Subcontractors the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â  violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor. authorized Government Representative(s) the Authorized Government Representative Will Be Responsible For Technical Monitoring Of The Contractor's Performance And Deliveries. The Authorized Government Representative And The Contractor's Representative Shall Work Together To Ensure That All Contractual Requirements Are Being Met. The Authorized Government Representative Will Interpret Specifications Or Technical Portions Of The Work. The Authorized Government Representative(s) For This Contract Is: final Invoicing Instructions: It Is Your Firm S Responsibility To Submit A Completed And Signed Final Invoice Memo (see Attached Template) In Accordance With The Terms And Conditions Of This Contract. The Final Invoice Memo Must Be Signed And Attached To Your Firm S Submission Of The Final Invoice For Final Payment Or Within Seven (7) Calendar Days After The Period Of Performance Or Contract Expiration. If The Co Or Designated Representative Does Not Receive A Signed Copy Of The Final Invoice Memo With Your Firm S Final Invoice For Final Payment And/or If The Government Does Not Hear From Your Firm Via E-mail After Seven (7) Calendar Days, After The Period Of Performance Or Contract Expiration, The Government Will Accept That There Is Adequate Evidence That All Supplies And Services Have Been Delivered And Accepted, All Invoices Have Been Paid, And That There Are No Outstanding Invoices Or Issues Concerning This Contract; Thus, The Government Will Continue With A Unilateral De-obligation Of Any Remaining Funds And Issue The Signed Modification To All Parties. Further, Failure To Submit A Signed Final Invoice Memo Could Result In A Negative Cpars Entry As A Lack Of Business-like Concern For The Interest Of The Customer Which In This Case Is The Vamc. Notwithstanding The Claim Period Stated In Far 52.233-1, Disputes, And Pursuant To Far 33.206, Initiation Of A Claim, The Contractor Agrees To Submit Any Claim Related To This Contract Within 12 Months After Accrual.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Furnitures and Fixtures
United States
Details: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Number 36c26225q0435 Is Issued As A Request For Quotation (rfq). (iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular. (iv) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics Code 339112 Having A Size Standard Of 1000 Employees. This Solicitation Is For A Brand Name Or Equal. formatting: all Solicitations Shall Include The Following Statement: solicitation Number: 691 - 36c26225q0435 Dental Exam/treatment Chairs quotes Shall Provide The Following Information. quotes Received Without This Information Will Be Marked As Non-responsive. your Quote Should Include The Standard Delivery Cost For Shipment Of The All The Items And Any Installation As All Inclusive (if Required). quotes Shall Be Submitted On Company Letterhead As A Single Document. no Other Documents Or Information Shall Be Attached To The Quote. company name: address: phone Number: point Of Contact: name: email: phone Number: sam Unique Entity Id if Applicable, Provide Your Company Fss Contract Number company Business Size (large, Sdvosb, Small, Etc.) firm Delivery Date/time Frame. separate Documents (required) provide An Authorized Distributor/reseller Letter For The Items submit Your Capabilities Statement (v) Product Information: brand Name Information: manufacturer & Part Number: A-dec 511 Chair V0313.0015 type: Dental Exam/treatment Chairs equal To Product Information: main Component: Dental Exam/treatment Chairs brand Name Items Are Listed Solely For A Comparison For The Brand Name Or Equal Purchase Request. brand Name Or Equal: chairs Must Be Compatible With The 511-a-dec Chairs That The Va Greater Los Angeles Dental Department Currently Has In Use. 511 1 511 - A-dec 511 Chair V0313.0015 2 Ea 511 Model 511 Patient Chair Product Version B 300 Pro / 500 Pro Compatible Voltage 120 Volts Base Color White Upholstery Color Amethyst Type Formed/seamless Upholstery Style 511 F02 Style Contoured Floor Box Duplex And Qds Packaging Blanket Wrap 532 2 532 - A-dec 532 Trad Delivery System 2 Ea 532 Model 532 Radius Traditional Delivery System Base Color White V0195.0266 Foundation radius Mount With Deluxe Plus Touchpad, tray Holder-standard Side Mount, stainless Steel Tray One Standard Tray, foot Control Disc (with Chip Blower/accessory Button) packaging Blanket Wrap With Pallet, handing Right Doctor's Touchpad-deluxe Plus Touchpad, handpiece Tubing Style-silicone handpiece Tubing, Position 1-autoclavable Qd Syringe, position 2-4 Hole Tubing, position 3-6 Pin Tubing, position 4-kavo Electric Motor position 5-no Tubing, position 6-cavitron Steri-mate 360 Ultrasonic, electric Motor Control Module Emc-703 Usb Hub A-dec Usb 2.0 Powered Hub (control Head) Preventative Maintenance Kit 551sta 3 551sta - 551sta Radius Asst Instm 2 Ea 551sta Model 551sta Assistant's Instrumentation 551sta Assistant's Instrumentation V0055.0036 Mounting Style A-dec 511 Chair Arm Length Long Arm Packaging Blanket Wrap With Pallet Dual Turret Autoclavable Qd Syringe No Curing Light Assistant's Curing Light Holder None Hve Standard 11mm Hve Additional Hve 11mm Hve Vacuum Tubing Style Easyflex Tubing 521 4 521 - A-dec 521 Doctor's Stool V0313.0015 2 Ea 521 Model 521 Doctor's Stool Base Color White Cylinder Type Tall Caster Type Tile Armrest Options For No Armrests Upholstery Color Plum Type Sewn Packaging Blanket Wrap 522 5 522 - A-dec 522 Asst Stool V0313.0015 2 Ea Model 522 Assistant's Stool Base Color White Foot Support Foot Ring Backrest No Backrest Caster Type Tile Upholstery Color Plum Type Sewn Packaging Blanket Wrap blanketwrap 6 Blanket Wrap - Blanket Wrap Service 1 Ea 7 Installation - Charges For Install Labor 1 Ea Total Cost: $ (vi) The Us Government, Veterans Affairs (va) Seeks To Make A Procurement For 1 Ea Dental Exam/treatment Chair Including Delivery. offeror Quotations Must Demonstrate Meeting The Salient Physical, Functional, Or Performance Characteristics Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per far 52.211-6. the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Or Equal To Supplies Being Requested. statement Of Work 1. Background. The Va Los Angeles Healthcare System Has A Requirement To Acquire 1 Ea Dental Exam/treatment Chair Including Delivery. 2. Scope. The Vendor Is To Deliver All Items As Required Per This Solicitation. 3. Place Of Delivery department Of Veterans Affairs va Los Angeles Healthcare System 11301 Wilshire Blvd warehouse Building 297 los Angeles, Ca 90037 4. Period Of Performance/delivery Timeframe deliver All Items On Or Before 90 Days Aro. salient Characteristics 1. Must Be Ultra-thin Flexible Back Rest, Measuring 1.25 Thick 2. Must Have Headrest, Standard Dual Articulating With Gliding Cushion And Quick Release Adjustment Lever 3. Must Have Lift Range 13.5 - 31.5 4. Chair Must Swivel 60 Degrees 5 . Must Show Ul Rated To 500 Lb. (227 Kg) Maximum Patient Load. 6. Must Have Self-diagnosing Circuit Board That Is Easily Programmable, With Lift Activation 7. Must Have Integrated Four Position Handpiece Control Block Is Capable Of Operating Up To Four Active Handpiece Positions And Is Constructed Of Plated Lead Free Brass 8. Must Have Led Coolant Indicator Lights Up When A Handpiece Is Lifted Out Of The Holder 9. Must Have Chair Lockout Stop Feature To Prevent Accidental Movement Of The Chair When A Handpiece Or Instrument Is In Use. 10. Must Have 2.0 Liter, Quick-connect Water Bottle With An Interior Pickup Tube To Reduces The Chance Of Cross-contamination. 11. Must Have All Interior Water Lines Used In Delivery System Contain Anti-microbial Component To Reduce Biofilm 12. Must Have Standard Multi-function Touchpad Provides Secondary Control Of The Chair, Light, And Accessory Functions 13. Operator Chair Must Have Adjustable Seat Tilt Feature For Enhanced Ergonomic Positioning Provides 4 degrees Forward And 4 Degrees Backward Tilt. 14. Assistant Stool Must Have Seat Height Range: 23.1" To 28.7" (578 Mm-729 Mm). (viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation. far 52.212-1 Addendum: all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than 02/17/2025, 8:00 Am Pst. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late, Marked As Non-responsive And Will Not Be Considered For Award. All Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than 02/14/2025, 8:00 Am Pst. Offers And Questions Shall Be Sent By Email To John Harrison At John.harrison2@va.gov (ix) The Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Applies To This Solicitation. far 52.212-2 Addendum / Replacement: (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: technical Acceptability Shall Be Established By Review Of Each Submitted Quote, attachments, And/or Information By The Designated Technical Evaluator/s And Verification That Any Brand Name Or Equal To Items" At A Minimum Meet The Salient Characteristics Outlined In Section Salient Characteristics Of This Solicitation. No Other Rating Or Quantitative Value Other Than Acceptable Or Unacceptable Will Be Assigned. award Will Be Made To The Offer That Meets All Minimum Requirements And Provides The Lowest Price. acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Statement Of Work/salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to Items Meet Statement Of Work/ Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information. far 52.211-6 Brand Name Or Equalâ (aug 1999) (a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation. (b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must- (1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation; (2)â clearly Identify The Item By- (i)â brand Name, If Any; And (ii)â make Or Model Number; (3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And (4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer. (d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation. (end Of Provision) (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) (x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Items, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information. (xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition. authorized Distributor Letter (adl) any Suppliers, Distributors And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Supplies By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award. if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All Of The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer. 52.212-4 Contract Terms And Conditions Commercial Items (oct 2018) (a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights (1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And (2) Before Any Substantial Change Occurs In The Condition Of The Item Unless The Change Is Due To The Defect In The Item. (b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract. (c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties. (d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Far 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract. (e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference. (f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence. (g) Invoice. (1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include (i) Name And Address Of The Contractor; (ii) Invoice Date And Number; (iii) Contract Number, Line-item Number And, If Applicable, The Order Number; (iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered; (v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading; (vi) Terms Of Any Discount For Prompt Payment Offered; (vii) Name And Address Of Official To Whom Payment Is To Be Sent; (viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And (ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract. (x) Electronic Funds Transfer (eft) Banking Information. (a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract. (b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures. (c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft. (2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315. (h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings. (i) Payment. (1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract. (2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315. (3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause. (4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made. (5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall (i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The (a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment); (b) Affected Contract Number And Delivery Order Number, If Applicable; (c) Affected Line Item Or Subline Item, If Applicable; And (d) Contractor Point Of Contact. (ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer. (6) Interest. (i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid. (ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract. (iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If (a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days; (b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or (c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2). (iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment. (v) Amounts Shall Be Due At The Earliest Of The Following Dates: (a) The Date Fixed Under This Contract. (b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination. (vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On (a) The Date On Which The Designated Office Receives Payment From The Contractor; (b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or (c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor. (vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In 32.608-2 Of The Federal Acquisition Regulation In Effect On The Date Of This Contract. (j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon: (1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or (2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination. (k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties. (l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided. (m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience. (n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession. (o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract. (p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items. (q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract. (r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 2409 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity. (s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order: (1) The Schedule Of Supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause; (3) The Clause At 52.212-5. (4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software. (5) Solicitation Provisions If This Is A Solicitation. (6) Other Paragraphs Of This Clause. (7) The Standard Form 1449. (8) Other Documents, Exhibits, And Attachments (9) The Specification. (t) [reserved] (u) Unauthorized Obligations. (1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern: (i) Any Such Clause Is Unenforceable Against The Government. (ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause. (iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement. (2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures. (v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract. (end Of Clause) (xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (jun 2020) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402). [] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509). [] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) [] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (5) [reserved] [] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (jun 2020) (31 U.s.c. 6101 Note). [] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). [] (10) [reserved] [] (11)(i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (mar 2020) (15 U.s.c. 657a). [] (ii) Alternate I (mar 2020) Of 52.219-3. [x] (12)(i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). [] (ii) Alternate I (mar 2020) Of 52.219-4. [] (13) [reserved] [] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (mar 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020). [] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (mar 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-7. [] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)). [] (17)(i) 52.219 9, Small Business Subcontracting Plan (jun 2020) (15 U.s.c. 637(d)(4)). [] (ii) Alternate I (nov 2016) Of 52.219-9. [] (iii) Alternate Ii (nov 2016) Of 52.219-9. [] (iv) Alternate Iii (jun 2020) Of 52.219 9. [] (v) Alternate Iv (jun 2020) Of 52.219 9. [] (18) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). [] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (jan 1999) (15 U.s.c. 637(d)(4)(f)(i)). [] (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (mar 2020) (15 U.s.c. 657f). [] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (mar 2020) (15 U.s.c 632(a)(2)). [] (ii) Alternate I (mar 2020) Of 52.219-28. [] (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns (mar 2020) (15 U.s.c. 637(m)). [] (24) 52.219-30, Notice Of Set-aside For, Or Sole Source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (mar 2020) (15 U.s.c. 637(m)). [] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). [] (26) 52.219-33, Nonmanufacturer Rule (mar 2020) (15 U.s.c. 637(a)(17)) [] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755). [] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (jan 2020) (e.o. 13126). [] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (feb 1999) Of 52.222-26. [] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). [] (ii) Alternate I (july 2014) Of 52.222-35. [] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). [] (ii) Alternate I (july 2014) Of 52.222-36. [] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). [] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). [x] (35)(i) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [] (36) 52.222-54, Employment Eligibility Verification (oct 2015). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Items As Prescribed In 22.1803.) [] (37)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693). [] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693). [] (40)(i) 52.223-13, Acquisition Of Epeatâ®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (oct 2015) Of 52.223-13. [] (41)(i) 52.223-14, Acquisition Of Epeatâ®-registered Televisions (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-14. [] (42) 52.223-15, Energy Efficiency In Energy-consuming Products (dec 2007)(42 U.s.c. 8259b). [] (43)(i) 52.223-16, Acquisition Of Epeatâ®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-16. [x] (44) 52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513). [] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693). [] (46) 52.223-21, Foams (jun 2016) (e.o. 13693). [] (47) (i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). [] (ii) Alternate I (jan 2017) Of 52.224-3. [] (48) 52.225-1, Buy American Supplies (may 2014) (41 U.s.c. Chapter 83). [] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (may 2014) (41 U.s.c. Chapter 83, 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. [] (ii) Alternate I (may 2014) Of 52.225-3. [] (iii) Alternate Ii (may 2014) Of 52.225-3. [] (iv) Alternate Iii (may 2014) Of 52.225-3. [] (50) 52.225 5, Trade Agreements (oct 2019) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note). [] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). [] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). [x] (55) 52.229 12, Tax On Certain Foreign Procurements (jun 2020). [] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41 U.s.c. 4505, 10 U.s.c. 2307(f)). [] (57) 52.232-30, Installment Payments For Commercial Items (jan 2017) (41 U.s.c. 4505, 10 U.s.c. 2307(f)). [x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332). [] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). [] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). [] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)). [] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631). [] (ii) Alternate I (apr 2003) Of 52.247-64. [] (iii) Alternate Ii (feb 2006) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). [] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). [] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). [] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). [] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). [] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Items. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause (i) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509). (ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91). (iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232). (v) 52.219 8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). (viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xi) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xiii)(a) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xiv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). (xv) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (oct 2015) (e. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). (xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xx) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note). (xxi) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) (xxiii) In Addition, The Following Clauses Shall Also Apply: 52.211-6 Brand Name Or Equal (aug 1999) (a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation. (b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification. (c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation. (end Of Clause) 52.217-6 - Option For Increased Quantity (mar 1989) the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. (end Of Clause) 852.212-72 - Gray Market And Counterfeit Items (mar 2020) (a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory. (b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics. (c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (end Of Clause) 52.252-2 - Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/comp/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) (end Of Clause) in Addition, The Following Clauses And Provisions Shall Also Apply: 52.232-18 availability Of Funds (apr 1984) 52.233-1 disputes (may 2014) 52.233-3 protest After Award (aug 1996) 852.203-70 commercial Advertising (jan 2008) 852.232-72 electronic Submission Of Payment Requests (nov 2012) 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (oct 2016) 52.209-7 information Regarding Responsibility Matters (oct 2018) 52.233-2 service Of Protest (sept 2006) 852.233-70 protest Content/alternative Dispute Resolution (oct 2018) 852.252-70 solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) 852.237-70 contractor Responsibilities apr 1984 852.215-70 service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors jul 2016
Closing Date17 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
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 36c24125q0227. 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 541380 (testing Laboratories And Services) Sba Size Standard $19 Million. this Is Being Bid As A Vosb Set-aside. this Is A Solicitation For Va Connecticut Healthcare System Requires Both Ct Facilities Have Their Own Sterilization Processing Services For All Rme And Medical Equipment Processing. Sps Is A Critical Part Of Any Hospital As It Ensures All Clinical Departments Have A Readily Available Supply Of Sterile Equipment. One Of The Key Pieces Of Equipment Supporting Any Sps Is The Critical Water Support. Both West Haven And Newington Have Large Reverse Osmosis Based Water Treatment Systems That Provide A Direct Critical Water Supply To Sps Personnel And Equipment. The Duration Of The Contract Will Be A Base Plus 4 Oy. Any Technical Questions Will Be Directed At Cornelius Finnegan Iv (203) 932-5711 X3817. all Interested Companies Shall Provide Quotations For The Following: statement Of Work vachs Critical Water Monitoring Program background vachs Critical Water Monitoring Program Covers The Main Medical Center At West Haven, Ct And The Newington, Ct Medical Center. Both Ct Facilities Have Their Own Sterilization Processing Services For All Rme And Medical Equipment Processing. Sps Is A Critical Part Of Any Hospital As It Ensures All Clinical Departments Have A Readily Available Supply Of Sterile Equipment. One Of The Key Pieces Of Equipment Supporting Any Sps Is The Critical Water Support. Both West Haven And Newington Have Large Reverse Osmosis Based Water Treatment Systems That Provide A Direct Critical Water Supply To Sps Personnel And Equipment. the Updated Aami St-108-2023 Standard, Which Governs The Processes And Requirements For Sterile Processing, Added Requirements To The Roster Of Locations Needing Monthly Critical Water Sampling. Per The Standard, The Requirement To Test Critical Water At Every Point Of Use Has Significantly Raised The Quantity Of Water Samples Needed Each Month. Current Water Sampling Contracts Only Cover The Bare Minimum Of Testing Locations At The Source Of Critical Water Systems. at Vachs, We Have Been Without Any Backup Or Extra Testing On The Annual Contract. It Is Essential That An On-call Or Emergency Testing Balance Be Added To The New Contract Requirement. This Will Give Va Leaders The Ability To Quickly Re-test Any Areas That Have Been Positive For Contamination Or Allow Leaders To Check Any Area Of Concern. When An Emergency Re-test Is Needed, There Is No Time To Source Funding. The Test And Result Are Needed As Fast As Possible To Restore Operations In Affected Areas. A Robust On-call/emergency Testing Balance Is Needed For This New Contract. Furthermore, The Contractor Will Have To Guarantee A Quick Availability And Turn-around Time For These Tests. scope Of Work the Purpose Of This Statement Of Work Is To Provide All The Details And Requirements In Developing A Monthly Water Testing Program For Vachs. There Will Be Designated Testing Locations Required For Testing Each Month. There Will Also Be General Purpose Testing Locations That Can Be Alternated As The Sps Department S Needs. the Primary Direction For This New Contract Requirement Are Detailed Updates In The Aami St-108:2023 Standard, Water For The Processing Of Medical Devices. All Contractor Proposals Should Thoroughly Review This Standard. the Contractor S Responsibility Of This Contract Includes, But Is Not Limited To The Following: provide All Labor, Materials, Tools, Equipment, Applicable State Licenses And Permits To Accomplish This Sow. provide All Testing Requirements As Outlined By Aami St-108-2023 Water For The Processing Of Medical Devices. (see Chap 11, Table 6) For Testing Quantity Guides. provide A Fully Qualified Laboratory For Processing Of Water Samples To Meet All Metrics From Aami St-108-2023. Ensure All Laboratory Certificates, Credentials And Capabilities Are Provided To Va Fms. conduct Monthly Water Monitoring Program For Both Newington & West Haven provide A Sampling Of The Utility Or Supply Water At Each Monthly Testing Date. provide A Rapid Means Of Immediate Shipping Of All Water Samples To The Approved Laboratory. provide A Consolidated Monthly Report Of All Sample Locations, Results, Parameters On A Single Report. provide Immediate Notification Of Any Positive Samples Over The Bacteria And Endotoxin Threshold Per Aami St 108. provide An Annual Balance Of Emergency / On-call Tests For Any Locations That Require Re-testing Or Per Direction Of Va. Apart From The Routine Critical Water Locations, Va May Provide Locations With Any Remaining Balance Of Tests In Areas Such As: Dialysis, Pathology Labs, Research Labs, And Other Areas On Medical Facility. There Are Myriad Of Smaller Point Of Use De-ionization And Reverse Osmosis Units Throughout The Facility That May Need Testing As Required. Va Fms Will Direct As Needed In Advance Of Site Visit. un-intentional Or Accidental Contamination Of The Critical Water Samples Occurs When The Tester Does Not Maintain Proper Ppe, Flushing Of Test Port, Cleaning Of Site, Or Use Of Gloves. Va Staff Has Right To Have Tester Re-take A Sample If He/she Believes The Sample Was Taken Without Adherance To Rigid Ppe Or Sampling Discipline. ensure Contractor Staff Adhere To All Ppe Requirements When Testing In Ppe Required Areas. Ensure Contractor Staff Conducts A Thorough Test-location Wipe Down With Alcohol Wipes And Utilizes Latex Or Vinyl Gloves To Avoid Accidental Contamination Of Sample. ensure Contractor Staff Conducts Flushing Of Testing Location Valves, Sample Ports, Sinks, Sprayers Etc., To Avoid Accidental Contamination. enforce A Strict Chain Of Custody Of Sampling So That Samples Are Secured And Shipped By One Dedicated Technician. Contractor To Immediately Notify Va Of Any Breach In Chain Of Custody Or Shipping Issues That Would Render The Samples Un-usable. Contractor To Coordinate With Va On Providing Re-tests. All Work To Be Done During Normal Operation Hours. Any Request For Off Hours Work To Be Coordinated With Cor Or Mike Olechnicki Va Boiler Supervisor. the Contractor Shall Verify All Existing Utility Installations And Take Appropriate Action Prior To Working In The Vicinity Of Utility Services (electrical, Plumbing, Hvac, Etc.). contractor Policies And Procedures Shall Comply With Va Privacy And Security Policy, The Privacy Act And Health Insurance Portability And Accountability Act (hipaa). all Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Va Designee. 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 Va Designee A Valid (non-expired) Photo Identification Issued By A Us Federal, State, Or Local Government Agency. 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. the 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.]. 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. 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, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. please See Below Documentation And Table From Aami St-108 On Sampling Requirements. The Following Table Shows A Baseline Requirement For Testing Quantities With Re-test Quantities Included As Well. Contractor To Review St-108 Standard And Table For Best Allocation Of Testing Quantities. required Quantities Of Critical Water Tests Monthly/quarterly va Connecticut Health Care System - Aami St-108-2023 Critical Water Sampling & Testing Totals Required Each Option Year / 12 Months West Haven, Ct & Newington, Ct Medical Centers test Type qty Per Year frequency â  â  â  critical Water At Point Of Generation â  bacteria (hpc) Heterotrophic Plate Count 84 monthly endotoxin (lal) 84 monthly ph 84 monthly total Organic Carbon 84 monthly conductivity 84 monthly alkalinity 84 monthly â  â  â  â  â  â  â  â  â  critical Water Other Locations - Point Of Use â  â  â  â  bacteria (hpc) Heterotrophic Plate Count 96 monthlyâ  endotoxin (lal) 96 monthly â  â  â  â  â  â  utility Water At Point Of Generation â  â  24 monthlyâ  â  â  â  utility Water At Selected Point Of Use Locations â  â  12 quarteryâ  â  â  â  â  â  â  â  â  â  critical Water Re-test Balance / On Call Testing â  â  â  â  bacteria (hpc) Heterotrophic Plate Count 12 per Option year endotoxin 12 â  â  â  â  â  â  â  any Outstanding Balance Can Be Utilized As Needed By Va â  â  â  â  â  â  â  â  the Following Table From St-108 Highlighting Key Requirements (please Review Full Standard St-108 2023 For Further Information) table 6 Frequency For Water Quality Monitoring At Point-of-water-use water Quality Measurement type Of Testing routine Monitoring Sampling Site minimum Frequency Of Testing* utility Water critical Water steam ph ph Meter** Or Colorimetric Dipsticks (sample Tested Within 15 Minutes) at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop quarterly monthly quarterly conductivity conductivity Meter** Or Colorimetric Dipsticks at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop quarterly monthly quarterly total Alkalinity colorimetric Dipsticks Or Alkalinity Test Kit** at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop quarterly monthly quarterly total Hardness determination Of Ppm As Caco3 By Colorimetric Dipsticks, Titration Kit** ,or Handheld Meter** at The Point The Distribution Loop Enters The Processing Area Or First Pou On The Distribution Loop quarterly monthly quarterly bacteria heterotrophic Plate Count (see Annex H) each Location Of Point-of- Use In Department quarterly monthly n/a endotoxin lal Test (see Annex H) each Location Of Point-of- Use In Department n/a monthly n/a visual Inspection visual Inspection Of Inside Of Equipment - Look For Residue, Staining, Scaling, And Discoloration (annex I) spray Arms/inside Chamber Walls/inside Interior Of Machine daily daily daily *note 1 The Recommendations For Frequency Of Testing In This Table Are The Recommended Minimum Frequency. If Problems Or Issues Arise With The Water Quality, It May Be Necessary To Increase The Frequency Until They Are Resolved. **note 2 Test Type Needed To Measure Critical Water And Steam Levels. Steam Condensate Must Be Filled To The Brim, Sealed, And Allowed To Cool Before Testing To Prevent Carbon Dioxide Absorption. the Minimum Frequency Of Testing Aligns With Established Water Monitoring Programs Performed During Medical Device Manufacturing. Device Processing Is An Extension Of The Medical Device Supply Chain, So A Continuation Of The Water Quality Requirements Is Necessary For Continued Patient Safety. The Testing Frequency Described In Table 5 And Table 6 Are Recommended Minimum Frequencies To Demonstrate The Water System Remains In A State Of Control. The Risk Assessment Performed By The Multidisciplinary Team May Identify Sampling Points That Will Require An Increase In Testing Frequency (e.g., Less Frequently Used Point-of-use, Portion Of Circulation Loop Containing A Dead-leg). 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 02/19/2025 At 17:00 Pm Est. Rfq Responses Are Due Nlt 02/21/2025 At 17:00 Pm Est. Rfq Responses Must Be Submitted Via Email With Rfq #36c24125q0227 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)
Closing Date21 Feb 2025
Tender AmountRefer Documents 

Stadtverwaltung Cottbus Fachbereich Hochbau Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Details: Note: This information is provided for planned negotiated award procedures, restricted tenders and negotiated procedures in accordance with VOB, VOL and freelance services, with an estimated contract value of EUR 5,000 or more, for which no further publication of a participant competition is planned. Subject of the contract: Description: "Spreeschule Cottbus Elisabeth Wolf Strasse, 2./ 3.ba" The city of Cottbus intends to renovate and extend the existing building (2nd construction phase) and build a new sports hall at Elisabeth Wolf Strasse 72/73 in 03042 Cottbus. As part of a Europe-wide tender, the planning services listed below have been put out to tender as general planning and the identified planning offices have already been commissioned. The VGV procedure carried out included the following planning services: 1. Object planning for buildings and interior spaces - HOAI, Part 3, Section 1; 2. Object planning for outdoor areas - HOAI, Part 3, Section 2; 3. Specialist planning for structural engineering - Hoai, Part 4, Section 1; 4. Specialist planning for technical equipment, system groups 1, 2, 3, 7, 8 - Hoai, Part 4, Section 2; 5. Specialist planning for technical equipment, system groups 4, 5, 6 - Hoai, Part 4, Section 2; 6. Specialist planning for building physics Hoai, 7. Fire protection. The preliminary planning is currently being prepared by the architectural firm identified. The existing school building is to be completely renovated with energy aspects in mind. A new sports hall is to be built in the rear area of the school grounds. Services: Ex ante publication of the following services expected to be required: 1. Surveying 2. Subsoil investigation
Closing Date24 Jan 2025
Tender AmountRefer Documents 

The City of All Tender

Software and IT Solutions
Czech Republic
Details: The formal purpose of this public contract is to conclude a contract for works and a related service contract with one selected bidder. The material purpose of this public contract is then the supply of infrastructure and software applications and their implementation and mutual integration for the purpose of increasing the security of the information environment of the city of Vsetín. Furthermore, the provision of support and service services for the implemented technologies throughout the sustainability period of the project "Increasing the Cybersecurity of the City of Vsetín", i.e. after a period of 60 months from the acceptance of the performance of the supplies. The key objective of the project "increasing the Cybersecurity of the City of Vsetín" is to increase Cybersecurity in accordance with Act No. 181/2014 Coll. The Primary Objectives of the Implementation of New Technologies, Which Will Be Implemented Within the Framework of the Public Contract, Are Based on the Identified Needs of the Contracting Authority, When These Needs Will Be Fulfilled by the Implementation of Selected Technical Measures According to Sections 18, 22, 23 and 27 of Decree 82/2018 Coll. The Subject of the Public Contract Is Co-financed by the European Union Through the Ministry of the Interior of the Czech Republic, Which Is the Guarantor of the National Recovery Plan. The Title of the Project Is "Increasing Cybersecurity of the City of Vsetín", Registration Number Cz.31.2.0/0.0/0.0/23_093/0008398. The Awarding of This Public Contract Is Also Subject to the Relevant Instructions and Rules of the Above-Mentioned Subsidy Program. The Subject of the Public Contract is Supplies and Services, Including the Supply and Implementation of the Required Technologies for Increasing the Cybersecurity of Information Systems (IS) and Communication Systems (KS) Operated by the Contracting Authority in Compliance with Cybersecurity Standards. The Subject of the Public Contract is Specified in the Tender Documentation, In Particular the Technical Specification as One of the Annexes to the Public Contract. A Detailed Specification of the Individual Items of This Supply Is Given in Annex No. 1 to This Call, Entitled Technical Specification.
Closing Date20 Jan 2025
Tender AmountCZK 4.9 Million (USD 202.5 K)

AMW SINEVIA Sp Z O O Tender

Others
Corrigendum : Closing Date Modified
Poland
Details: Zamiot's name is: "Porawa Brd Na Przeją dla Piecz Wągu Dk41 W m". In Ramach Przedmiotu Za orderenia, the Identification of the Interim Niżej O written Usługi I Roboty : 1) Defeated Dolightenment at the entrance of the Wągu Road No. 41 W Km 19+65 according to the Fotometrics. 2) Construction of the Chodnik W Obręba There is a cross-section of For Piecz, Po Obu Stronachi Owary Ek. 200 M Wraz with the Skutenic Ich Odwodnie Oraznie Odwodnie Nawierzchnia Górów, A Także Usutki Wuszystki Kolizji Uniągośliązek Przewodnie Zawodnie Zawodnie Zawadowanie Zawadowanie Zawadów, Zawadów. 3) Montaż Oznakowanie Pionowy Oraz Levelego, Montaż Urządzeń Brd, W Tym Systemu Fakturowy dla Prowagnia Osób Z Dysfunkcjami Wzrokowe Tzwekki Ostrzegawcze, according to Ztrzebami Wyakceptowana Documentowej. 4) The Innocence for Celu Realization of the Presięvs Prince O along with the Tych Wyników. With the end of the Etapu Projecting Np.: · Dokonanie Wizji W Terenie, Celem Rozpoznania Przedmiotu Za orderenia. * Przebudowę Kolidniczy Zakładzeń I Siecinówcej Infrastruktury Pod- I nadziemnej: Zakładzeń Teletechnicych I Energetyczne, Sieci Wodociągowych, Kanalization Deszczowej I Sanitarnej, Sieci Gazowych, Ciepnych, Urządzeń Melioracji I Hydrological I Inna. · Recreation of Naruszonej Nawierzchni w Realization Zadanie, · · · · · · · Zabezpieczenie I Oznakowanie Miejsca W czasie Wykonowanie Robót; · Prior to the introduction of the Projects of the Projects of the Projects of the Projects of the Interior, the Order of the Unification of the Provisionsecution of the Provisional Machines of the Provisionsecution of the Progress; the Progress of the Provisions of the Work of the Work of the Work of the Work of the Work of the Work of the Working Project. * Prze Introduction of the I Controls of the Borders for Ww. Robót; * • Elektronic I Nad Ww. Robotami.
Closing Date20 Feb 2025
Tender AmountRefer Documents 

Gemeinde Schorfheide Jagdschloss Schorfheide Tender

Electronics Equipment...+1Electrical and Electronics
Germany
Details: The municipality of Schorfheide intends to put out a tender for demolition and disposal services as part of the planned renovation of the "hunting and power" area on the grounds of the Schorfheide hunting lodge. The measure, here lot 1, includes the professional dismantling and disposal of exhibition elements in the listed half-timbered exhibition barn of the Schorfheide hunting lodge. The exhibition area is at ground level and approximately 300 square meters in size. There are approximately 18 free-standing or wall-mounted room elements made of foil-covered chipboard, some clad with Aludibond, some equipped with electrical installations such as sockets and a small amount of interior lighting, as well as glass panes, a few smaller glass hoods and a large glass hood. The displays and room elements have a height of between 2.50 m and 7.50 m. In addition to the free-standing and wall-mounted elements, a large central element made of foil-covered chipboard must be dismantled, which hangs freely from and on the half-timbered construction in the room. Around 10 exhibits such as specimens and models can be removed from the displays and showcases; these will be stored. The municipality of Schorfheide intends to put the services out to tender on a limited basis. It is also made a mandatory condition that the intended tender be used to get an idea of the situation on site. Two on-site appointments are expected to be offered. Interested specialist companies can contact the awarding authority of the municipality of Schorfheide by email by February 12, 2025 at 3 p.m. and express their interest in participating in the process. If the company is not yet known to the client, an eligibility test will be reserved. The measure is expected to be carried out in mid-March 2025 and is expected to take 5 working days.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

C o Amt Schlaubetal Tender

Civil And Construction...+1Building Construction
Germany
Details: The building ensemble consists of 3 building sections that are divided into separate usage units. The building complex, constructed in 1920/1930, with a 3-storey hotel building and directly adjacent ballroom as well as an outbuilding, served as the official headquarters of the Müllrose forestry administration until 2016. The ballroom was used for citizen forums or festivities until April 2024. The annex building houses the building technology with sanitary facilities. The implementation planning envisages the demolition of the main building and replacement new construction as well as the structural and energetic renovation of the ballroom and outbuildings. Lot 04: Supply and installation of aluminum post and beam facade over 2nd floor heights for the outdoor area 2pcs-(fa1+fa2) including automatic door 2-leaf. Supply and installation of aluminum post and beam facade over 1st floor height for the interior as a vestibule on the ground floor and 1st floor 2pcs-(fa3 + fa4) including 2-leaf automatic door. Detailed work planning for aluminum post and beam facade including door and window elements Construction period: March 31, 2025 - October 31, 2025 Existing building ballroom: With gable roof External dimensions: Approx. 24 x 15m Storeys: 1 -. As well as attic Ridge height: Approx. 6.81m Eaves height: Approx. 5.14m Existing building Outbuilding: With gable roof External dimensions: Approx. 25 x 7m Floors: 1 - And partial basement As well as attic (crawl space) Ridge height: Approx. 4.23m Eaves height: Approx. 3.89m Replacement new building Main building: With mansard roof and dormers External dimensions (corner building - L-shape): Approx. 27 x 23m Floors: 3 - Without basement Ridge height: Approx. 10.76m Eaves height: Approx. 7.17m
Closing Date28 Jan 2025
Tender AmountRefer Documents 

Landkreis Elbe Elster Tender

Civil And Construction...+1Construction Material
Germany
Details: Type and scope of the work Lot 1 Lot 1 - shell construction / plastering Approx. 168 m construction fence Approx. 476 m² construction site access Brc Approx. 440 m² facade scaffolding Approx. 180 m² interior scaffolding Approx. 500 m² topsoil removal Approx. 70 m³ excavation and foundation excavation and backfilling Approx. 205 m³ pipe trench excavation Approx. 115 m kg-pipe DN 100/110 Approx. 378 m² blinding layer C 12/15 Approx. 25 m³ strip foundations / frost protection aprons C 25/30 Approx. 247 m² base plate C 25/30 Approx. 60 m² base plate C 30/37 Approx. 190 m ring anchor / ring beam C 25/30 Approx. 75 m² fully assembled ceiling 20 Cm Approx. 247 M² reinforced concrete filigree ceiling 20 Cm Approx. 7 To structural steel Approx. 170 M² formwork foundations / frost protection aprons Approx. 190 M ring anchor, ring beam and ceiling edge formwork Approx. 275 M² external wall masonry aerated concrete 42.5 Cm Approx. 34 M² parapet masonry aerated concrete 30 Cm Approx. 150 M² internal wall masonry aerated concrete 24 Cm Approx. 320 M² sealing floor slabs Pye G200 Dd Approx. 308 M² external plaster base plaster P II/CS II Approx. 308 M² external plaster top plaster Approx. 60 M² base plaster LW, CS III Approx. 700 M² KZ plaster, 2-layer, Q3
Closing Date21 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Details: Sources Sought Notice sources Sought Notice page 12 Of 12 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 12 this Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 528a5-24-504, Project Upgrade Buildings 7&8 Electric Room At The Canandaigua Vamc At 400 Fort Hill Ave, Canandaigua Ny 14424. This Project Will Expand The Existing Electrical Rooms On The Ground Floor Of Building 7 And 8, Into Adjacent Spaces And Replace Electrical Components. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before May 20th, 2025 . Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb (or Vosb) In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. exsisting Conditions: the Canandaigua Vamc Is Located At 400 Fort Hill Avenue, Canandaigua, Ny 14424. Building 7 And 8 Are Two Of The Main Campus Structures And Contains Sensitive Programming Including Clc S With In-patient Care. The Existing Electrical Rooms Are Insufficient In Size And Does Not Meet Current Codes/standards As Set By The Va. The Adjacent Spaces To These Electrical Rooms Consist Of Available Space For Expansion. All Electrical Equipment Shall Be Replaced Unless Otherwise Directed By The Va And All Building Services Shall Placed On Emergency Power. All Proposed Equipment Shall Meet Current Va Standards And Codes. scope Of Service Required 1. Provide Investigative, Schematic, And Design Development Services, Production Of Construction Documents, Working Drawings, Specifications, And Cost Estimates, And Perform Construction Administration Including Shop Drawing And Submittal Review As Required To Complete The Work And As Per The Architect/engineer (a/e) Required Deliverables. The A/e Firm Shall Analyze The Existing Conditions And Working With The Medical Center Staff Develop Various Proposals To Meet The Project Intent. Develop Accepted Proposal Into A Final Design And Cost Estimate To Best Suit The Needs And Constraints Of The Government, While Incorporating Vamc Canandaigua Engineering Services, Va Network 2, Or Any Other Government Comments. 2. Provide For Necessary Design For Utility Connections, Alternative Power, Phasing, And Support For Building Operations Through Construction With Minimal Interruptions. 3. Perform Load Test On Existing Generator And Emergency Power System To Confirm Existing Supply Will Support Additional Loads. 4. Provide An Independent Analysis To Locate Any Underground Or Hidden Utilities For Inclusion In The Design If Applicable, To Confirm Viability Of Planned Excavations Or Demolitions Of To Support Design Objectives. Such Analysis May Include Ground Penetrating Radar, Review Of Existing Va Documentation Or Other Viable Options To Verify These Utilities. 5. Attend All Design Review Meetings And Make All Necessary Site Visits During Design Phases To Gather Information Necessary From The Existing Site Conditions, Building Plans, Utility Plans, Etc. To Provide A Complete Assessment Of The Proposed Work. The Proposal Shall Include An Identified Number Of Visits. The Va Shall Provide Access To Hardcopy/electronic Files. The A/e Firm Shall Perform All Searches Of The Files For Any Required Reference Materials To Support Design Efforts. Limited Digital Drawings Are Available. 6. Attend Pre-bid Job Walk And Provide All Engineering Responses To Questions Asked By Potential Bidders And Issue Addendum When Necessary. 7. All Work Shall Be In Accordance With All Applicable Codes In The Department Of Veteran Affairs (va) Design Manuals And Va Publications (master Construction Specifications, Construction Standards, National Fire Protection Association (nfpa), Underwriters Laboratory, International Building Code Ibc, National Electric Code (nec), Building Codes And Standards, And Va Information Security Handbook 6500.6, Etc.) 8. All Work Containing Hazardous Materials Shall Be In Accordance With New York State Code Rule 56 Regarding Asbestos And Other Hazardous Materials, Ahera Regulations 40 Cfr Part 763.86, 763,87, And Osha 1926.1101(k)(1). 9. All Submissions Shall Include Physical And Digital Submissions Of Drawings And Specifications. 10. All Drawings Shall Be Submitted At Architectural E1 (30 X 42 ) For Full Sized Sets And Architectural C (18 X 24 ) For Half Sized Sets. All Sets Shall Be Bound. 11. All Cad Submissions Shall Be Provided In Autocad 2017 Unless Discussed Otherwise. Revit Models Shall Also Be Submitted In Addition To Cad Documents If Created. 12. The Autodesk Build Construction Management Platform (autodesk Construction Cloud Acc) Will Be Used For Information Sharing And Project Management Through The Design And Construction Phases. This Software Is Provided By The Va At No Additional Cost To The A/e. a. Platform Training Will Be Provided By The Va And Is Required By All Parties To Access. b. The A/e Shall, Upon Award, Provide A Comprehensive List Of Project Staff Who Will Need Access To Acc Including: i. Full Name ii. Company Name iii. Email Address iv. Role/position On The Project c. Completion Certificates Of Training By All Members Of The Team Shall Be Provided To The Cor Within 12 Calendar Days. d. Additional Members Can Be Added At Any Time Upon Written Request To The Cor. e. Acc Shall Be Used For All Digital Submissions, Official Project Correspondence, Submittals, Rfis, Schedules, Actionable Tasks, Photos, Surveys, Reports, Inspections, Etc. 13. Provide Design, Construction, And Post-construction Services As Listed Below. a Full Scope Of Services Including The Deliverables Will Be Included In The Formal Solicitation After A Review Of The Sf330s. Location canandaigua Vamc. 400 Fort Hill Avenue Canandaigua, Ny 14424 cost Range estimated Construction Cost Range: Between $5,000,000 And $10,000,000. type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In 220 Calendar Days From The Notice To Proceed (ntp). selection Criteria Descriptions the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines Architecture, Structural, Mechanical, Electrical, Interior Design, Environmental Services And Fire Protection Engineering As Needed. The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf-330 Part 1 Section G. (2) Specialized Experience And Technical Competence specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Similar To Those Anticipated Under This Contract With Regard To: experience With Design Of Inpatient Medical Care Facilities. experience With Design Of Multifunctional Offices. experience With Specialized Hvac And Electrical Distribution Systems Design For Healthcare Facilities; experience In Providing Post Construction Award Services (shop Drawing Review, As-built Drawing And Quality Assurance Plan (qap) Preparation, Construction Inspection Services, And Operating And Maintenance Manuals). experience With Government Designs And Construction. experience With Extensive Site Survey Skills submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above And The Scope Of Work Of The Project. Example Projects Shall Note Project S Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Actually Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf-330 Part 1, Section F Item 25 Firms From Section C Involved In This Project, Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address, And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Actually Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. all Information For Criterion 1 Should Be Submitted In Part 1, Section F Of The Sf-330. The Government Will Not Consider Information Submitted In Addition To Part 1, Section F In Evaluating Criterion 1. (3) Capacity this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. submission Requirements: Describe The Firm S Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm S Capacity To Accomplish Multiple Projects Simultaneously. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. ii. Indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; iii. Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates (4) Past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm. i. Recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. ii. Relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts. respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. submission Requirements: Submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If There Is Not A Completed Cpars/acass Evaluation, The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. An Offeror Shall Not Submit A Ppq When A Completed Cpars/acass Is Available. If A Cpars/acass Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Completed Ppqs Should Be Submitted With Your Sf-330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 2 Attn: Amanda Baumler Via Email At Amanda.baumler@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A/e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. (5) Location: Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project iv. To Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor S Main Office Or Official Satellite Office To The Canandaigua Vamc At 400 Fort Hills Avenue. Canandaigua, Ny 14424. v. This Distance Is Determined According To Http://maps.google.com/ vi. This Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. submission Requirements: Indicate Firms/teams Location, Including Main Offices, Branch Offices And Any Subconsultants Offices And Demonstrate How This Will Be Advantageous To The Government. (6) Veteran Owned: The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. (7) Construction Period Services: Experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. (8) Experience Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. submission Requirements: Offerors Shall Submit Evidence Of Individuals Experience And Qualifications In Their Respective Fields. Additionally, Documentation Must Be Provided To Show These Individuals Have Worked Together As A Team On Previous Projects And Their Role. (completing Sections E, F, And G, On The Sf-330 Meets The Documentation Requirement). Furthermore, Offerors Shall Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. (9) Reputation Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. submission Requirements: Offerors Shall Provide Documentation (awards, Certificates, Publications, Commendations From Within The Community) As Evidence Of Reputation And Standing Of Its Firm. (10) - Claims - Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services. Offerors With Substantiated Claims Against The Firm As A Result Of Improper Architectural And Engineering Services Provided In The Last Three (3) Years. submission Requirements: Records And Any Other Documentation Of Substantiated Claims Highlighting Improper Or Incomplete Architectural Engineering Services Against The Firm Within The Last Three (3) Years. The Sf-330 Shall Contain A Statement Affirming That There Are No Records Of Significant Claims Because Of Improper Or Incomplete Architectural And Engineering Services. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Ten (10) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. evaluation Scoring evaluation Factors 1, 2, 3, 5, 8, 9 And 10 Will Be Evaluated Using The Following Adjectival Ratings As Follows: outstanding: Proposal Meets Requirements And Indicates An Exceptional Approach And Understanding Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low. good: Proposal Meets Requirements And Indicates A Thorough Approach And Understanding Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low. acceptable: Proposal Meets Requirements And Indicates An Adequate Approach And Understanding Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is Moderate. marginal: Proposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach And Understanding Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High. unacceptable: Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Is Not Awardable. The Firm S Proposal Demonstrates A Misunderstanding Of The Requirement And The Approach Fails To Meet Performance Standards. The Firm S Proposal Has Major Omissions And Inadequate Details To Assure Evaluators That The Offeror Has An Understanding Of Requirement. the Ratings Identified Below Were Used In The Evaluation Of Past Performance (criterion 4): substantial Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A High Expectation That The Offeror Will Successfully Perform The Required Effort. No Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract. satisfactory Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort. Little Doubt Exists Based On The Offeror S Past Performance That They Could Satisfy The Requirements Of The Contract. unknown Confidence (neutral): No Recent/relevant Performance Record Is Available Or The Offeror S Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned. limited Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectation That The Offeror Will Be Able To Successfully Perform The Required Effort. Some Doubt Exists Based On Past Performance That They Could Satisfy The Terms And Conditions Of The Contract. no Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectations That The Offeror Will Be Able To Successfully Perform The Required Effort. Significant Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract. limitations 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below. Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Amanda.baumler@va.gov No Later Than 10am, Eastern Standard Time (est) On Tuesday, January 21st 2025 Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: 1. Cover Page With Solicitation Number, Project Number And Title 2. Table Of Contents 3. Copy Of Valid State Registration For Each Lead Designer 4. Copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification 5. Duns Number 6. Cage Code 7. Tax Id Number 8. Email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
Closing Date21 Jan 2025
Tender AmountRefer Documents 
3461-3470 of 3495 archived Tenders