DOCUMENT
J -- Alarm Monitoring for Eastern Colorado Health Care Systems - Attachment
- Notice Date
- 1/15/2016
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- 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
- VA25916R0152
- Response Due
- 1/27/2016
- Archive Date
- 5/5/2016
- Point of Contact
- Claudia Coria
- Small Business Set-Aside
- Total Small Business
- 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. This solicitation VA259-16-R-0152 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-85, effective January 04, 2016. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $19.0M. This solicitation is set-aside for small businesses, service-disabled veteran-owned small businesses, veteran-owned small businesses, women-owned small businesses and other small disadvantaged businesses. The following is a list of the contract line item numbers, quantities and units of measure including options. This contract will be effective for a base period of one year with the option to extend the contract for four (4) one-year periods for a total of five (5) years from the date of award. Estimated Base Year: February 15, 2016 through January 31, 2017 CLINSDescriptionQTYUnitUnit PriceAmount 0001Base Year - February 15, 2016 through January 31, 2017 Alamosa Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work..1YR$$ 0002Aurora Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work..1YR$$ 0003Colorado Springs Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work..1YR$$ 0004CRRC Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work..1YR$$ 0005Golden Clinic- Contractor shall provide alarm monitoring services in accordance with the statement of work..1YR$$ 0006Jewell Clinic- Contractor shall provide alarm monitoring services in accordance with the statement of work..1YR$$ 0007Pueblo Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work..1YR$$ 0008Domiciliary - Contractor shall provide alarm monitoring services in accordance with the statement of work..1YR$$ 0009La Junta Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 0010Lamar Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 0011Salida Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ Total Base Year$ Option Year One - February 01, 2017 through January 31, 2018 CLINSDescriptionQTYUnitUnit PriceAmount 1001Option Year One - February 01, 2017 through January 31, 2018 Alamosa Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 1002Aurora Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 1003Colorado Springs Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 1004CRRC Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 1005Golden Clinic- Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 1006Jewell Clinic- Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 1007Pueblo Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 1008Domiciliary - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 1009La Junta Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 1010Lamar Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 1011Salida Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ Total Option Year One$ Option Year Two - February 01, 2018 through January 31, 2019 CLINSDescriptionQTYUnitUnit PriceAmount 2001Option Year Two - February 01, 2018 through January 31, 2019 Alamosa Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 2002Aurora Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 2003Colorado Springs Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 2004CRRC Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 2005Golden Clinic- Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 2006Jewell Clinic- Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 2007Pueblo Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 2008Domiciliary - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 2009La Junta Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 2010Lamar Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 2011Salida Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ Total Option Year Two$ Option Year Three - February 01, 2019 through January 31, 2020 CLINSDescriptionQTYUnitUnit PriceAmount 3001Option Year Three - February 01, 2019 through January 31, 2020 Alamosa Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 3002Aurora Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 3003Colorado Springs Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 3004CRRC Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 3005Golden Clinic- Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 3006Jewell Clinic- Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 3007Pueblo Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 3008Domiciliary - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 3009La Junta Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 3010Lamar Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 3011Salida Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ Total Option Year Three$ Option Year Four - February 01, 2020 through January 31, 2021 CLINSDescriptionQTYUnitUnit PriceAmount 4001Option Year Four - February 01, 2020 through January 31, 2021 Alamosa Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 4002Aurora Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 4003Colorado Springs Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 4004CRRC Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 4005Golden Clinic- Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 4006Jewell Clinic- Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 4007Pueblo Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 4008Domiciliary - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 4009La Junta Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 4010Lamar Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ 4011Salida Clinic - Contractor shall provide alarm monitoring services in accordance with the statement of work.1YR$$ Total Option Year Four$ TOTAL for Base and Option Years$ STATEMENT OF WORK Alarm monitoring services for VA Eastern Colorado Health Care System 1. Background: VA Eastern Colorado Health Care System (VAECHCS) installed an alarm system for (1) Intrusion, (2) Panic/Duress and (3) Fire for the safety and security of VAECHCS staff, patients, and property. This statement of work (SOW) is in support of a project to have these systems monitored, inspected and reported for the following locations: a)Alamosa Clinic - 622 Del Sol Dr. Alamosa, CO 81101 Honeywell VISTA 100 b)Aurora Clinic - 13701 E. Mississippi Ave. suite 200, Aurora CO. 80012 Honeywell Vista 128 BPT c)Colorado Springs Clinic 3141 Centennial Colorado Springs, CO. 80907 DMP XR550 d)CRRC - 3030 Downing Street Denver, CO. 80205 Napco Gemini - RP1CAE2 key pad with a wireless video intercom (2) key pad e)Golden Clinic - 1020 Johnson Rd. Golden, CO. 80401 Duress (TL250) Alarm is ADEMCO (Honeywell) Vista 20P-20PSIA or 15P- 15PSIA Key Pad is RFK5564, Panic is WS4938, Repeater is WS4920 f)Jewell Clinic - 14400 E. Jewell Ave. Aurora, CO. 80012 Honeywell Vista 128 BPT g)Pueblo Clinic - 4776 Eagleridge Cr. Pueblo, CO. 81008 Fire - Fire Lite Alarm by Honeywell MS-9200 UDLS(E) Security is Lenel ADEMCO - 4208U and 4208SN - Altronix 6062 - VISTA 128BPT h)Domiciliary (Valor Point) 7350 W. Eastman Pl. Lakewood CO. 80227 Simplex Grinell (Cornell) Model A-4800M and A-4800R i)LaJunta Clinic - 1100 Carson Ave. Suite 201 LaJunta, CO. 81050 GE NX-8 j)Lamar Clinic - 1401 S. Main Street, Suite 2 Lamar, CO. 81052 GE NX-8 k)Salida Clinic - 920 Rush Drive Salida, CO. 81201 GE NX-8 2. Performance Period The estimated period of performance is February 15, 2016 through January 31, 2017 with four (4) one-year (1) option years. Each option year will begin on February 1st and end on January 31th. 3. Type of Contract The government intends to award a Firm-Fixed Price contract. 4. General Requirements The Contractor shall provide labor, material, travel, parts, and support services required to successfully perform the required actions and monitoring services in accordance with this SOW. The Contractor shall ensure all currently installed equipment is compatible with the Contractor monitoring equipment. Contractor services shall not cause harm to the systems currently in place, nor there be any lapse in monitoring services due to the Contractor equipment or services being deemed incompatible with existing systems. The contractor shall be responsible for permits or licensing to meet local, state and federal laws in each clinic location to include annual renewal permits. 5. Tasks Intrusion Alarm Monitoring To be effective, the Contractor shall deliver the same response to all clinics throughout VAECHCS. Intrusion devices are currently established in the above mentioned clinics. The Contractor shall be required to monitor all intrusion devices in each clinic 24 hours a day, 7 days (24/7) a week including weekends and holidays. In each geographic area clinic location, the Contractor shall promptly contact the local authorities, VAPD, and clinic management at any alert to an intrusion. The following will apply to all clinics. a)System shall be programmed to communicate with alarm service 24/7. b)Notification of alarm shall be communicated to VAPD, and if deemed necessary by VAPD, communicate to local authorities and clinic management by the monitoring service. c)Entire system shall be tested on a monthly basis to ensure proper communication of signals. d)Results of monthly testing shall be provided to the Contracting Officer Representative (COR) and designated VAPD Personnel. e)Systems shall be thoroughly inspected on a semiannual basis to ensure proper functionality of the duress system, paging system, fire alarm system, alarm systems, and response system. Results of semiannual inspections shall be provided to COR and VAPD designee. f)24-hour monitoring, notification, and services shall be provided for alarm and trouble signals. g)Contractor shall provide a written report the COR the following business day of alarm, trouble, Panic/Duress or need for local authorities, the. h)Provide the COR with monthly report via e-mail of all alarm system activity based on individualized 4-digit user codes. 6. Panic/Duress Alarm System Panic/Duress relays are placed in each clinic and will require the Contractor to ensure an immediate response from local law enforcement should a panic/duress alarm be received. a)The Contractor shall provide 24 hour monitoring of panic/duress system b)Direct communication of panic/duress system with local police department and VAPD. c)Notification to local police department of an urgent response to the stated clinic. 7. Public Address (PA) System PA system shall be tested semiannually along with the above mentioned systems. 8. Fire Alarm System The fire alarm system requires the Contractor to ensure effective and rapid response to fire alarms. a)System shall be programmed to communicate with the Contractor service 24/7 b)System shall be programmed to communicate with local fire department. c)VAPD and COR and Clinic designee shall be notified of a fire alarm, if there is an actual alarm. This does not include tests, or trouble signals. d)The Contractor shall notify the COR of any incident on the following business day any report of fire alarm, trouble signal. ? 9. Final Acceptance/Deliverables a)The Contractor shall be responsible for maintaining the equipment necessary to provide continual ongoing monitoring service throughout the life of the contract. b)The Contractor shall provide an emergency call number for each clinic location to be used in the event of a system failure. c)The Contractor shall provide a phone number where the contractor can be reached in order to stop a dispatch in the event of a false alarm, or due to drills or testing. d)The Contractor shall provide a telephone number where they can be reached for emergency calls 24 hours per day, 7 days per week. e)The contractor shall notify the COR in writing at least 48 hours in advance of any problems encountered or any expected delay in performing the service. f)The Contractor shall provide a written plan of optional coverage for system reporting during any service outage. g)The contractor shall participate in meetings as needed/scheduled to provide updates, answer questions, or review reports. h)Work acceptance by the government shall be based on compliance with this SOW and successfully passing a functional test. INSPECTION AND PERFORMANCE REVIEWS: The Government reserves the right to inspect the Contractor's equipment and/or personnel records, (FAR Clause 52.212-4 (a) Inspections / Acceptance) and to review the Contractor's performance anytime during the contract. If the Government determines that the Contractor's equipment and/or personnel do not meet contract specifications or if the Contractor's performance does not meet contract specifications, the Government has the right to suspend the contract and do the following actions: (1) either allow the Contractor to remedy the equipment and/or personnel performance to the Government's satisfaction, within a time period as specified by the Government or, (2) terminate the contract (FAR Clause 52.212-4 (m) Termination for cause). These actions shall be at no expense to the Government. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (OCT 2015), applies to this acquisition with the following addenda: FAR 52.203-98 Prohibition on Contracting With Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02)(FEB 2015); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); 52.204-17 Ownership of Control of Offerer (NOV 2014); 52.232-38 Submission of Electronic Funds Transfer Information with Offer (JUL 2013); VAAR 852.215-70 Serviced Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009); and VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008). The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. (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 in descending order of importance shall be used to evaluate offers: 1. Technical: Offeror must meet the following technical criteria: (a) Offeror shall be a certified expert for monitoring and reporting to fulfill the SOW requirements; (b) Offeror shall have the ability to provide same level of monitoring services for all devices in all premises; (c) Offeror shall provide clear uninterrupted signal for all monitoring devices; (d) Offeror shall provide instant reporting to local authorities, to include fire; (e) Offeror shall provide monitoring services - 24 hours day/ 7 days a week/ 365 days of the year; (f) Offeror shall communicate alarm activities to VAPD, COR, and designated clinic staff; (g) Offeror shall reports of trouble signals to COR the following business day; (h) Offeror shall provide monthly inspections on all devices, to include duress buttons. Reports sent to COR; and (i) Offeror shall provide monthly user reports to the COR 2. Past Performance: Past performance will be evaluated after the technical evaluation. The Contracting Officer, reserves the right to exclude offerors whose technical submittals have been determined to be unacceptable from further evaluation of past performance and price. Additionally, in the event a offeror submits a technically acceptable quotation with a non-competitive, high price when compared to the government estimate and/or other technically acceptable proposals, the Government, at its discretion, may not evaluate that offeror's past performance submission and eliminate that offeror's proposal from further evaluation and consideration for award. a)The Past Performance will be evaluated in accordance with FAR 12.206 and FAR subpart 15.3 as applicable. The Government will determine whether the offeror's past performance submissions are relevant based on two factors: scope and magnitude. Past performance will be evaluated with the following sub-factors, which are of equal value: (1) customer service/satisfaction and (2) Ability to respond to emergencies. Evaluation of this factor will be based on the offeror's demonstrated past performance relating to contracts of comparable size, scope, technical complexity and work performed. The evaluation of past performance using these sub-factors is a comparative analysis and only one of multiple criteria to assess which offeror represents the lowest performance risk and the best value. b)Offerors shall submit three references with contact information and explanation of the scope and magnitude with details explaining the three sub-factors for each specific contract. The most recent relevant references will be weighted most heavily in the evaluation. For each reference submit the following: Contract type; Contract number, Contact information for the references in both program office and contracting, description of the work, dollar value, award and completion dates, and problems and challenges encountered with actions taken to correct the situations. c)For past performance submissions determined to be relevant or somewhat relevant, the Government will make a reasonable effort to collect and evaluate past performance information from the point(s) of contact identified by the offeror or, at the discretion of the contracting officer, other points of contact. The offeror acknowledges that the Government is not responsible if the point of contact provided by the offeror fails to respond to the Government's past performance inquiry. Offerors are also advised that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including the Performance Assessment Reporting Systems (CPARS) and sources outside of the Government, d) The Government will evaluate the offeror's Past Performance in order to assess performance risk and regulatory vulnerability. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of a offeror's performance on a list of contracts, but rather the product of subjective judgment of the government after it considers all available, relevant and recent information. The adjectival ratings that will be used to establish performance risk will be generally correlated with the definitions of performance risk as follows: 1.Highly Acceptable (Very Low Performance Risk): Based on the offeror's performance record, very little doubt exists that the offeror will very successfully perform the required effort. 2.Acceptable (Low Performance Risk): Based on the offeror's performance record, little doubt exists that the offeror will successfully perform the required effort. 3.Unacceptable (High Performance Risk): Based on the offeror's performance record, significant doubt exists that the offeror will successfully perform the required effort. e) Neutral: Unknown performance risk assessment. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the submittal with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the quotes of other offerors having an acceptable (or better) past performance. 3. Price: Price will be evaluated for its fairness and reasonableness. (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. (d) Technical factors are more significant than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered. A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 2015) shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015), applies to this acquisition, with the following addenda: 52.203-99 - Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreement (DEVIATION 2015-02) (FEB 2015). 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011). 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015). FAR 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 sixty (60) days of the expiration date of the current contract period. (End of clause) FAR 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 thirty (30) days of the expiration date of the current contract period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) 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 five (5) years. (End of clause) 52.228-5 Insurance-Work On A Government Installation (Jan 1997) CL 120 - Supplemental Insurance Requirements 52.232-19 Availability Of Funds For The Next Fiscal Year (Apr 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (APR 1984) 52.237-3 Continuity of Services (JAN 1991); VAAR 852.203-70 Commercial Advertising (JAN 2008); LIMITATIONS ON SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-6 Notice of Total Small Business Set-Aside. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (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 COLORADO. 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) and VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008). The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JAN 2016) applies to this acquisition including the following clauses: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2015); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013); FAR 52.222-3 Convict Labor (JUNE 2003); FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26 Equal Opportunity (APR 2015); FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-50 Combating Trafficking in Persons (MAR 2015); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-34 Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013); FAR 52.222-41 Service Contract Act of 1965 (MAY 2014); and FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class Monetary Wage-Fringe Benefits 23181 -Electronics Technician Maintenance IWG-8 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (MAY 2014). FAR 52.222-55 Minimum Wages Under Executive Order (DEC 2015) DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determination 2015-5419, Revision Number 1, dated December 03, 2015; Quotes shall include the solicitation number (VA259-16-R-0152), the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, NCO 19 Rocky Mountain Acquisition Center, 4100 East Mississippi Avenue, Suite 900, Glendale, CO 80246 Attn: Claudia Coria, Contract Specialist no later than 4:00 P.M. Mountain Time on January 27, 2016. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. You may contact Claudia Coria, via email at Claudia.Coria@va.gov or via telephone at 303-372-7067. Any questions regarding this solicitation must be submitted in writing to the contract specialist no later than 4:00 pm MT, January 18, 2016. Please note, this is a new requirement. Electronic format proposals are preferred. Proposal Font style is Times New Roman in 12 Font size.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916R0152/listing.html)
- Document(s)
- Attachment
- File Name: VA259-16-R-0152 VA259-16-R-0152.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2510269&FileName=VA259-16-R-0152-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2510269&FileName=VA259-16-R-0152-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-16-R-0152 VA259-16-R-0152.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2510269&FileName=VA259-16-R-0152-000.docx)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;VA Eastern Colorado Health Care System;1055 Clermont St
- Zip Code: 80220
- Zip Code: 80220
- Record
- SN03993928-W 20160117/160115234222-cfc9fcd7905017f39ac88473c535a9ea (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 |