DOCUMENT
71 -- 605-18-3-575-0162-Furniture-Dialysis Recliners, Hemo-Medical (VA-18-00144268) - Attachment
- Notice Date
- 8/28/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218U0121
- Response Due
- 8/31/2018
- Archive Date
- 9/30/2018
- Point of Contact
- Adrienne Brown
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation set aside for SDVOSB s and VOSB s for BRAND NAME OR EQUAL commercial supplies prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26218U0121 The Department of Veterans Affairs Loma Linda Healthcare System, Loma Linda, CA 92357 has a requirement for BRAND NAME OR EQUAL FOR DIALYSIS RECLINER CHAIRS. The Contractor shall furnish all supplies/services at The VA Loma Linda Healthcare System located at 11201 Benton Street, Loma Linda, CA 92357. Shipping included in cost. This is a BRAND NAME OR EQUAL solicitation set aside for SDVOSB s and VOSB s. NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal, a description of the salient characteristics are outlined below. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. Model # Item Description Quantity CESS-732066-00001 Grade 2 Vinyle "Fortress Soft Vinyl 17 CESS-732039-00001 Accent II Power Recliner, Swing Arms, One Table, 4 inch Casters, Handle, Step. Wing Back 300 lb capacity 13 CESS-6417-00 Trendelenburg Option 17 CESS-3545-00 Second Folding Side Table for Recliner 17 CESS-A-O Universal Locking Casters 13 CESS-732058-00001 Power Dual Power Control Handset 17 CESS-732040-00001-99 Ascent II XL, SW Arms, One Table, 4 Inch Casters, Handle, Step. "Wing Back, 500 lb capacity 4 Universal Locking Casters for Bariatric 4 CESS-732059-00001 Molded Arm Caps on Curved Arm Chairs 17 The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 339113, Size Standard 750 Employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Due to time constraints, responses to the solicitation shall be due on Friday, August 31, 2018 at 2:00 PM PST. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Adrienne Brown, Contracting Specialist at ADRIENNE.BROWN4@va.gov with "36C26218U0121, DIALYSIS RECLINER CHAIRS in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Salient Characteristics / Furniture Specifications Dialysis Recliners Furniture Loma Linda, California 605-18-3-575-0162 General Replacement recliners for an existing Dialysis clinic. Warranty Requirements All non-seating manufacturers must offer a lifetime warranty that product is free from defects in materials and workmanship (Includes shipping, parts and labor for the repair or replacement of defective items.) Lifetime warranty exception: Metal Paint colorfastness 4-year warranty. Lifetime warranty exception: Performance Table Top Laminate one-year (1) warranty. All other Laminate surfaces ten-year (10) warranty. Height adjustable mechanisms exception: Five-year (5) warranty. Height adjustable table exception: Twelve-year (12), 24/7 warranty. Accessories exception: Fifteen-year (15), 24/7 warranty. Light fixture exception: Five-year (5), no warranty on lamp. All Seating 12-year warranty, with factory repair or replacement of defective seating, free of charge. Casters and glides exception: Minimum of 5-year warranty. Fabric vinyl exception: Minimum of 3-year warranty with normal use. Height adjustable mechanisms exception: Five-year (5) warranty. Testing, Technical Specification and Code Requirement Must meet or exceed all current ANSI/BIFMA standards for structural quality. All Seating must be tested and warranted for users 300 lbs. or greater. Additional requirements may be required per line item and shall be called out in Salient Specifications. All Seating must follow the ergonomic guidelines established in BIFMA G1-2013. Provide documented proof that packaged product underwent shipping vibration and shock testing to ensure product received at site is undamaged. Environmental Features Shall be constructed free of environmentally hazardous materials such as PVC, CFC, solvent-based adhesives, heavy metals (chrome, lead and mercury) and benzene. Paint is VOC-free powder coat type. Wood products are to be FSC certified. Must be constructed free of environmentally hazardous processes such as those that product VOC s and deplete ozone. All items must be able to achieve a minimum of 35% recycled content capability. All furniture items must be able to achieve a minimum of 94% recyclable capability. PVC-free edge banding shall be standard on laminated wood tops to avoid potential long-term human and environmental impacts that have been associated with the manufacture and future disposal of PVC. Product shall have certification of environmentally intelligent product design from a third party, such as MBDC Cradle-to-Cradle Certification, California CHPS 1350 Indoor Air Quality, etc. In lieu of disposing furniture in a landfill at the end of its useful life, the manufacturer provides opportunities for the VA to either recycle or refurbish used furniture for repurposing, extending the useful life. Certifications Furniture must be certified to meet the emissions requirements of the California DPH Standard Practice for the Testing of Volatile Organic Emissions from Various Sources-2004 (CA Section 01350) and ANSI/BIFMA X7.1 Standard for Formaldehyde and TVOC Emissions of Low-emitting Office Furniture Systems and Seating using either the open plan or private office exposure scenarios defined in ANSI/BIFMA M7.1 Standard Test Method for Determining VOC Emissions from Office Furniture Systems, Components, and Seating. Testing must be conducted in accordance with ANSI/BIFMA M7.1. Certification must be provided by an organization independent of the manufacturer as well as from the testing laboratory, in accordance with the requirements of ISO/IEC Guide 65 General requirements for bodies operating product certification systems. Seating must meet at a minimum Level 2 certification to ANSI/BIFMA e3 standard. All other product must meet at a minimum Level 1 certification to ANSI/BIFMA e3 standard. Furniture bid must meet one of the following certification standards: 1. SCS Indoor Advantage and Indoor Advantage Gold or GREENSGUARD Gold Certification. Manufacturer must give preference to wood vendors who provide wood products from certified forests. Forest certification programs focus on ensuring that forests are managed so that harvesting doesn t exceed the growth rate of the trees. Certification also ensures that the use of pesticides is minimized and that soil and water quality is maintained or enhanced by forest management activities. Preference may be given to manufacturing within 500 miles or by providing shipping documentation supporting rail or over water transportation to installation site, provided all other salient specifications are met 100%. For purposes of this procurement only, LEED certification level is Silver. Fulfilling this point requirement MAY or may not be required. Please indicate how each of your line items may meet this requirement. Seating must meet California Technical Bulletin 133: Flammability Test Procedure for Seating Furniture for Use in Public Occupancies (CTB 133). Testing certification documentation must be presented upon request. Keying All new locked storage units must be keyed alike in each work station and/or office and differently from work station/office to work station/office. Provide 2 master keys to the client agency POC for each core number. Finish Colors Metal components shall match Herman Miller Metallic Silver or EQUAL for design consistency per Loma Linda facility s master improvement plan. By adhering to master plan, maximized flexibility is achieved supporting life-cycle sustainable points for meeting LEED Silver requirements. Laminate Worksurfaces shall match Formica Amber Maple 7012-58 or EQUAL for design consistency per Loma Linda facility s master improvement plan. By adhering to master plan, maximized flexibility is achieved supporting life-cycle sustainable points for meeting LEED Silver requirements. Worksurface PVC-free plastic edge band is applied to the entire perimeter of the top to prevent any out gassing from exposed particleboard. Edging to match Formica Amber Maple 7012-58 (or EQUAL) grain pattern and color. Fabrics and chair finishes shall be called out according to specific upholstery unit. All public seating must be bleach cleanable. VA Designer will allow for slight, nominal variances ONLY. Designer must approve submittals for color variations from match or EQUAL prior to bid acceptance. Required Features per Item (for quantities, see the Pricing Sheet) Ascent II Recliners Standard features: Power recline feature Fold-away side table (one) Push handle Retractable foot tray 4 twin wheel casters Wall-hugger mechanism (infinite recline positions) Quick-release seat Battery backup Z-spring construction for greater comfort All steel, powder-coated frame for durability Swing-away arms that open 180 degrees curved top-line seat back offers additional head room weight capacity 300 lbs. Back height (from floor/seat) 49.5 /28.75 Overall width (2 tables down/up)* 32.75 /52 Seat width 22.5 Arm height (from floor, front/back) 29 /26 Seat height/depth 24.5 /20.5 Upright overall depth (w/handle) 40.5 Trendelenburg option Second folding side table Universal locking casters Dual power hand controls Molded arm caps Fortress, Grade 2 soft vinyl upholstery Ascent II XL Recliners Standard features: Power recline feature Swing-away arms Fold-away side table (one) Push handle Retractable foot tray 4 twin wheel casters Wall-hugger mechanism (infinite recline positions) Quick-release seat Battery backup Z-spring construction for greater comfort All steel, powder-coated frame for durability Swing-away arms that open 180 degrees curved top-line seat back offers additional head room weight capacity 500 lbs. Back height (from floor/seat) 49.5 /29.75 Overall width (2 tables down/up)* 36.5 /55.75 Seat width 27.5 Arm height (from floor, front/back) 29 /26 Seat height/depth 24.5 /21 Upright overall depth (w/handle) 40.5 Trendelenburg option Second folding side table Universal locking casters Dual power hand controls Molded arm caps Fortress, Grade 2 soft vinyl upholstery STATEMENT OF WORK Project Schedule: Project Coordination Award Meeting: Within 5 business days of award notification. Site Review: by Manufacturer, Furniture Dealer-Installer for field measure: Within 5 business days of award notification Final Installation Drawings: Manufacturer and Furniture Dealer-Installer submittal of Installation Drawings for review and approval: Within 7 business days of receipt of award notification Manufacturer provided shipping dates: Within 4 business days of selection of all colors, finishes, materials and fabrics for products purchased Whips: shall be delivered to the site 3 weeks before installation of furniture begins Installation of product: Coordinated with the COR. TBD. Installation Inspection: Awarded Vendor shall schedule punch with Interior Designer contact 5 business days prior to installation completion. Installation inspection shall take place no more than 5 business days after installation completion Acceptance of product and work by VA Interior Designer: Time to be determined. Final acceptance will not occur until all punch items have been corrected. Product Delivery Location: Product is to be shipped to the dealer or installer s warehouse and delivered to the work space of the Client Agency s Delivery Address Prior to providing a submittal an optional site visit shall be conducted. If you wish to participate, Contact the Contracting Officer. Participating vendors will meet in the main lobby of the bldg. the VA will provide information regarding the paths of travel, size and capacity of the elevator, and size of hoist way opening and loading dock access and rules Items that require special moving requirements (i.e. door enlargement, freight on top of the elevator, etc.) will be funded and coordinated by user agency Quote Preparation: Provide a complete technical submission detailing all of the requirements listed in this solicitation packet. All technical submissions must be in the following format and in the following order; Cover Page: At a minimum, the following information must be included: solicitation number, client/agency name and delivery location, name of company submitting the proposal, date, and a list of the manufacturers used in the proposal. Any additional information may be added at the bidders discretion. Administrative: Past Performance References including the name of the organization, period of performance, dollar value and contact information for the primary contact person for 3 projects that were completed for similar work within the past 3 years. Complete List of Items organized by room with item quantities and Warranty Information. See Pricing Sheet for a complete list of Base Bid items and Bid Options 1 & 2 required for this project. Project Delivery and Installation Schedule Product Details: Detailed Specifications for each item specified with an attached image Dimensioned, detailed, drawing of each typical area (workstation, private office, and other items) as needed to best depict proposed product(s) Plan view and isometric view or elevations with legend or keyed notes matching the Complete List of Items ANSI/BIFMA: Certificates of ANSI/BIFMA compliance certificates labeled with the product(s) that it applies to Environmental: Environmental Testing Certificates labeled with the product(s) that it applies to Warranty: Warranty Certificates labeled with the product(s) that it applies to Teaming: Copy of teaming agreement(s) with any vendors or manufacturers Non-Obsolescence: Non-Obsolescence policies labeled with the product(s) it applies to Installation Plans and Sample Submittals: The Awarded Vendor is required to do the following: Prepare installation plans based on this solicitation requirement to ensure any problems and dimensional conflicts are identified and resolved prior to the start of the installation. Verify dimensions to ensure that specified furnishings will fit in the space as shown on the plan prior to installation and advising the VA of conditions found which will not allow specified items to fit as shown on the drawings Notify the VA Interior Designer of any data, telephone or power device and thermostat locations, which will not be accessible or usable when furniture is installed; and details of keying of locks Any problems, which would impact installation, shall also be reported to the Contracting Officer and resolved prior to start of installation Provide AutoCAD files of installation plan to the Interior Designer on CD Rom Have a project coordination meeting with the Interior Designer to select the furniture finishes. When selections have been made the Awarded Vendor shall provide the Interior Designer or designated VA Representative two sets of the selections made for their records and to provide to the client agency. Meetings: The Awarded Vendor shall attend furniture meeting(s), as requested, with the VA and other contractors for coordination purposes. Permits and Building Access: The Awarded Vendor shall obtain necessary clearances (including proof of insurance, if required by the COR) or permits for all personnel. User agencies are responsible for coordinating entry and clearances for site access by vendors Prior to the start of work the Awarded Vendor shall advise the COR of existing damage and conditions which are present on a marked and noted copy of the floor plan or by written memo if it occurs beyond the immediate work site. Personnel Requirements: The Awarded Vendor shall furnish all necessary supervision and labor for each day that work is scheduled. The Awarded Vendor shall utilize qualified and experienced personnel. The Awarded Vendor shall coordinate with the COR to determine the level of background check needed to admit the laborers into the building The Contractor will be responsible for confining its crew and work to the designated project areas. The Contractor will also be responsible for ensuring that the installation personnel are identifiable VA representatives may require the Contractor to remove any employees from the job should it be determined that the individual is either unsuitable for security reasons or otherwise unfit to work on VA controlled property Installation: Delivery and installation services include inside product delivery and coordination, unpacking, inspection of product for shipping damage, placement, set-up, assembly and leveling of product in accordance with any recommended manufacturer instructions/guidelines to conform to the requirements and drawings of this RFQ and approved installation drawings provided by the Awarded Vendor. The installation services shall include removal of all furniture product packing materials from the government work space and buildings and shall also include wipe down of handling marks, fingerprints and air borne soil from all furniture surfaces and parts prior to final review of the installed product. The Contractor shall ensure that all products and installation comply with the General Specifications in the Schedule for Office Furniture (71) Power Whips and or Poles: The Awarded Vendor is not responsible for providing an electrician or providing data or telephone cabling for the furniture installation. VA will provide a licensed electrician to connect the "whips" (power/cable feeds) from the building conduit and wall box to the furniture systems. The Awarded Vendor shall provide drawings indicating locations for wall connections and the number of circuits required for each. The Contractor shall arrange for the delivery of all required workstation power whips to the building sites 3 weeks prior to the commencement of furniture delivery and installation The Awarded Vendor is responsible for installing and verifying the operating use of all outlets and connections within the furniture systems from the whip and throughout the furniture systems installation. They shall notify the COR and the electrical contractor who provided the connection of the "whips" of any devices within the work stations which fail to work. This coordination shall take place prior to request for final review and acceptance of a completed area. Failure of any devices shall be cause to stop the review until the work is complete. Installation Equipment and Materials: The Awarded Vendor shall furnish all necessary material and equipment including padding or other protective material for the interior of the building. The Awarded Vendor shall provide masonite sheets taped to the carpet in major walking paths and primary entry to the work space to be installed. All walls, corners and door frames on path of delivery must be protected. All material handling vehicles shall have rubber clad wheels. Forklifts and power walkers can only be powered electrically or by battery and no propane or gas sourced vehicles can be used Damage Responsibility: The Contractor will be responsible for any damage to the building which occurs during delivery and installation. It is incumbent upon the successful Contractor to identify any existing damage to the building by means of a Pre-Installation and Delivery Walk-Thru, and daily submissions of checklists to the designated agency representative on site. Proper measures (protective runners, pads, etc.) shall be utilized by the Contractor to protect the building (elevators, walls, floors, etc.). Any damage to walls, corners, doors etc. will be charged to awarded vendor Building Utilities: The Contractor s work shall not interrupt building utility services without the prior written approval of the customer and the Construction Manager. The Contractor shall correct all minor deficiencies and make all minor adjustments as required for life safety within seventy-two (72) hours after completing the installation on each floor. The Contractor shall be responsible for all replacement costs, including communications, shipping, and installation Cooperation with Other Vendors: The Awarded Vendor is required to cooperate with other vendors who may be performing other services during the installation, such as installations for telephones and cabling which must be run through the systems furniture. The Awarded Vendor shall notify the COR immediately of an unexpected building or construction related conditions or damage found on his product Waste Disposal: The Contractor shall clean up and dispose of waste materials or rubbish in accordance with this paragraph and all applicable federal, state, and local regulations, standards, codes and laws. The Contractor shall make any necessary arrangements with private parties and with county officials pertaining to locations and regulations of such disposal. Any fees or charges for disposal of materials shall be the responsibility of the Contractor. The Contractor shall at all times keep the job site, including staging and storage areas used by the Contractor, free from accumulations of waste material or rubbish. This material shall be removed on a daily basis to eliminate the accumulation of debris. Prior to completion of the work, the Contractor shall remove from the vicinity of the work all shipping containers, packing, rubbish, unused materials, and other like material, belonging to the Contractor or used under the Contractor s direction Furniture Cleaning: The Contractor shall clean and dust furniture surfaces inside and out with a spray cleaner upon completion of installation. Use only approved non toxic cleaners. The Contractor shall prepare the office space for occupancy and immediate ( Turn-Key of Furniture) use Authorized Changes: The Government is not responsible for payment for any changes during installation that are not in accordance with the approved design. If changes are required, the Contracting Officer for the delivery order must approve a modification prior to the change being implemented Changes performed by the Contractor, either of his own volition or at the request of an individual other than the CO, including other VA or agency officials, is not authorized and will not be reimbursed. In the event additional parts are required, a modification to the delivery order must be obtained from the CO prior to ordering. Inspection and Acceptance: The Awarded Vendor shall notify the VA representative and the client agency contact person at least five days in advance of the time when the installation will be completed so an inspection may be scheduled The Awarded Vendor representatives for final inspection and acceptance of the product and related work shall include furniture dealer s account manager, installation team supervisor and one laborer. A list of incomplete or unacceptable items shall by prepared by VA and provided within 24 hours after the inspection Items listed which are unsafe or unusable, shall be corrected immediate. All other items shall be repaired within (10) ten working days of the inspection. The Awarded Vendor shall notify the VA CO when all items have been delivered, are complete and/or accepted Final acceptance of the project will be determined by the VA COR Roles and Responsibilities: Role and Responsibilities of Government: The Contracting Officer (CO) has overall responsibility for the administration of the delivery order. He/she alone, without delegation is authorized to take action on behalf of the Government to amend, modify or deviate from the contract terms, conditions, requirements, etc. Responsibilities may be delegated to other representatives. The Contracting Officer Representative (COR) responsibilities include: Determining the adequacy of performance with the terms and conditions of the contract in consultation with tenant agency personnel Advising the CO of any factors, which may cause delay in performance of the work Requesting modifications to the contract when required Recommend approval to Contracting Officer for requests for payment Provide coordination with the client agency and access and use to the building for the Awarded Vendor. CLAUSES INCORPORATED BY FULL TEXT FAR 52.212-1, Instructions to Offerors Commercial Applies to this acquisition and the following addenda to the provision. (a) The Offeror s quotation shall be submitted electronically to the Points of Contact identified in the FBO combined synopsis/solicitation announcement by the date and time indicated. (b) As part of your quote submission you are required to include price information. DUNS, Cage Code, tax ID, terms and conditions and Buy American Act Certificate required in clause 252.225-7000, as applicable. (c) All firms must be registered in SAM at https://www.sam.gov at time of quote submittal in order to be considered for award. Please provide quote expiration date and best delivery schedule. FAR 52.212-2(a) Evaluation Commercial Items (Oct 2014) Applies to this acquisition. Evaluation will be based on low price meeting brand name product or equal product IAW the outlined salient characteristics. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Offerors shall include a completed copy of the provision at with its offer. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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 (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi)52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 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. VAAR CLAUSES 852.203.70 COMMERCIAL ADVERTISING (JAN 2008) 852.211-70 SERVICE DATA MANUALS (NOV 1984) 852.232-72 Electronic submission of payment requests. As prescribed in 832.7002-2, insert the following clause: 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, e-mail, 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. CLAUSES INCORPORATED BY REFERENCE FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government. Sep 2006 FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. Oct 2016 FAR Clause 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Oct 2015 FAR Clause 52.212-4 Contract Terms and Conditions -- Commercial Items. Jan 2017 FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. Oct 2014 FAR Clause 52.219-8 Utilization of Small Business Concerns. Nov 2016 FAR Clause 52.219-28 Post-Award Small Business Program Rerepresentation. Jul 2013 FAR Clause 52.222-26 Equal Opportunity. Sep 2016 FAR Clause 52.222-35 Equal Opportunity for Veterans. Oct 2015 FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities. Jul 2014 FAR Clause 52.222-37 Employment Reports on Veterans. Feb 2016 FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. Dec 2010 FAR Clause 52.225-1 Buy American Supplies May 2014 FAR Clause 52.225-5 Trade Agreements. Oct 2016 FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases. Jun 2008
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218U0121/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218U0121 36C26218U0121.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4567584&FileName=36C26218U0121-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4567584&FileName=36C26218U0121-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218U0121 36C26218U0121.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4567584&FileName=36C26218U0121-000.docx)
- Place of Performance
- Address: VA Loma Linda Healthcare System;11201 Benton Street;Warehouse-1C05;Loma Linda, CA
- Zip Code: 92357
- Zip Code: 92357
- Record
- SN05059077-W 20180830/180828231041-d8f8731ebe7d268e80c26146dde2870a (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 |