Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2013 FBO #4128
DOCUMENT

J -- PM on Fresenius Dialysis Equipment - DEN - Attachment

Notice Date
3/12/2013
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25913R0299
 
Response Due
3/20/2013
 
Archive Date
4/19/2013
 
Point of Contact
Ronnie R. Jones
 
E-Mail Address
Contract Specialist
(Ronnie.Jones@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is VA-259-13-R-0290 and is hereby issued as a Request for Proposal (RFP). The VISN 19 Rocky Mountain Acquisition Center, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf of the VA Eastern Colorado Health Care System, Denver, Co 80220, have a requirement for the following services: A base period of one year and four 1-year possible options for Preventative Maintenance of Fresenius Dialysis Equipment and Millenium Reverse Osmosis Water Units. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-64 effective January 18, 2013. The North American Industry Classification System (NAICS) code is 811219-Other Electronic and Precision Equipment Repair Services and the Small Business Size Standard is $19.0 million. This procurement will be full and open competition. Women owned, service disabled veteran owned, veteran owned and small disadvantaged businesses are strongly encouraged to submit quotes. The Government intends to issue a firm fixed price contract or multiple awards to the responsible Offeror's whose proposal technically acceptable conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. Provide a price quote for each of the following CLINS and total price (fill in the blanks). PRICING FOR: SCHEDULE FOR FRESENIUS DIALYSIS UNITS BASE YEAR: APRIL 1, 2013 THRU MARCH 31, 2014 CLIN #DESCRIPTION OF SERVICEQUANTITYUNITUNIT PRICETOTAL PRICE 0001FRESENIUS DIALYSIS DELIVERY UNITS 17YEAR 0002FRESENIUS MILLENIUM REVERSE OSMOSIS WATER TREATMENT UNITS3YEAR OPTION YEAR 1 : APRIL 1, 2014 THRU MARCH 31, 2015 CLIN #DESCRIPTION OF SERVICEQUANTITYUNITUNIT PRICETOTAL PRICE 1001FRESENIUS DIALYSIS DELIVERY UNITS 17YEAR 1002FRESENIUS MILLENIUM REVERSE OSMOSIS WATER TREATMENT UNITS3YEAR OPTION YEAR 2 : APRIL 1, 2015 THRU MARCH 31, 2016 CLIN #DESCRIPTION OF SERVICEQUANTITYUNITUNIT PRICETOTAL PRICE 2001FRESENIUS DIALYSIS DELIVERY UNITS 17YEAR 2002FRESENIUS MILLENIUM REVERSE OSMOSIS WATER TREATMENT UNITS3YEAR OPTION YEAR 3 : APRIL 1, 2016 THRU MARCH 31, 2017 CLIN #DESCRIPTION OF SERVICEQUANTITYUNITUNIT PRICETOTAL PRICE 3001FRESENIUS DIALYSIS DELIVERY UNITS 17YEAR 3002FRESENIUS MILLENIUM REVERSE OSMOSIS WATER TREATMENT UNITS3YEAR OPTION YEAR 4 : APRIL 1, 2017 THRU MARCH 31, 2018 CLIN #DESCRIPTION OF SERVICEQUANTITYUNITUNIT PRICETOTAL PRICE 4001FRESENIUS DIALYSIS DELIVERY UNITS 17YEAR 4002FRESENIUS MILLENIUM REVERSE OSMOSIS WATER TREATMENT UNITS3YEAR PERFORMANCE WORK STATEMENT PREVENTIVE MAINTENANCE ON FRESENIUS DIALYSIS UNITS 1.0REQUIRMENT 1.1The contractor shall furnish labor, parts, supplies and equipment necessary to provide scheduled and unscheduled maintenance, and periodic preventive maintenance inspections for the equipment listed in section 19.0. Services shall be performed in accordance with terms, conditions, and specifications contained herein. Equipment is located at the VA Eastern Colorado Health Care System (ECHCS) Medical Center, 1055 Clermont Street, Denver, CO 80220. 2.0HOURS OF COVERAGE 2.1 Normal hours of coverage are Monday through Friday from 7:00 a.m. to 7:00 p.m., excluding the federal holidays listed as follows: Federal Holidays: New Year's DayDr. Martin Luther King Jr's Birthday Presidents' Day Memorial DayIndependence DayLabor Day Columbus DayVeteran's DayThanksgiving Day Christmas Day Any other day specifically declared a National Holiday by the President of the United States 2.2 When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by US Government Agencies. 2.3Phone Support with competent technical support Engineers between 8AM-5PM (Mountain Time) 3.0PARTS 3.1 The contractor shall furnish all spare and replacement OEM (original equipment manufacturer) parts under the terms of this contract. The price of all parts used to perform all scheduled preventive and unscheduled maintenance shall be included in the price of this contract as listed in the schedule. The Government will not pay for any parts provided (during either scheduled or unscheduled maintenance), by the contractor during the performance of this contract. Only new original equipment repair parts (manufactured by the maker of the equipment) shall be furnished to maintain equipment covered under the contract. 4.0SERVICE MANUALS/TOOLS/EQUIPMENT 4.1 The VAMC shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) necessary to meet the performance requirements of this contract. A reference list of applicable service manuals and their respective locations shall be provided to the CO upon request. 5.0 SCHEDULED MAINTENANCE 5.1 The Contractor shall perform Preventive Maintenance (PM) service to ensure that the equipment listed in the schedule performs in accordance with the original manufacturer's specifications. Semiannual PM Service must be completed by January 31st and July 31st of each year. An outline of the PM schedule and procedures shall be provided to the Contracting Officer and/or the Contracting Officer's Representative (COR) within 2 weeks after award of the contract. The contractor shall provide a written description of the Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but need not be limited to, the following: Cleaning of equipment. Reviewing operating system software diagnostics to ensure that the system is operating in accordance with the manufacturer's specifications. Calibrating and lubricating the equipment. Performing remedial, non-emergent maintenance. Testing and replacing faulty and worn parts and/or parts likely to fail or become faulty or worn. Inspection and replacement of worn or frayed electrical wiring and cables Software updates. Returning the equipment to the operating condition and mode Providing documentation of services performed. 5.2 All service/repairs shall be performed during normal hours of coverage unless requested or approved by the COR. 5.3 The contractor shall provide all software updates at no additional charge. 5.4 PM inspection and calibration of the hard copy imaging device services shall be performed in conjunction with all other PM as outlined in the schedule submitted by the contractor and agreed to by the VA. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COR at the completion of the PM. 5.5 Work performed outside the normal hours of coverage, at the request of the Field Service Engineer (FSE), shall be considered service during normal hours of coverage and shall be exempt from a labor hour charge. 6.0 UNSCHEDULED MAINTENANCE 6.1The contractor shall provide repair service which may consist of calibration, cleaning, adjusting, replacing parts, and maintaining the equipment, to include all intervening service calls performed between scheduled services and calibrations. All required parts shall be furnished to the VA at no cost. The contractor shall repair the equipment to functional level equivalent to the original manufacturer's specifications. 6.2 Only the Contracting Officer or COR has the authority to approve/request an unscheduled maintenance service call to the contractor. 6.3 The contractor's FSE shall respond on site within forty eight (48) hours after receipt of request for service. The contractor shall provide parts, if required to effect repair, within 24 hours of diagnosing the problem. 6.4 There shall be no hourly charge to the Government for unscheduled maintenance performed within the normal hours of coverage defined in the Performance Work Statement. Work performed outside the normal hours of coverage, at the request of the COR, shall be invoiced at the price listed in the schedule. Invoicing may include service time plus one (1) hour for travel time. In the event of a Government caused delay, the VA will pay hourly labor charges for unscheduled service the inadvertently extends beyond the specified normal hours of coverage. 7.0 DOCUMENTATION/REPORTS 7.1 Documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with the specifications. Each Equipment Service Report (ESR) must, at a minimum, document the following data legibly and in complete detail: Name of contractor and contract number Name of FSE who performed services Contractor service ESR number/log number Date, time (starting and ending), equipment downtime and hours on-site for service call. VA purchase order number(s) covering the call Description of problem(s) Identification of equipment to be serviced: (i.e. Inventory ID number) Manufacturer's name, device name, model number & serial number, Any other manufacturer's identification numbers Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: Labor Travel Parts (with part numbers), Materials and Circuit Location of problem/corrective action. Total Cost to be billed (if applicable - i.e., part(s) not covered or service rendered after normal hours of coverage). Signatures: FSE performing services described Authorized VA Employee who witnessed service described. NOTE: - Any additional charges claimed must be approved by the Contracting Officer before service is completed 8.0REPORTING REQUIREMENTS 8.1 The Contractor shall log in with Biomedical Engineering prior to performing any services. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall log out with Biomedical Engineering and submit the ESR(s) to the COR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and then to the COR for an "authorization signature". If the COR is unavailable, a signed, authorized copy of the ESR shall be sent to the contractor after the work can be reviewed (if requested or noted on the ESR). 9.0 OPERATIONAL UPTIME - REQUIREMENTS 9.1 Dialysis units shall be operable and available for use 95% of the normal hours of coverage as defined under "HOURS OF COVERAGE". Downtime will be computed from notification of problem during normal coverage hours. Operational uptime will be calculated using month as the basis of calculation 10.0 EQUIPMENT DOWNTIME 10.1 The contractor shall be liable to the Government for losses of production due to significant equipment downtime. Significant downtime is defined as ten (10) or more nonproductive/nonoperational hours per month across all of the equipment covered in this contract. Downtime records shall be maintained by both the COR and maintenance contractor. 10.2 If equipment downtime exceeds 48 (hours) consecutive hours, the Government may contract with an alternate source to resolve the problem. The CO will make this reprocurement decision and all associated fees, in excess of what would have been paid under the terms of the contract, will subject to payment by the incumbent contractor. 11.0 ADDITIONAL CHARGES 11.1 There will be no additional charge for time spent at the site (during or after the normal coverage areas) awaiting the arrival of additional FSE and/or delivery of parts 12.0 REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE 12.1 The contractor shall immediately, but no later than 24 consecutive hours after discovery, notify the Contracting Officer or the COR, in writing, of the existence or development of any defects in, or repairs required, to the scheduled equipment which, the contractor does not consider his/her responsibility under the terms of the contract. The contractor shall furnish the Government with a written estimate of the cost to make the necessary repairs. 13.0 CONDITION OF EQUIPMENT 13.1 The contractor accepts responsibility for the equipment covered under this equipment in "as is" condition. Failure to inspect the equipment prior to award of this contract will not relieve the contractor from performance of the requirements of this contract. 14.0 COMPETENCY OF PERSONNEL SERVICING EQUIPMENT 14.1 Each respondent must have an established business, with an office and full time staff. The staff shall include a fully qualified FSE and fully qualified alternate FSE. 14.2 "Fully Qualified" is based on successful completion of factory training and experience in the field. For training, the FSE shall have successfully completed a formalized training program for the equipment identified in the schedule. For field experience, the FSE(s) shall have a minimum of two years' experience (with the exception of equipment on the market less than two years) with respect to scheduled and unscheduled preventive and remedial maintenance, on the covered equipment. 14.3 The FSEs shall be authorized by the contractor to perform the maintenance services. All work shall be performed by fully qualified competent FSEs. The contractor shall provide copies of all factory certificates for FSEs showing types of equipment and dates of training for all equipment identified in the schedule. When deemed appropriate, the Contracting Officer and/or COR reserve the right to prohibit contractor personnel from working on any equipment. 15.0 TEST EQUIPMENT 15.1 Prior to commencement of work on this contract, the contractor shall provide to the Contracting Officer and/or COR copies of all current calibration certificates for all test equipment to be used by the contractor on listed equipment. This certification shall also be provided on a periodic basis when requested by the Contracting Officer or COR. Test equipment calibration shall be traceable to a national standard. 16.0 VA REGULATIONS AND SECURITY 16.1 Contractor must comply with all VA information security regulations. 16.2 Contractor employees shall wear visible identification at all times when on the premises of the VA Medical Center. 16.3 Contractor personnel are responsible for parking in appropriate designated spots. The VA will not be responsible for parking violations incurred by the contractor. Information on parking is available from the VA police station. 16.4 Smoking is prohibited inside any VA facility. 16.5 Possession of firearms is prohibited. Enclosed containers, including tool boxes, may be subject to search at the discretion of the VAMC. 17.0 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Performance ObjectiveSurveillance MethodPerformance Threshold Preventive Maintenance 100% Observation and random inspection (auditing) No more than four (4) hours downtime per equipment per month. Corrective Maintenance 100% Observation and random inspection (auditing) No more than four (4) hours downtime per equipment per month. 17.1 The Contractor is responsible for ensuring services are performed in accordance with PWS requirements. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the areas identified in the Quality Assurance Surveillance Plan. 18.0EQUIPMENT LIST EE# Generic Modality NameManufacturerModelSerial Number 34737DialysisFresenius 2008K3K0SE936 34738DialysisFresenius 2008K3K0SE825 34739DialysisFresenius 2008K3K0SE797 34740DialysisFresenius 2008K3K0SF242 34741DialysisFresenius 2008K3K0SE798 34742DialysisFresenius 2008K3K0SE818 34743DialysisFresenius 2008K3K0SE823 34744DialysisFresenius 2008K3K0SE811 34745DialysisFresenius 2008K3K0SE816 34746DialysisFresenius 2008K3K0SF232 34747DialysisFresenius 2008K3K0SE937 34748DialysisFresenius 2008K3K0SE819 34749DialysisFresenius 2008K3K0SE907 34750DialysisFresenius 2008K3K0SF221 41964DialysisFresenius 2008K6K0S-731N 41965DialysisFresenius 2008K6K0S-831N 44279DialysisFresenius 2008K7KOS-11136 44545Water Purification SystemFresenius M7501259388 Water Purification SystemFresenius M7501117624 Water Purification SystemFresenius M7501117632 1.Effective Dates of Contract: Base Year:4/1/13 thru 3/31/14 Option Year One (1):4/1/14 thru 3/31/15 Option Year Two (2):4/1/15 thru 3/31/16 Option Year Three (3): 4/1/16 thru 3/31/17 Option Year Four (4): 4/1/17 thru 3/31/18 GOVERNMENT PRIMARY POINTS OF CONTACT (POC's): Submit offers or any questions to the primary POC Ronnie R. Jones 303-603-3254 or email: Ronnie.Jones@va.gov DEADLINES: Submit questions and offers to the primary POC. All questions or requests for information must be in writing and are due by COB on March 18, 2013. It is acceptable to submit proposals by email NLT March 20, 2013 @ 3:00 P.M. MST. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.SAM.gov. Also, in order to be eligible for the award the company must be registered in SAM. Please send RFP to: Ronnie.Jones@va.gov PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract or multiple awards resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, technical, past performance and price considered. The following factors shall be used to evaluate offers: BASIS OF AWARD: 1) The government intends to issue a firm fixed price contract to the responsible Offeror whose proposal conforms to the solicitation evaluation factors. EVALUATION FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Offer that meets the technical aspects of the solicitation. Competing offeror's technical aspects will be evaluated as significantly more important than past performance and price considerations. The lowest price proposal may not necessarily be selected; likewise, the proposal receiving the highest technical rating may not necessarily be selected. Offeror's who propose to perform the work for an unrealistically low price will not be considered for award. Where applicable, the techniques and procedures described under FAR 15.404-1 will be the primary means of assessing proposal reasonableness. An offeror's proposal shall represent the offeror's best efforts to respond to the solicitation. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All such offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offeror's must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A.Technical: Technical can be measured by the offeror's ability to perform requirements to meet technical, specifications, contract terms and conditions, and all local, state, and federal regulations as related to performing projects. B. Past Performance Confidence Assessment: 1) Past Performance, the offeror shall provide relevant performance information on all offeror's based on (1) the past and present references provided by the offeror and (2) data independently obtained from other government and commercial sources as well as questionnaires. Relevant performance includes performance of efforts involving contracting support that is similar or greater in scope, magnitude and complexity than the effort described in this solicitation. Past Performance that does not meet the recency requirement, will be excluded from evaluation. 2) Past performance will address areas pertaining to the following attributes to which an assessment will be made: 3) Quality: The quality of work can be measured by how well the offeror conformed to or met contract requirements, specifications and standards of good workmanship (e.g. commonly accepted technical professional, environmental, or safety and health standards.). TABLE 1- PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. 4) Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. Offeror's with no relevant past or present performance history shall receive the rating ?Unknown Confidence, meaning the rating is treated neither favorably nor unfavorably. 5) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFP. For each effort evaluated, a relevancy determination of the offeror's present and past performance, including joint ventures, subcontractors and/or teaming partners, will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. Relevancy will be assessed for contracts that are most similar to the effort, or portion of the effort, for which that contractor is being proposed, and may contribute to an overall higher relevancy determination for the offeror. The Government is not bound by the offeror's opinion of relevancy. The following relevancy definitions apply: VERY RELEVANT: Past/present performance programs involved essentially the same magnitude of effort and complexities this solicitation requires. RELEVANT: Past/present performance programs involved much of the magnitude of effort and complexities this solicitation requires. SOMEWHAT-RELEVANT: Past/present performance programs involved some of the magnitude of effort and complexities this solicitation requires. NOT RELEVANT: Past/present performance programs did not involve any magnitude of effort and complex. 6) Recent past performance is defined as past performance on contracts within the last three years from the issue date of this solicitation. Past performance for contracts exceeding the timeframe for this definition of recency will be excluded from evaluation. 7) If the lowest priced evaluated offer is judged to have a ?Substantial Confidence? performance rating, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (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. Offeror to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items, Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; applies to this acquisition with following addendum: The following FAR clauses apply to this solicitation and are incorporated in full text: 52.217-8- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) 52.232-18-Availabilty of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 52.232-19- Availability of Funds for the next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond September 30, 2013. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 each Fiscal Year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) The following FAR clauses apply to this solicitation and are incorporated by reference: 52.216.-18-Ordering (Oct 1995), 52.216-19- Order Limitations (Oct 1995), 52.216-22- Indefinite Quantity (Oct 1995), 52.237-2- Protection of Government Building, Equipment and Vegetation (Apr 1984) The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text: 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 (End of Clause) 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 Utah. 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. (End of Clause) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.. (End of Addendum to 52.212-4) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontracts Awards (FEB 2010), FAR 52.222-3, Convict Labor (JUN 2003), FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies(MAR 2012), FAR 52.222-26, Equal Opportunity (MAR 2007), FAR 52.222-35, Equal Opportunity for Veterans,(SEP 2010), FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010), FAR 52.222-37, Employment Reports on Veterans(SEP 2010), Far 52.222-41 Service Contract Act of 1965 (NOV 2007), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), FAR 52.232-34 Payment By Electronic Funds Transfer-other than Central Reference,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25913R0299/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-13-R-0299 VA259-13-R-0299_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=654051&FileName=VA259-13-R-0299-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=654051&FileName=VA259-13-R-0299-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: EASTERN COLORADO HEALTH CARE SYTEM;1055 CLERMONT STREET;DENVER, COLORADO
Zip Code: 80220
 
Record
SN03009954-W 20130314/130312235032-40812f0479e110c9f60c865fd5bbbd4b (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.