Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2020 SAM #6736
SOLICITATION NOTICE

54 -- Inspections/service and repairs for UST and UST storage tanks 688-20-2-478-0024 (VA-20-00025042).

Notice Date
5/7/2020 1:34:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520Q0225
 
Response Due
5/12/2020 12:00:00 AM
 
Archive Date
07/11/2020
 
Point of Contact
Rita Baker Contract Specialist 202-745-8000, ext 52444
 
E-Mail Address
Rita.baker@va.gov
(Rita.baker@va.gov)
 
Awardee
null
 
Description
Page 1 of 30 Page 47 of 58 Page 1 of 30 THIS IS A REQUEST FOR QUOTE (RFQ) FOR DAY TANKS This request for Quote for the supply of goods and services is issued by the Veterans Administration, Washington, DC. The Department of Veterans Affairs is submitting a Request for Quote (RFQ) ON STORAGE TANKS. The Government anticipates awarding a Firm Fixed Price contract. This is a set-aside to SDVOSB. The Department of Veterans Affairs (VA), VISN 05 Network Contracting Office, is seeking quotes for completion of requirements for Day Tank Repair, Disinfect Domestic Water Tanks, Inspection and Testing of Storage Tanks, and that at a minimum meets the characteristics. DESCRIPTION This is a Request for Quote (RFQ). The purpose of this Request for Quote/RFQ is to gain knowledge of potential qualified sources and their size classification relative to NAICS 238990, Day tank Repair, Disinfect Domestic Water Tanks, Inspection and Testing of Storage Tanks, (size standard of $32 Million). Responses to this Request will be evaluated based on technical capability and price, which will be used by the Government to make an appropriate acquisition decision. After review of the responses to this Request for Quote, an award will be made based on lowest price. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the Request for Quote supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include: Company name, address of company, point of contact Any small business designation as certified by the Small Business Administration and size of business. A through description of experience in managing requirements of this nature. Technical capability Price, separate document If you are interested, please indicate by answering the following: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Service Disabled Veteran Owned Small Business (SDVOSB) receive preference. (2) Is your company considered small under the NAICS code identified under this RFQ? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub-contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) Technical capability will be used for the purpose of award. (10) Pricing will be used for the purpose of award. CONTACT INFORMATION: Responses to the Request for Quote shall be submitted via email to rita.baker@va.gov no later than May 12, 2020. Estimated POP: 05/20/2020 05/19/2021. PLEASE SEE GENERAL INFORMATION AND FULL DESCRIPTION BELOW ATTACHMENT 1 GENERAL INFORMATION 1. Title of Project: Day Tank Repair, Disinfectant Water Tanks, Inspection and Testing of Storage Tanks. 2. Scope of Work: The contractor shall include all labor, resources, rentals, travel, materials and all expenses necessary to accomplish this requirement as described in the statement of work (SOW) below. GENERAL SCOPE: The Contractor shall furnish and install all labor; tools and materials necessary to perform preventive maintenance inspections and services as per local codes (DOEE) for: Two (2) Underground Storage Tanks and 6 above ground storage tanks, One-sub based tank and two 10-thousand-gallon domestic water Hydro-Tanks. Grease abatement in a 20x 20 subbasement area way These systems are required by the District Department of the Environment to be inspected and serviced annually. Task #1 Contractor shall Perform the following maintenance procedures on fuel storage tanks in accordance to manufacturer specifications on fuel storage tanks and associated systems: Precision Tightness Testing, Sump Hydrostatic testing, visual inspection of sumps and spill buckets, and diesel fuel filtering for two (2) underground storage tanks (USTs) Scope of Work: Perform precision testing on (2) USTs. One (1) 30,000 gallon UST (Diesel) One (1) 10,000 gallon UST (Diesel) Hydrostatic Testing of 6 sumps and 2 Spill buckets on (2) USTs. One (1) 30,000 gallon UST 3 sumps and I spill bucket One (1) 10,000 gallon UST 3 sumps and 1 spill bucket Inspection, Recalibration and Recertification of Tank Monitoring System (TMS). One (1) 30,000 gallon UST 1- TMS One (1) 10,000 gallon UST 1- TMS Filter /Polish and treat diesel fuel in 2-USTs and (6) 100-gal day tanks and one 200 Gallon Day Tank One (1) 30,000 gallon UST (diesel) One (1) 10,000 gallon UST (diesel) Performing the following preventive maintenance procedures on automatic tank gauging systems in accordance to manufacturer specifications on fuel storage tanks: Calibrate (3) Automatic Tank Gauging operating systems to ensure that the system is operating in accordance with manufacturer s specifications. Calibrating and lubricating the equipment. Performing remedial maintenance/repairs of non-emergent nature. Inspect all mechanical and electronic components which may include but not limited to cables, relays, switches, control devices and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, solenoid or manual valves, chemical injectors and keyboards for mechanical and electrical integrity, safety, and performance. Address known repairs needed on one 100-gallon day tank and one 200-gallon day tank: Task #2 Generator Pump set leak repair: Mobilize on site huddle with contractor De-energize day tank pump set and associated components. Disconnect electrical and piping connections from the duplex pumps. Disconnect motor shaft and pump assemblies. Remove and replace bearing packing and seals on the pump assembly. Reconnect motor shaft and pump assemblies. Reconnect piping and electrical connections. Pump, remove and dispose of accumulated diesel fuel in the day tank containment. Start up and purge the system. Clean the top and sides of the day tank and pump sets removing evidence of leakage. Remove and dispose of generated waste / debris. Nursing home generator, leaking day tank piping repair Mobilize on site and meet with VAMC COR establishing system down times. De-energize day tank pump set and associated components. Disconnect electrical and piping connections from the duplex pumps. Disassemble FOS / FOR piping, valves, strainers and associated components inside of the pump skid. Clean pipe threads. Apply new anti-seize pipe sealant and reconnect piping in the same configuration prior to disassembly. Start up and purge system. Vac out and remove accumulated diesel in the pump set containment tray. Wipe clean all components removing evidence of leakage. Remove and dispose of generated waste / debris. Task #3 Domestic water hydro tank disinfection procedure The Contractor shall furnish and install all labor; tools and materials necessary to perform disinfection procedures and services for two 10 thousand gallon domestic water Hydro-Tanks . These systems are required by the District Department of the Environment to be inspected and serviced annually. Procedure will be as follows: Each tank will be scheduled for disinfection procedures on two agreed Saturdays for a time period that is agreed upon by both parties. Tanks will be filled prior to contracts arrival to the work site by VA facility personnel. Contractor will perform the noted procedures to clean and disinfect the tanks Once the contractor is complete, water samples will be taken by a Third party and sent to a facility approved test laboratory for quality assurance. Task #4 Provide al labor and parts to abate the remains of a grease /sewage spill in room GE 261.Once the remains of the spillage is removed provide a environmentally safe substance to mitigate any odors that remain for the spill. Within thirty (10) days after award, the Contractor shall provide the COR with a copy of the procedures that the Contractor shall follow, including the manufacturer specifications, the ones listed in paragraph A, and any additional procedures followed by the Contractor. The day of the Service must be scheduled by the Field Service Engineer and the Contracting Officers Representative at least a week in advance and during normal working hours. All exceptions to the preventive maintenance schedule shall be arranged and approved in advance. Any charges for materials such as lubricants, fluids, cleaning supplies, parts, services, manuals, tools, or software required for the Contractor to successfully complete schedule PM shall be provided by the Contractor and are included within this contract, and its agreed upon price. PARTS The Contractor shall have ready access to all equipment parts, including unique and high mortality replacement parts, in order to minimize downtime and meet equipment uptime requirements. Only new standard parts (manufactured by the maker of the equipment or equal thereto) shall be furnished by the Contractor. Rebuilt parts, used parts, or those removed from the same model of equipment shall not be installed. All parts supplied by the Contractor shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. SERVICE MANUALS The VAMC shall not provide service manuals or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available to its Field Service Engineer s all operational and technical documentation (such as: operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. TEST EQUIPMENT Within thirty (10) days after award, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment which shall be used by the Contractor on VAMC s equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. CHECK-IN PROCEDURES A. The Contractor shall be required to report to the COR during normal working hours, prior to, and after any work is performed, every day that is required to complete the job. This check-in is mandatory. At this time the Field Service Engineers will be issued a contractor s identification badge which will be displayed at all times while on VAMC property, and surrendered upon completion of the job. Also, at this time Field Service Engineers (FSE) will be required to enter the following information into the lob: name of Field Service Engineers, name of Contractor, current date, and time in, location of service/equipment being serviced, and time out. B. When service is completed, the Field Service Engineer shall document services rendered on a properly completed Engineering Service Report. The Field Service Engineer shall be required to log out with the Utility Systems Shop and submit the Engineering Service Report(s) to the COR. All Engineering Service Reports shall be submitted to the equipment user for an acceptance signature and to the COR for an authorization signature . If the COR is unavailable, a signed, authorized copy will be sent to the Contractor after the work can be reviewed. C. When the job cannot be completed by 4:30 p.m. during normal working hours, a status of progress in the form of an Engineering Service Report and verbal description must be provided to the COR before 4:00 p.m. D. When work is authorized to be done outside normal working hours and Utility Systems Shop is not staffed the Field Service Engineer shall be required to log in and out with Security/Police service in the VAMC lobby or room 1A114 and receive proper identification badges. Engineering Service Reports for these services, completed and left in progress, will need an acceptance signature , and should be dropped off at a point agreed upon with the COR. DOCUMENTATION/REPORTS A. Documentation in the form of Engineering Service Report must be furnished to the COR for all scheduled and unscheduled maintenance performed by the Contractor. Failure to comply may result in delayed payment. B. The documentation shall include detailed descriptions of scheduled maintenance and emergency repairs, procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment. Such documentation shall meet the guidelines as set forth in Section C.3, Conformance Standards. The Engineering Service Report shall consist of a separate report for each equipment item covered under the specific contract. Each Engineering Service Report must, at a minimum, document the following data legibly and in complete detail: Name of Contractor. Name of Field Service Engineering who performed services. Contractor service Engineering Service Report 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 (for the contract or one provided for authorized work performed outside normal hours of coverage or not covered by the contract). Description of problem reported by Contracting Officers Technical Representative Identification of equipment to be serviced: device name/description, device location (if applicable), manufacturer s name, model number, serial number, inventory/barcode, and any other identification numbers. Itemized description of service performed and parts replaced. Results of calibration and/or performance testing. Signatures Authorization of work task shall be completed by a signature by Contracting Officer s Representative. If he/she is unavailable a signed, authorized, copy of the Engineering Service Report will be sent to the Contracting Officer after the work can be reviewed, if requested by the Field Service Engineer and noted on the Engineering Service Report. Any additional charges claimed by the Contractor must be approved by the Contracting Officers Representative before the service is completed. A purchase order number must then be provided to the Field Service Engineer /Contractor by the Contracting Officers Representative. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE The Contractor shall immediately, but not later than twenty-four (24) hours after discovery, notify the Contracting Officer and the Contracting Officers Representative, IN WRITING of the existence or the development of any defects in, or repairs required to the schedule of equipment which the Contractor considers not to be responsible for under the terms of the contract. The Contractor shall furnish the Contracting Officer and Contracting Officers Representative with a written estimate of the cost to make necessary repairs. ADDITIONAL CHARGES There shall be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional Field Service Engineer and/or delivery of parts. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: The Contractor shall have fully qualified Field Service Engineer performing all service on the equipment under contract. Within a 10 day period after the award of the contract, the Contractor shall submit a list of the fully qualified Field Service Engineers who shall perform the contracted service at this VAMC for each make and model of equipment on the equipment schedule. The list for each Field Service Engineer performing work at this VAMC will include: their name, geographic location, length and type of experience maintaining medical equipment (specific to make and model of equipment), and their formal training (specific to the make and model of equipment). Each respondent must have an established business, with an office and full time staff. Generally, the Contractor shall have two years of successful experience in fully maintaining the full schedule of equipment for this contract. This staff includes two fully qualified Field Service Engineers who shall serve as the primary technician and backup for the servicing of the items listed on the schedule of equipment at this VAMC. Fully Qualified is based upon training and on experience in the field. For training, the Field Service Engineer(s) has successfully completed a formalized training program, for the equipment identified in the scheduled of equipment. For field experience, the Field Service Engineer(s) shall have a minimum of two years of experience (except for equipment on the market less than two (2) years) performing preventive maintenance and equipment repairs on the equipment. The Field Service Engineers shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by fully qualified individuals. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved Field Service Engineers for each make and model the Contractor services at the VAMC, as detailed in Section C.15. The Contracting Officer may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The Contracting Officer and COR specifically reserve the right to reject any of the Contractor s personnel and refuse them permission to work on the VAMC equipment. If subcontractor(s) are used, they must be approved by the Contracting Officer; the Contractor shall submit any proposed change in subcontractor(s) to the Contracting Officer for approval or disapproval. GENERAL CONDITIONS AND DEFINITIONS: VA: Veterans Affairs. COR: Contracting Officers Representative. VA employee of VAMC Facilities and Engineering Service officially assigned to act as a Project Manager and Inspector on behalf of VAMC and the Contracting Officer. COR shall be First Point of Contact on all matters concerning contract work for subject Project. . ILSM: Interim Life Safety Measures. Any series of Operational Actions taken to temporarily reduce hazards posed by Life Safety deficiencies which have been created by demolition, renovation, or construction works, and which are to remain in place and in effect for duration of Contract work. NFPA-NFC: National Fire Protection Association National Fire Codes. NEC: National Electrical Code, NFPA NFC Standard 70 PROVIDE: Whenever used throughout the Scope of Work, term Provide is to be understood to mean Purchase newly manufactured; Furnish delivered to VAMC work site in protective containers; Secure from tampering or theft; and Install in accordance with Contract Scope of Work, Drawings, Specifications and Manufacturer s Instructions all required items of administrative submittals, labor, demolition, construction, equipment items, and installation works for entirety of Contract. Coordinate all administrative and construction requirements exclusively with or through assigned COR of VAMC Facilities and Engineering Service; and neither discuss contract work with, nor take any directives concerning contract work form any other person other than COR unless specifically permitted and authorized to do so. XII. SAFETY PRECAUTIONS: The Contractor shall comply with all applicable Federal, State and Local legal requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulation, such as applicable provision of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. Contractor shall assume the responsibility to guard against causing fires and/or explosion and to protect Government Property, reference NFPA 241 and 29 CFR 1926. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall not compromise security, communication or fire safety for occupants. No flammable liquids shall be stored or used in the Medical Center. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Association (NFPA) 10 and NFPA 41. The Contractor shall receive from the COR a permit for all cutting, welding and soldering. All necessary precautions shall be taken by the contractor to prevent activation of any existing smoke detectors or sprinkler heads. HAZARDOUS MATERIAL REPORTING: The Contractor shall maintain hazardous inventories and material safety data sheets (MSDS) for all hazardous materials (as defined in CFR 1910.120, 40 CFR s 355, 370, & 372) to be stored and used at this Medical Center. Hazardous materials must be inventoried when received and when the project is completed. Hazardous Materials Inventories, Material Safety Data Sheets and Material Quantities used shall be submitted to the Contracting Officer for approval. In the event of a spill, Contractor shall immediately notify the Contracting Officer s Representative as well as the Contracting Officer. The Contractor shall be solely responsible for the expense of any cleanup of such spill, and the cleanup shall be in accordance with the applicable provision of 40 CFR Part 761. ENVIRONMENTAL PROTECTION: In order to provide for abatement and control of all environmentally hazardous materials arising from demolition and/or construction activities, the Contractor shall comply with all applicable environmentally hazardous material control and abatement and all applicable provisions of the Corps of Engineers Manual EM 385-1-1, General Safety Requirements as well as the specific requirements stated elsewhere in the Contract Documents. All hazardous and universal waste resulting from contractor demolition and construction shall be removed and properly disposed in accordance with 40 CFR 261 through 265, 40 CFR 273 and 40 CFR 279 by the contractor at no additional cost to the VA. This will include the disposal of ballasts, fluorescent bulbs, used oil, mercury switches and any hazardous material. Copies of disposal manifests must be provided to the COR. Contractor must comply with Federal Executive Order 13514 and VA specifications by developing a waste management plan to divert 30-50% of demolition debris from the solid waste stream. At a minimum, the following shall be diverted from the landfill: inert material, wood, metal, cardboard, roofing material, plastics, carpets, carpet pads, gypsum board, insulation, unused paint. INTERIM LIFE SAFETY MEASURES: A series of operational actions taken to temporarily reduce the hazard posed by life safety deficiencies created during and until completion of construction. TERMS AND CONDITIONS Quote shall remain valid for a minimum of 45 (forty five) days from the Quotation Submission Date. The Government shall not at any time be liable or responsible for, nor be under any obligation to reimburse the Supplier for, any losses or expenses or loss that may be incurred by the Supplier in the preparation and submission of its Quotation. CLAUSES CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment. (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth inthis contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (8) Other documents, exhibits, and attachments (t) [Reserved] (i) Any such clause is unenforceable against the Government. (v) Incorporation by reference. The Contractor s representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. (End of Clause) ADDENDUM to FAR 52.212-4 CONTRACT TERMS ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/756887108865437ebd27b197ad9b0e64/view)
 
Place of Performance
Address: Washington, DC VAMC;50 Irving Street NW;Washington, DC 20422
Zip Code: 20422
 
Record
SN05650560-F 20200509/200507230208 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.