VETERANS AFFAIRS, DEPARTMENT OF USA Tender
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Costs
Summary
H165--radiation Physicist Service - Pop 04/01/2025 - 03/31/2026
Description
Description **the Purpose Of This Amendment 36c26225q0362-5, Is To Correct The Multiple Due Dates In The Solicitation, Extending The Due Date To 02/28/2025 At 10:00 Mst, And To Correct An Error In The Applicable Clauses. vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) Replaces Vaar 852.219-76, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation). **the Purpose Of This Amendment Is To Answer A Question That Arose During The Solicitation.** We Were Thinking About Submitting A Bid For This Solicitation, But We Still Have A Question About The Price/cost Schedule. The First Item Is Called Quality Assurance And Scheduled Maintenance. We Are Unsure What That Item Is Referring To. I Understand The Question Window Is Closed. If We Were Able To Get Some Clarification On What That Item Is Referring To, We May Be Able To Move Forward With Submitting A Bid. response: This Contract Price/cost Schedule Uses Slin(s). 0001, 0002, 0003, 0004, 0005, 0006, 0007, 0008, 1001, 1002, 1003, 1004, 1005, 1006, 1007, 1008, 2001, 2002, 2003, 2004, 2005, 2006, 2007, 2008, 3001, 3002, 3003, 3004, 3005, 3006, 3007, 3008, 4001, 4002, 4003, 4004, 4005, 4006, 4007, And 4008 Are All No Cost Title Clin(s). The Sub-clin Is Where The Pricing Is Identified. What That Means Is You Will Not Price 0001 And Instead Will Price 0001aa, 0001ab, 0001ac, And All Other Slin(s). **the Purpose Of This Amendment Is To Add The Price/cost Schedule And Equipment List For Interested Contractor Submission.** this Is A Combined Synopsis/solicitation For Commercial Products And Commercial 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 Commercial 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 An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. this Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business (sdvosb), Iaw Vaar Subpart 819.70, The Va Veterans First Contracting Program. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541990, With A Small Business Size Standard Of $19.5 Million. the Fsc/psc Is H165. the Tucson Va Medical Center (vamc) Located At 3601 S 6th Avenue, Tucson, Az 85723-0001, Is Seeking To Purchase On-site Radiation Physicist Services. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item description quantity unit Of Measure unit Price total Price 0001 annual Equipment Radiation Physicist Evaluation Radiation Physicist Service. 12 mo 1001 annual Equipment Radiation Physicist Evaluation Radiation Physicist Service. 12 mo 2001 annual Equipment Radiation Physicist Evaluation Radiation Physicist Service. 12 mo 3001 annual Equipment Radiation Physicist Evaluation Radiation Physicist Service. 12 mo 4001 annual Equipment Radiation Physicist Evaluation Radiation Physicist Service. 12 mo statement Of Work (sow) contract Title radiation Physicist Services. background the Southern Arizona Va Healthcare System (savahcs) Is In Need Of A Contractor To Provide On-site Radiation Physicist Services For The Tucson Va Medical Center (vamc) Located At 3601 S 6th Avenue, Tucson, Az 85723-0001. The Contractor Shall Comply With This Statement Of Work (sow), All Va, Local, State, And Federal Policies, And Regulations. objective the Objective Of This Service Contract Is To Have A Contractor To Provide All Labor, Materials, Supplies, Tools, Equipment, Parts, Software (needed For The General Operation Of The Equipment), Travel, Icra Barriers, Supervisors, And Qualified Personnel To Provide On-site Radiation Physicist Services For The Department Of Veterans Affairs (va), Southern Arizona Va Health Care System (savahcs), In Accordance With The Terms And Conditions Stated Herein. scope mandatory Services: perform Radiation Protection Surveys Within Visn 22 To Ensure Compliance With The Current Nrc, Vha, Acr, Tjc, And Mqsa Requirements. Change Of Times Or Dates Must Be Coordinated With The Above-mentioned Department At Least One Week In Advance. Provide Written Report Of Results To Diagnostic Imaging Service/rso Within Five (5) Working Days Of Performance Of The Survey. consult With Rso On Radiation Exposure Records Throughout Visn 22, Including Nuclear Medicine Service, Diagnostic Imaging Service, And Ancillary Services Which Have Radiation Workers And Provide Appropriate Recommendation To Reduce Exposure To Alara. Provide Results To Diagnostic Imaging Service And Rso Within Five (5) Working Days After Review. To Include Initial Testing Of New And Replacement X-ray Imaging Equipment, Prior To First Clinical Use, As Well As Testing After Repairs That May Affect X-ray Output Or Image Quality. perform Radiation Safety Inspections On All Imaging Equipment Providing Final Reports To Diagnostic Imaging Service/rso Within 5 Days Of Completion Of Survey. provide Consultation For Additional Services As Needed, I.e.., Safety Training. review Ct Protocol Optimization Once A Year. provide Shielding Design Calculations For Each New Or Replacement X-ray Imaging System. The Calculations For Each Shall Conform To Ncrp Report No. 147 Or, For Dental Units, Ncrp Report 145 And Shall Be Documented In A Written Report, Which Includes A To-scale Diagram Showing Adjacent Areas. establish A Skin Dose Program consult With Savahcs Rso About Ct, Rt, Fluoroscopy, Pet/ct, Mri And Any Program Dealing With Imaging At Savahcs For All Applicable Services During Each Site Visit. evaluate Technical Qa/qc Program (technique Charts, Repeat/reject Analysis, Monitoring, Monitoring Of Exposure Indices To Radiographic Image Receptors, Qa Program For Display Monitors, Qa Of Ct, Monitoring Of Dose Metrics From Fluoroscopy Studies) Annually. the Contractor Shall Comply With All State And Federal Rules, Laws And Regulations And Maintain Compliance With Osha, The Joint Commission (tjc), Acr, Fda, And Mqsa. the Contractor Shall Ensure Referenced Equipment Meets Vha, Nrc, And Jc Compliance And All Federal And State Rules, Regulations And Laws. radiation Survey: contractor Shall Conduct Quality Control Surveys And Certifications Of The Radiographic Equipment Listed Below. The Contractor Shall Ensure The Radiographic Equipment S Compliance With Applicable Federal And State Regulatory Requirements, And Shall Include, But Not Be Limited To, Monitoring The Following Basic Performance Characteristics: all Stationary, And Mobile X-ray Radiographic Units, Including Dental Units: kv Accuracy And Reproducibility beam Quality Assessment (hvl) linearity Of Output As A Function Of Ma And /or Mas x-ray Output tube Head Leakage focal Spot Size scatter Radiation timer Accuracy reproducibility automatic Exposure Control Performance entrance Exposures For A Phantom Representing A Standard Patient And Comparison To Diagnostic Reference Levels collimation And Beam Alignment entrance Exposure Rate evaluation Of Grids For Mobile Radiographic Units artifact Evaluation for Dr Radiographic Systems, Accuracy Of Exposure Index cr: relative Sensitivity Calibration Test shading Test contrast Evaluation sharpness Test laser Jitter Test image Noise/artifact Test primary Erasure Of Imaging Plate Test accuracy Of Measurement Tools/scale Test system Linearity Test exposure Index (iec Or Proprietary, E.g., S Number) Calibration for Ct Scanners: the Testing Shall Substantially Conform To The 2012 Acr Computed Tomography Quality Control Manual, National Council Of Radiation Protection (ncrp), And Veterans Health Affairs (vha) Standards. The Testing Of Dosimetry Shall Include Verification Of The Accuracy Of Displayed Ctdivol Values. review Of Clinical Protocols scout Prescriptions And Alignment Light Accuracy image Thickness Axial Mode table Travel Accuracy radiation Beam Width low-contrast Performance spatial Resolution ct Number Accuracy artifact Evaluation Ct Number Uniformity Dosimetry Gray Level Performance Of Ct Acquisition Display Monitors fluoroscopes (including, Interventional Radiology/cardiac Catherization Lab, Ep Lab, And Mobile C-arms): kvp Accuracy And Reproducibility beam Quality linearity reproducibility automatic Exposure Rate Control Performance fluoroscopy Output (exposure Rate Or Dose Rate) For A Phantom Representing A Standard Patient fluoroscopy Maximum Dose Rate collimator Alignment safety Evaluation cine Output Exposure Rate Or Dose Rate For A Standard Patient And Maximum Rate high Contrast Spatial Resolution low Contrast Spatial Resolution image Artifacts display Monitor Performance accuracy Of Indicated Radiation Doses Metrics (air Kerma At The Reference Point And Kap) output For A Phantom Representing A Standard Patient And Maximal Output Shall Be Measured For A Variety Of Modes (continuous And Pulsed, Normal And Mag Modes, High Dose Rate Mode, Image Recording Modes, Etc.). These Shall Include Modes Commonly Used Clinically. The Report Shall State The Modes Used For Each Measurement. For Each C-arm Fluoroscope, These Data Shall Be Placed In A Table Suitable For The Operators Of The Fluoroscope. mammography: ensures That Facility Is Compliant With Acr, Fda, Mqsa And Vha Standards the Federal Mammography Quality Standards Act (mqsa) Exempts The Va From The Requirements Of The Act. However, Public Law 104-262 Requires Vha Mammography Facilities To Meet The Basic Requirements Of The Mqsa. The Vha Requirements Are Contained In Vha Handbook 1105.03, Mammography Program Procedures And Standards, Documentation Must Be Current And On Site To Ensure Fda/acr Compliance (cme, Surveyed Facilities With Mammography, Etc.). Inspections Of Digital Mammography Equipment Must Comply With The Latest Requirements Posted On The Acr Website For The Manufacturer Of The Unit Being Inspected. Inspection Items May Include: mammographic Unit Assembly Evaluation collimation Assessment artifact Evaluation kvp Accuracy And Reproducibility beam Quality Assessment Hvl Measurements evaluation Of System Resolution automatic Exposure Control (aec) Function Performance breast Entrance Exposure, Aec Reproducibility And Average Glandular Dose radiation Output Rate phantom Image Quality Evaluation signal To Noise Ratio And Contrast To Noise Ratio Measurements viewbox Luminance And Room Illuminance review Workstation (rws) Tests for Mri: perform Initial Survey/inspection And Yearly Review Of Mri Unit Ensuring That Unit Meets Acr Requirements To Meet Accreditation By The Acr. magnetic Field Homogeneity geometric Accuracy inter-slice Rf Interference slice Position Accuracy high Contrast Resolution rf Coil Performance volume Coils Signal To Noise Ratio volume Coils Image Uniformity volume Coils Ghosting Ratio phased Array Coils Signal To Noise Ratio surface Coils Signal To Noise Ratio slice Thickness Accuracy low Contrast Detectability soft Copy Displays technologist S Qc Program Site Phantom Inventory Site Rf Coil Inventory for All Brh Compliance Tests, Documentation Of Measured Values Used To Certify Compliance Shall Be Provided. furnish A Follow-up Inspection To Verify Compliance Of Any Necessary Corrective Action Performed To Correct Deficiencies Found. furnish A Measured Skin Entrance Dose (in Mr Or Mrem) For Each X-ray Tube Tested Using Typical Technique For The Unit Under Typical Tests. furnish Radiation Dose Rate For Each Mode Of Operation For Typical Prolonged Fluoroscopically Guided Invasive Procedures Performed On Fluoro Units. survey Shall Be Conducted Once Per Calendar Year With The Intervals Between Annual Inspections Not To Exceed 14 Months As Scheduled At Mutually Agreed Upon Times Between The Imaging Service/rso And The Contractor. Time Of Inspection Is To Be Coordinated With The Imaging Service/rso. Any Equipment That Is Under Repair At The Time Of Inspection Shall Be Scheduled For A Later Inspection At No Additional Expense To The Government. survey Schedule: the Annual Written Report Is To Be Completed And Submitted During The Month Of September For The Base And Option Years Of The Contract, If The Government Exercises The Renewal Option Period. quality Control: the Firm Shall Establish A Quality Control Plan Specifying Standards Of Performance. The Quality Control Plan Shall Be Provided To The Technical Representative Who Will Ensure The Firm S Performance Achieves The Standards. security Requirements the C&a Requirements Do Not Apply, And Security Accreditation Package Is Not Required. this Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. data Rights: the Government Has Unlimited Rights To All Documents/material Produced Under This Contract. All Documents And Materials, To Include The Source Codes Of Any Software, Produced Under This Contract Shall Be Government Owned And Are The Property Of The Government With All Rights And Privileges Of Ownership/copyright Belonging Exclusively To The Government. These Documents And Materials May Not Be Used Or Sold By The Contractor Without Written Permission From The Contracting Officer. All Materials Supplied To The Government Shall Be The Sole Property Of The Government And May Not Be Used For Any Other Purpose. This Right Does Not Abrogate Any Other Government Rights. period Of Performance work Hours normal Hours Of Operation Are Monday Through Friday From 8:00 Am To 4:30 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Cor Or His/her Designee. all Work Shall Commence Within One Week After Receipt Of Telephonic, Written Or Verbal Notification And Will Proceed Progressively Without Undue Delay. All Work Shall Be Performed By Competent Physicists, Experienced And Qualified To Work On The Specific Equipment, As Described In The Paragraph Entitled Qualified Personnel . All Work Performed Shall Be In Accordance With Established Commercial Practices. before Commencement Of Work, The Contractor Shall Confer With The Va Cor And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Cor Or His/her Designee. all Time Shall Be Approved In Advance By The Contracting Officer S Representative (cor). Allow 5-days For Approval Of Any Alternate Working Hours Needed. federal Holidays new Year S Day january 01 martin Luther King S Birthday third Monday In January president S Day third Monday In February memorial Day last Monday In May juneteenth june 19 independence Day july 04 labor Day first Monday In September columbus Day second Monday In October veterans Day november 11 thanksgiving Day fourth Thursday In November christmas Day december 25 if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. identification, Check-in, Parking, And Smoking Regulations identification the Vendor's Employees Shall Wear Visible Identification At All Times While On Savahcs Premises. Contractor Employees Shall Report To Va Police Upon Entry To The Savahcs Facility To Get A Visitor Badge. Contractor Employees Are Required To Be Escorted By The Cor Or Designee S Office Once On Campus Prior To Commencement Of Work. During Emergencies Contractor Personnel Shall Check In With Savahcs Police If The Savahcs Cor Or Designee Is Not Available. all Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. They Must Also Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. parking it Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. smoking veterans Health Administration (vha) Directive 1085, Dated March 5, 2019, Provides A Comprehensive Smoke-free Policy For Patients, Visitors, Contractors, Volunteers, And Vendors, At The Department Of Veterans Affairs (va), Veterans Health Administration (vha) Health Care Facilities. This Updated Vha Directive Implements A Smoke-free Policy For Patients, Visitors, Contractors, Volunteers, And Vendors At Va Health Care Facilities, As Defined In This Directive, Based On Scientific Evidence Regarding The Adverse Health Effects Of Secondhand And Thirdhand Smoke Exposures. the Assistant Deputy Under Secretary For Health For Administrative Operations (10na) And The Assistant Deputy Under Secretary For Health For Clinical Operations (10nc) Are Responsible For The Contents Of This Directive. Questions May Be Referred To Vha Smoke Free: Vhasmokefree@va.gov. this Vha Directive Is Scheduled For Recertification On Or Before The Last Working Day Of March 2024. This Vha Directive Will Continue To Serve As National Vha Policy Until It Is Recertified Or Rescinded. weapons And Contraband possession Of Weapons Or Contraband Is Prohibited And Shall Be Subject To Arrest And Termination From Future Performance Under This Contract. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Savahcs Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. safety all Personnel Employed By The Contractor In The Performance Of This Contract, Or Any Representative Of The Contractor Entering On Savahcs Shall Comply With Applicable Federal, State, And Va Safety And Fire Regulations And Codes, Which Are In Effect During The Performance Period Of The Contract. contractor Shall Perform Work In Strict Accordance With Existing Relevant, Accredited Standards And Codes To Minimize The Possibility Of Injury To Personnel, Or Damage To Government Equipment. Every Effort Shall Be Made To Safeguard Human Life And Property. contractor Shall Comply With All Applicable Federal, State, And Local Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr), Parts 1910 And 1926, Nfpa 70e, Article 130.7 29 Cfr 1910.132(d)(1)(iii), 29cfr1910.137. contractor Shall Provide All Necessary Tools, And Personal Protective Equipment (ppe) To Perform The Work Safely, Effectively, And Timely. contractor Personnel contractor S Program Manager the Contractor Shall Provide A Contract Program Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. contractor S Employees the Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population. contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc). contractor Qualifications & Other Responsibilities contractor Shall Obtain All Necessary Licenses Required To Perform This Work. Contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Cor With The Final Decision Being Made By The Contracting Officer. insurance Coverage the Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers Compensation And Employee S Public Liability Insurance In Accordance With Federal And State Of Arizona Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May Be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. the Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In The Performance Of This Contract. before Commencing Work Under This Contract, The Contracting Officer Shall Require The Contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage Specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May Not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. contractor Is Required To Provide Copies Of Proof Of Workers Compensation And Employee Public Liability Insurance Within Fifteen (15) Calendar Days After Notification Of Contract Award. invoicing And Payment overtime & Holiday Pay any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein. invoices payment Of Services Rendered Under This Contract Shall Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice And Submitted By The Contractor To The Payment Address Specified By Contracting. Invoices Shall Reference The Contract Number And Purchase Order Number, Manifest Number(s), Provide A Complete And Accurate Description Of Services/ Supplies Delivered/ Rendered, Including Dates Of Performance, Amounts, Unit Prices, Extended Totals And Any Other Data Relevant For Payment Purposes. the Government Shall Not Authorize Payment Until Such Time That The Savahcs Cor All Properly Executed And Signed Documentation. no Advance Payments Shall Be Authorized. Payment Shall Be Made On A Monthly Arrears For Services Provided During The Billing Month In Arrears In Accordance With Far 52.212-4, Para. (i). Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract. payment Of Invoices May Be Delayed If The Appropriate Invoices As Specified In The Contract Are Not Completed And Submitted As Required. the Purchase Order Period Of Performance (pop) Is 04/01/2025 03/31/2030. free On Board (fob) Is Destination For This Purchase Order. place Of Performance/place Of Delivery address: department Of Veterans Affairs southern Arizona Va Healthcare System (savahcs) tucson Va Medical Center (vamc) 3601 S 6th Avenue tucson, Az postal Code: 85723-0001 country: united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.201-1, Acquisition 360: Voluntary Survey. (sept 2023) far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) addendum To Far 52.212-1 far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) far 52.204-7, System For Award Management (nov 2024) far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023) far 52.217-5, Evaluation Of Options (jul 1990) far 52.233-2, Service Of Protest (sept 2006) vaar 852.209-70, Organizational Conflicts Of Interest (oct 2020) vaar 852.233-70, Protest Content/alternative Dispute Resolution (oct 2018) vaar 852.233-71, Alternate Protest Procedure (oct 2018) vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) end Of Addendum To 52.212-1 far 52.212-2, Evaluation-commercial Items (nov 2021) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) addendum To Far 52.212-4 far 52.252-2, Clauses Incorporated By Reference (feb 1998) far 52.203-16, Preventing Personal Conflicts Of Interest (jun 2020) far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) far 52.217-8, Option To Extend Services (nov 1999) far 52.217-9, Option To Extend The Term Of The Contract (mar 2000) far 52.228-5, Insurance-work On A Government Installation (jan 1997) cl-120, Supplemental Insurance Requirements far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984) far 52.237-3, Continuity Of Services (jan 1991) vaar 852.203-70, Commercial Advertising (may 2018) vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) vaar 852.223-71, Safety And Health (sep 2019) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) vaar 852.242-71, Administrative Contracting Officer (oct 2020) end Of Addendum To 52.212-4 far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(1), (4), (5), (7), (9), (12), (23), (26), (31), (33), (34), (35), (36), (37), (38), (39), (40), (51), (55), (59), (63), (c)(1), (3), (4), (7), And (8). all Invoices From The Contractor Shall Be Submitted Electronically In Accordance With Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. This Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp. This Is Mandatory And The Sole Method For Submitting Invoices. all Quoters Shall Submit The Following: All Information Required By Far 52.212-1(b) Submission Of Offers. all Quotes Shall Be Sent To The Network Contracting Office (nco) Norman.napper-rogers@va.gov, On The Attached Price/cost Schedule. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. options Will Be Evaluated At Time Of Award. the Following Are The Decision Factors: Price, And Past Performance, With Price More Important. past Performance Will Be Based On Cpars And Fapiis Ratings. No Rating In Cpars Is Equal To A Neutral Rating. the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. final Submission Of Your Response Shall Be Received Not Later Than 02/28/2025, 10:00 Mst At Norman.napper-rogers@va.gov Only. Subject Line Should Include Response To Rfq 36c26225q0362. submissions Shall Include Your Quote Using The Attached Schedule As Well As A Capabilities Statement With Qualifications Proving All Certifications And Education Required For The Work Being Conducted In The Sow, As This Is Highly Scientific And Regulated. Submissions Not Meeting All Requirements Of The Sow Will Be Considered Ineligible For Award. quotes Should Be Based On The Information Provided As No Discussions Will Be Allowed. This Solicitation Is Being Made Under Far 13.106-2(b)(3) Using Simplified Acquisition Procedures. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact norman Napper-rogers, Contracting Officer, Norman.napper-rogers@va.gov.
Contact
Tender Id
36C26225Q0362Tender No
36C26225Q0362Tender Authority
VETERANS AFFAIRS, DEPARTMENT OF USA ViewPurchaser Address
-Website
beta.sam.gov