Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2010 FBO #3144
SOLICITATION NOTICE

U -- Office of Researcg Oversight Educational Support

Notice Date
7/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24110RQ0490
 
Response Due
7/19/2010
 
Archive Date
7/20/2010
 
Point of Contact
Cheri K. Wicks
 
E-Mail Address
wicks@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. In order to provide for continued services, VA intends to issue a sole-source contract to the current vendor under the authority of FAR 6.302-5, Authorized or Required by Statute. The current vendor is an affiliate of the Department of Veterans Affairs. A contract with a base of 12 months and four 1-year options is anticipated. This is a Request for Quotation (RFQ); the solicitation number is VA-241-10-RQ-0490. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular April 22, 2010. This requirement is not set aside; it is conducted under the authority of 6.302-5, Authorized or Required by Statute. The NAICS Code is 611710. Delivery shall be at various conferences, meeting, and events as specified by Office of Research Oversight. FAR 52.212-1, Instructions to Offerors-Commercial Items is applicable. FAR 52-212-2, Evaluation-Commercial Items is applicable; the factors are technical, past performance, and price. A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items shall accompany the quote. FAR 52.212-4, Contract Terms and Conditions--Commercial Items is applicable as well as the provided addenda. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-- Commercial Items is applicable. Specific additional FAR clauses are marked. Quotes must be received electronically (cheri.wicks@va.gov) no later than noon EST on Monday, July 19, 2010. B.3 PRICE/COST SCHEDULE The successful contractor will support the Office of Research Oversight (ORO) by providing personnel to provided public display outreach, education and direction at conferences, meetings, events, and as directed by ORO. expertise in the areas of adult education, learning, and idea assimilation in health care organizations. BASE PERIOD - September 11, 2010 through September 10, 2011 ITEM No.DESCRIPTION OF SERVICEQTY.UNITAMOUNT 0001Provide a well qualified individual to coordinate, set up, staff, and arrange transportation for ORO public outreach displays. Approximately 8 events will be required per year. All work to be performed in accordance with the SOW.400hrs 0002Air and/or ground transportation, meals, and lodging to and from approximately 8 events. Travel shall be reimbursed in accordance with the Federal Joint Travel Regulations and the SOW.8ea 0003Miscellaneous supplies and incidentals associated with display set-up and transportation.1lot Total $______________ OPTION YEAR ONE - September 11, 2011 through September 10, 2012 ITEM No.DESCRIPTION OF SERVICEQTY.UNITAMOUNT 0001Provide a well qualified individual to coordinate, set up, staff, and arrange transportation for ORO public outreach displays. Approximately 8 events will be required per year. All work to be performed in accordance with the SOW.400hrs 0002Air and/or ground transportation, meals, and lodging to and from approximately 8 events. Travel shall be reimbursed in accordance with the Federal Joint Travel Regulations and the SOW.8ea 0003Miscellaneous supplies and incidentals associated with display set-up and transportation.1lot Total $______________ OPTION YEAR TWO - September 11, 2012 through September 10, 2013 ITEM No.DESCRIPTION OF SERVICEQTY.UNITAMOUNT 0001Provide a well qualified individual to coordinate, set up, staff, and arrange transportation for ORO public outreach displays. Approximately 8 events will be required per year. All work to be performed in accordance with the SOW.400hrs 0002Air and/or ground transportation, meals, and lodging to and from approximately 8 events. Travel shall be reimbursed in accordance with the Federal Joint Travel Regulations and the SOW.8ea 0003Miscellaneous supplies and incidentals associated with display set-up and transportation.1lot Total $______________ OPTION YEAR THREE- September 11, 2013 through September 10, 2014 ITEM No.DESCRIPTION OF SERVICEQTY.UNITAMOUNT 0001Provide a well qualified individual to coordinate, set up, staff, and arrange transportation for ORO public outreach displays. Approximately 8 events will be required per year. All work to be performed in accordance with the SOW.400hrs 0002Air and/or ground transportation, meals, and lodging to and from approximately 8 events. Travel shall be reimbursed in accordance with the Federal Joint Travel Regulations and the SOW.8ea 0003Miscellaneous supplies and incidentals associated with display set-up and transportation.1lot Total $______________ (CONTINUED) OPTION YEAR FOUR - September 11, 2014 through September 10, 2015 ITEM No.DESCRIPTION OF SERVICEQTY.UNITAMOUNT 0001Provide a well qualified individual to coordinate, set up, staff, and arrange transportation for ORO public outreach displays. Approximately 8 events will be required per year. All work to be performed in accordance with the SOW.400hrs 0002Air and/or ground transportation, meals, and lodging to and from approximately 8 events. Travel shall be reimbursed in accordance with the Federal Joint Travel Regulations and the SOW.8ea 0003Miscellaneous supplies and incidentals associated with display set-up and transportation.1lot Total $______________ AGGREGATE (BASE AND ALL OPTIONS) TOTAL: $_____________ STATEMENT OF WORK A.The office of Research Oversight ORO serves as the primary Veterans Health Administration (VHA) office in advising the Under Secretary of Health on all matters of compliance and assurance regarding human subject protections, animal welfare, research safety and security, and research misconduct. ORO has a public awareness initiative whereby the office makes known our mission, mandate, and methodologies to ensure research compliance in VA research and to instill public confidence in VHA research. ORO is interested in ensuring that prompt reporting is made to ORO and that VA staff are aware of how they can receive assistance regarding compliance matters in VHA research. ORO also reaches out to the wider research community and to Veterans and Veterans' organizations to address their concerns related to VHA research and to assure them that the agency has an independent gatekeeper with a highly developed methodology to monitor compliance. B.ORO maintains two basic types of displays, a large display and several tabletop displays for use at major meetings and Veteran conferences throughout the United States and Canada. The displays explain about ORO's mission and organizational structure and provide information as to whom to contact about various compliance issues. The large display is an accordion unit with prefabricated panels with assembly dimensions of approximately 10' x 10'. For shipping, it is crated in two or three pieces and is of significant size and weight. The tabletop display comes in a heavy large carrying case. Typically, ORO staff attending the meetings where it is used take turns staffing the display booth during the meetings to answer questions and refer visitors to appropriate resources. A table(s) is used in front of the booth to disseminate literature about ORO and research compliance. C.This display is used when ORO is present at such meetings where the public is present and needs to be educated about VA and the Office of Research Oversight. The projected sites where the display might be displayed are as follows: 1.Office for Human Research Protections Meeting 2.American Association of Laboratory Animal Science 3.Association of Military Surgeons of the United States 4.Public Responsibility in Medicine and Research: Human Subjects 5.Office for Human Research Protections Meetings, Advancing Human Subjects Protections 6.Public Responsibility in Medicine and Research: Animal Care and Use Meeting 7.Other national meetings to be decided concerning research safety and security 8.Society of Research Administrators 9.Veteran Service Organizational Meetings D.Typically, the displays are kept in ORO's Central Office in Washington, DC, and shipped to various meeting sites where the displays will be exhibited. The contractor will assist with ensuring that the display is shipped, arrives at its destination, and is set up, taken down, and shipped back to ORO properly. The contractor, working in conjunction with representatives from ORO, will complete the exhibitor registration forms and other appropriate paperwork to ensure that furniture for the booths, carpet, lighting, and other accoutrements for the display are available on site as required. The contractor will be responsible for the assembly and breakdown of the display since contracting with the convention site exhibition personnel to assist would increase costs significantly. E.On those occasions where the display has to be updated or repaired, the contractor would be responsible for coordinating the fabrication of new display material with concurrence of the designated ORO representative. F.The use of a contractor for the purposes specified will require that fewer ORO staff need to attend meetings to help assemble and break down the display, and fewer are required to staff the display booth during the meetings. To meet our expected outcome, ORO requires the availability of a knowledgeable and personable contractor to be present at the booth to answer general questions about ORO's mission and to refer more detailed questions to the right ORO staff member when an ORO staff person cannot be present at the display. The contractor will not address issues that warrant clarification of VHA policy, but will refer these issues to an authorized ORO staff member. II. DESCRIPTION OF WORK A.ORO will determine at which meetings the exhibit will be displayed and at which meetings contract services are needed. The contract will be awarded for a base year and 4 option years. ORO will request approximately 2 months to 6 weeks in advance that the contractor help with transportation, assembly, updating and general presence at the meetings where ORO is present to promote public awareness of its mission and functions. The contractor would also be expected to assist with receiving and displaying other materials to be provided for the display. ORO is proposing to pay for transportation to and from the Chicago area, per diem, and an hourly fee to the contractor. ORO will separately pay the contractor any costs associated with the display including costs to repair or update the display, additional costs associated with repairs needed on site or rental of additional accoutrements on site. If any repairs or maintenance to the display are required, it is preferred, if possible, that the contractor provides ORO with a list of material needed so ORO can do the purchasing. ORO will also pay for the costs of transportation for the display and any related but unexpected charges as agreed to by the ORO designated representative. There will be no set number (minimum or maximum) guaranteed number of meetings per year where contractor services will be needed or requested. ORO estimates that the contractor could be asked to assist with as many as five to eight meetings per year. B.Typically, the contractor might be expected to perform activities such as: "Completing exhibitor registration forms and other appropriate paperwork to ensure that furniture for the booths, carpet, lighting, and other accoutrements for the display are available on site as required. The Contractor will coordinate with ORO personnel to obtain appropriate signatures. "Ensuring the display and handout materials are shipped or hand delivered to the meeting site. "Ensuring assembly of the display including assembling tables, chairs, lights, rugs, other items at the display site for the booth as arranged in advance by ORO staff. "Keeping the display materials readily available at the booth and keeping the area generally tidy and accessible. "Coordinating with ORO staff on schedules for ORO staff to be present at the display during the meeting. "Being present at the display booth during times when ORO staff cannot be present or during times when many will be visiting the booth. "Answering general questions about ORO's mission and function and referring specific questions requiring subject matter expertise to the qualified members of ORO. "Taking down the display. "Completing forms for shipping the display to the ORO Central Office or another location specified by ORO or ensuring hand delivery of the display from meeting site to another specified location. "Advising ORO of any repairs that must be made to the display and advising ORO staff on resources for those repairs. "Assisting ORO staff in making modifications of the display as directed by ORO using resources funded by the VA and with concurrence of ORO. C.The contractor shall provide a person who can: "Be strong enough to set up, disassemble the display, pack it up and transport it. "Knowledgeable about how to set up and disassemble the display. "Have a schedule flexible enough to generally accommodate a request from ORO 2 months to 6 weeks in advance fro assistance. "Be generally knowledgeable about ORO's mission and functions and organization to answer general questions from meeting attendees and to refer questions to appropriate ORO staff. "Be personable and willing to outreach to the public and work well with ORO staff. "Be able to coordinate with ORO staff by email and telephone concerning arrangements for shipping, display logistical arrangements of setting up the booth, staffing of the booth. "Occasionally come to the ORO Central Office to arrange moving the display or for updating or repair of the display at the direction of ORO staff in coordination with VA graphics or other resources. D.The contractor shall provide requested personnel, equipment, tools, materials, supervision, and other items and services related to Office of Research Oversight at public outreach and education site (s) in the United States to be specified by the Department of Veterans Affairs (VA) Office of Research Oversight. The qualifications of such personnel, equipment, tools, materials, supervision and other items and services shall also be subject to review by the ORO Associate Director and approval by the ORO Chief Officer. E.WORK HOURS: a.The services covered by this contract shall be furnished by the contractor as defined herein. The contractor will not be required, except in case of emergency, to furnish such services during off-duty hours as described below. b.The following terms have the following meanings: (1)Work hours: Generally, Monday through Friday, 8:00 a.m. - 4:30 p.m., excluding Federal holidays. On occasion services may need to be provided outside of these duty hours to accommodate the hours of the events to be supported by CHEP. (2)National Holidays: The 10 holidays observed by the Federal Government are: "New Years Day "Martin Luther King's Birthday "President's Day "Memorial Day "Independence Day "Labor Day "Columbus Day "Veterans Day "Thanksgiving "Christmas AND "Any other day specifically declared by the President of the United States to be a national holiday. (3) Off-Duty hours: Friday through Monday, 8:00 a.m. - 4:30 p.m. The parties agree that the contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose. F.PAYMENT: The contractor shall submit invoices monthly in arrears covering the services performed under this contract. The invoices will contain the following information: "Contract Number and Purchase Order Number (if applicable) "Name of CHEP subcontractor/employee(s) "Hourly Rate "Number of Hours Worked "Equipment "Materials "Total Price G.TRAVEL: ORO will cover pre-approved, work-related travel expenses (at government rates) to include the following items: "Air and ground transportation "Hotel "Per Diem "Taxes "Misc. Receipts will be required for reimbursement. Reimbursement will occur at the end of each month during which travel takes place. ORO will not cover expenses related to maintaining professional credentials and/or education. All travel related expenses will be reimbursed in accordance with the Federal Joint Travel Regulations. VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. VAAR 852.216-70 ESTIMATED QUANTITIES (APR 1984) As it is impossible to determine the exact quantities that will be required during the contract term, each bidder whose bid is accepted wholly or in part will be required to deliver all articles or services that may be ordered during the contract term, except as he/she otherwise indicates in his/her bid and except as otherwise provided herein. Bids will be considered if made with the proviso that the total quantities delivered shall not exceed a certain specified quantity. Bids offering less than 75 percent of the estimated requirement or which provide that the Government shall guarantee any definite quantity, will not be considered. The fact that quantities are estimated shall not relieve the contractor from filling all orders placed under this contract to the extent of his/ her obligation. Also, the Department of Veterans Affairs shall not be relieved of its obligation to order from the contractor all articles or services that may, in the judgment of the ordering officer, be needed except that in the public exigency procurement may be made without regard to this contract. VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2010) (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) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (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: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). [] (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) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (MAR 2009) (Pub. L. 111-5). [] (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). [] (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (7) [Reserved] [] (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-6. [] (iii) Alternate II (Mar 2004) of 52.219-6. [] (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [X] (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). [] (11)(i) 52.219-9, Small Business Subcontracting Plan (APR 2008) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). [] (13) 52.219-16, Liquidated Damages--Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer.) [] (ii) Alternate I (June 2003) of 52.219-23. [] (15) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (16) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). [X] (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). [X] (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). [X] (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). [X] (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). [X] (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). [X] (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 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.) [] (27)(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.) [] (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). [] (ii) Alternate I (DEC 2007) of 52.223-16. [] (30) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d). [] (31)(i) 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53 and 109-169, 109-283, and 110-138). [] (ii) Alternate I (Jan 2004) of 52.225-3. [] (iii) Alternate II (Jan 2004) of 52.225-3. [] (32) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (33) 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). [] (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (38) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [X] (39) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). [] (40) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). [] (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (42)(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. (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: [X] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Employee Class Monetary Wage-Fringe Benefits SEE ATTACHED WAGE DETERMINATION ALL THAT APPLY [X] (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). [] (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). [] (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247) [] (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (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, 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 (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Removed and reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employee Eligibility Verification (JAN 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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. E.1 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL: QUALITY OF CANDIDATES EXPERIENCE PAST PERFORMACE: ACCEPTABLE PERFORMANCE ON 3 CONTRACTS OF SIMILAR DURATION AND TYPE PRICE: A BEST VALUE DETERMINATION WILL BE MADE Technical and past performance, when combined, are approximately equal to price. (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 in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Evaluation Criteria Office of Research Oversight 1. Specialized Knowledge and Experience A. Successful candidate shall have experience in working with exhibition and trade show staff and be familiar with regulations and requirements for a variety of conferences and trade shows. B. Successful candidate shall have sufficient knowledge of the mission of ORO to assist members of the public, to answer general information questions and refer other inquiries to appropriate ORO staff members. C. Successful candidate will be familiar with display setup and breakdown procedures and possess the physical attributes to carry out those functions. D. Successful candidate shall have knowledge of VA information security and privacy policy requirements, and health care ethics. 2. Technical approach A. Approach reflects thorough understanding of VA's research and compliance program and its impact on Veterans health care. B. Approach includes an appropriate project management plan. C. Approach reflects a sound education strategy designed to promote ORO's mission and produce a positive image of the integrity of VA's research compliance initiatives. 3. Past performance on similar projects A. Communication with public as well as client staff members. B. Quality and accuracy of work. C. Timeliness. D. Budget management. 4. Cost (will not be scored, but will be analyzed for cost completeness and realism)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24110RQ0490/listing.html)
 
Record
SN02195810-W 20100704/100702234648-1500e3328c4b39f8c8f8aef116ef33e5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.