Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2020 SAM #6782
SOLICITATION NOTICE

J -- FY20 Annual Patient Lift Inspections Guldmann lifts.

Notice Date
6/22/2020 12:55:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0688
 
Response Due
6/30/2020 2:00:00 PM
 
Archive Date
07/30/2020
 
Point of Contact
Anthony R Mitchell, Contracting Officer, Phone: 318-990-4068
 
E-Mail Address
anthony.mitchell4@va.gov
(anthony.mitchell4@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C25620Q0688 Page 1 of Page 1 of COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C256-20-Q-0688 Posted Date: June 23, 2020 Original Response Date: June 30, 2020 Current Response Date: June 30, 2020 Product or Service Code: J065 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 811219 Precision Equipment Calibration/Inspection Contracting Office Address Network Contracting Office 16 510 East Stoner Ave 90C Shreveport, LA 71101 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ),. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-06 effective 05/06/20 & VAAR Update 2008-22 effective 05/08/20.. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of 20.5 Million. The G.V. (Sonny) Montgomery VA Medical Center located at 1500 E. Woodrow Wilson Dr. Jackson, MS 39216, is seeking to purchase services to perform annual inspection of Guldmann Patient Lifts. All interested companies shall provide quotation(s), for the following: SERVICES STATEMENT OF WORK: The Contractor shall provide all labor, material and tools, necessary to perform annual service as defined in this statement of work for the fleet of Guldmann GH2 and GH3 patient lifts (189 total) at the G.V. (Sonny) Montgomery VA Medical Center located at 1500 E. Woodrow Wilson Dr, Jackson, MS 39216. At minimum, all GH2 lifts must be inspected per the requirements listed below. If a corrective maintenance issue is identified, the Biomedical Engineering shop will make the needed repairs. Those specific reported corrective maintenance issues will be dealt with by the Medical Center. The period of performance for this work is 7/07/2020 thru 7/30/2020. WORK TO BE PERFORMED: Contractor shall perform preventive maintenance inspection services as follows: Structure Testing (Pass/Fail) Perform a visual inspection to verify proper connections of the lift s structural system to the building s structure (including seismic bracing if applicable) Perform a visual inspection to verify proper interface at the veiling (hard deck or soft tile) and proper installation of all protective features around the support rods and rails/tracks Perform a visual inspection to verify structural component sizing and physical installation to ensure that the correct structural system is in place and properly installed to support the lift. Rails/Tracks and End Stops (Pass/Fail) Verification that all fasteners and set screws are properly tightened on the trollies and rails/tracks Ensure that the rail/track is free of gaps (unless required by design). If included in installation, verify rail turntable function, exchanger function, gate alignment, and safety block installation. Confirm track is clean and clear of all debris. (Use manufacturer s recommended cleaning materials to avoid damage to the motor case and other components.) Verification that all manufacturer specified end stops or docking gates are properly installed. Lift Unit and Straps (Pass/Fail) Inspection of lift unit casing for cracks and alignment. Verification that the lift unit charges properly. Inspection and activation of hand control for full operation (e.g., up down, left, right) and return to charge function if applicable. Confirm any and all lift unit indicator lights are functioning (e.g., red service warning light, charging state light) Inspection and verification of all emergency functions of the lift unit Full extension and inspection of lift strap for loose threads or frays Inspection of spreader bar and clips for cracks and for loose or missing rings or cotter pins. Load Testing Verification of any soft start or soft stop features and tat lifting speed does not exceed 2.5 inches per second with zero load. Verification of load testing and deflection testing at the manufacturer s specified maximum rated lift capacity. Verification of any soft start and soft stop features and that lifting speed does not exceed 1.5 inches per second under maximum rated lift capacity. Guldmann Requirements As noted in the manufacturer s annual inspection requirements. Inspector After all activities listed above and in the Guldmann installation/operations/owner s manual(s) have been completed for all patient lifts, the inspector shall release the ceiling mounted lift installation to GVSM VAMC Biomedical Engineering Section representative for review. GVSM VAMC Biomedical Engineering provides a digital copy of the checklist to the inspector. Each patient lift requires an individual checklist completed digitally by the inspector. After the activities in the checklist and manufacturer s installation/ operation/ owner s manual(s) have been completed, the GVSM Biomedical Engineering shall review those items with the inspector prior to releasing the ceiling mounted lift back into service to ensure completion of all requirements. Batteries Contractor will change all batteries in GH2 lifts. Each battery should be dated with month/year that it was installed. GVSM VAMC Biomedical Engineering will provide the batteries to be changed. 2. SPECIAL WORK REQUIREMENTS: The regular work hours for this facility is Monday through Friday, from 7:30 am to 4:30 pm (CST), excluding Federal Holidays. All maintenance shall be provided during the regular business hours of this facility. Work is to be performed by a technician who is Guldmann Certified and currently working for a Guldmann vetted company. The Guldmann certified technician s certification is contingent upon their employment for the company that they worked for at the time of training or whoever paid for them to be trained. If that individual decides to leave or is let go from the original company, that individual s certification is then null and void. The technician s work will comply with requirements and regulations as provided by the GVSM VAMC Biomedical Engineering Section. 3. SPECIAL INSTRUCTIONS: The contractor s representative will schedule all work with the facilities representative. Contractor shall provide a written service report to the representative detailing any inspection findings and all maintenance work performed immediately following completion of the work. Failure to drop off service reports will delay contractor payment. SERVICE REPORT: A detailed checklist will be provided digitally to the contractor. Each patient lift requires one completed checklist. In addition, a service report with any Guldmann specific annual maintenance inspection information shall be provided for each patient lift (e.g., weight testing the system at 1x the weight capacity of the rail system, test charging liners for proper voltage) 4. EQUIPMENT IDENTIFICATION: Manufacturer Equipment Description Model Quantity Guldmann Patient Lifts GH2 99 Guldmann Patient Lifts GH3 90 5. SERVICE QUALITY: All services provided in this contract must meet manufacturers performance and technical specifications, Federal Regulations, VA Regulations, and meet the requirements of The Joint Commission and Life safety Code. VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) (a) The Contractor shall conform to the standards established by Guldmann periodic inspection according to DS/EN ISO 10535:2006 and VA Directive AL14-07 PSA Checklist for CM and PM. (b) The Contractor shall submit proof of conformance to the standard. This proof may be a label or seal affixed to the equipment or supplies, warranting that the item(s) have been tested in accordance with the standards and meet the contract requirement. Proof may also be furnished by the organization listed above certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards. (c) Offerors may obtain the standards cited in this provision by submitting a request, including the solicitation number, title and number of the publication to: GV(SONNY) MONTGOMERY VAMC ATT: BIOMEDICAL ENGINEERING 1500 E WOODROW WILSON AVE JACKSON, MS 39216 POC: Kelly Jordan Email: Kelly.jordan@va.gov (d) The offeror shall contact the Contracting Officer if response is not received within two weeks of the request. 6. PAYMENT: Payment will be made, in arrears of inspections, and upon receipt of a properly prepared invoice uploaded into VA s electronic payment system; which references the period for which payment is due, the contract number and/or assigned purchase order number. Vendor Electronic Invoice Submission Methods: Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests; however, they are acceptable for preview purposes only. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System (IPPS) - The FSC uses a third-party contractor, Tungsten-network, to transition vendors from paper to electronic invoice submission. Please go to this website: https://authentication.tungsten-network.com/login to begin submitting electronic invoices, free of charge after registration. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI).  The X12 EDI Web site (http://www.x12.org). The Contractor may contact FSC at the phone number listed below with any questions about the e-invoicing program or Tungsten: Tungsten e-Invoice Setup Information: 1-877-489-6135 FSC e-Invoice Contact Information: 1-877-353-9791 7. PROPERTY DAMAGE: The contractor shall take all necessary precautions to prevent damage to any government property and will notify the Contracting Officer immediately if damages occur. The Contracting Officer will authorize the contractor to remedy the situation in one of the following ways: be assessed current replacement costs for damaged property, timely replacement of damaged property, or correct damages with like materials at no additional cost. 8. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor will need to acquire a badge for each worker, and ensure that the badge be worn in a visible location on the worker at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police. The VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States District Court. CHECKLIST ATTACHMENTS Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts The commissioning for a patient ceiling lift system(s) shall include, but not be limited to, the following points as components of the commissioning procedures. NOTE: Ceiling mounted patient lifts are not to be installed in treatment units with actively suicidal patients. Facility: Work Order: Manufacturer: Lift Location: Model: VAMC Contact: Serial Number: EE Number: VAMC Contact's Phone Number: Mfgr Contact: Installer: Mfgr Contact's Phone Number: Installer's Phone Number: Date: Structure Complete 1 Perform a visual inspection to verify proper connections of the lift's structural system to the building's structure (including seismic bracing if applicable). 2 Perform a visual inspection to verify proper interface at the ceiling (hard deck or soft tile) and proper installation of all protective features around the support rods and rails/tracks. 3 Perform a visual inspection to verify structural component sizing and physical installation to ensure that the correct structural system is in place and properly installed to support the lift. NOTES: Rails/Tracks and End Stops PASS FAIL 1 Verification that all fasteners and set screws are properly tightened on the trollies and rails/tracks. 2 Ensure that the rail/track is free of gaps (unless required by design). If included in installation, verify rail turntable function, exchanger function, gate alignment, and safety block installation. 3 Confirm track is clean and clear of all debris. (Use manufacturer's recommended cleaning materials to avoid damage to the motor case and other components.) 4 Verification that all manufacturer specified end stops or docking gates are properly installed. NOTES: Lift Unit and Straps PASS FAIL 1 Inspection of lift unit casing for cracks and alignment. 2 Verification that the lift unit charges properly. 3 Inspection and activation of hand control for full operation (e.g., up, down, left, right) and ""return to charge"" function if applicable. 4 Confirm any and all lift unit indicator lights are functioning. (e.g., red service warning light, charging state light) 5 Inspection and verification of all emergency functions of the lift unit. 6 Full extension and inspection of lift strap for loose threads or frays. 7 Inspection of spreader bar and clips for cracks and for loose or missing rings or cotter pins. NOTES: Revision 2.1 Serial #: Load Testing PASS FAIL 1 Verification of any ""soft start"" or ""soft stop"" features and that lifting speed does not exceed 2.5 inches per second with ""zero"" load. 2 Verification of load testing and deflection testing at the manufacturer's specified maximum rated lift capacity. 3 Verification of any ""soft start"" and ""soft stop"" features and that lifting speed does not exceed 1.5 inches per second under maximum rated lift capacity. 4 Verification of function of emergency stop at maximum rated lift capacity. 5 Verification of emergency lowering feature at maximum rated lift capacity. NOTES: Inspector COMPLETE After the activities listed in the above checklist and in the manufacturer's installation/operations/owner's manual(s) have been completed, the inspector shall release the ceiling mounted lift installation to VA representative. SIGNATURE: DATE: TITLE: VA Representative COMPLETE After the activities listed in the above checklist and in the manufacturer's installation/operations/owner's manual(s) have been completed, the VA representative shall review those items with the inspector prior to releasing the ceiling mounted lift back into service to ensure completion of all requirements. SIGNATURE: DATE: TITLE: Manager of the Service Using the Ceiling Mounted Lifts COMPLETE After the activities listed in the above checklist and in the manufacturer's installation/operations/owner's manual(s) have been completed, the manager of the service using the ceiling mounted lifts confirms that the current staff have received initial training on ceiling mounted lifts and that there is a process in place to provide ongoing training on the proper use of ceiling mounted lifts. SIGNATURE: DATE: TITLE: Revision 2.1 2 of 2 Serial #: PRICE SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB __________________ __________________ Annual Inspection for 99 GH2 patient lifts. 1 job includes 99, Guldmann GH2 lifts in accordance with the Statement of work. Contract Period: POP Begin: 07-07-2020 POP End: 07-30-2020 0002 1.00 JB __________________ __________________ Annual Inspection for 90 GH3 patient lifts. 1 job includes 90, Guldmann GH3 lifts in accordance with the Statement of work. Contract Period: POP Begin: 07-07-2020 POP End: 07-30-2020 GRAND TOTAL __________________ Place of Performance Address: G.V.(Sonny Montgomery VAMC 1500 E. Woodrow Wilson Drive Postal Code: 39216 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1 DEV, Instructions to Offerors Commercial Items October 2018. ADDENDUM to FAR 52.212-1 INSTRUCTION TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Instructions To Offerors Addendum: Award shall be made to the quoter, whose quotation, offers the best value to the government. Comparative analysis will be used to evaluate the responses. FAR 52.212-2, Evaluation -Commercial Items, does not apply to this solicitation. The Government will select the quote that is the lowest price, technically acceptable and represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price and technical acceptability. The evaluation of Government requirements outlined in this request for quote will determine suitability. Contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. When the Government determines there is a contractor that can provide the service that meet(s) the minimum requirements of this request for quote, the Government reserves the right to communicate with only that contractor quoting the lowest price, technically acceptable service, to address any remaining issues. The Government will evaluate quotes for award purposes by adding the Contract Line Items to arrive at the total price. The Government may determine that a quote is unacceptable if prices are significantly unbalanced. FAR Part 15 will not be used for this procurement. Prospective Contractors are required to submit two separate documents: PART A Technical, and PART B Price Schedule, in addition to all other documents required by this Combined Solicitation Synopsis. If the parts are not separate documents, the quote will be considered non-responsive. If both Parts are not received, the quote will be considered non-responsive, and will not be considered for award. THE TECHNICAL PART- CONTENT OF THE NON-PRICE FACTORS Part A - Content of Technical Compliance will be evaluated on Pass / Fail basis Contractor will need to demonstrate in writing that the services offered meets the minimum technical requirements described within the Statement of Work. THE PRICE SCHEDULE AND ISSUES RELATED TO PRICE Part B - Content of the Price Part Complete the Price Schedule Contract Line Items provided in the solicitation. List prompt payment discount terms. Include any price related issues to assist the price reasonableness analysis. If your submission to this Combined Synopsis Solicitation does not follow the request above and/or other requirements of this solicitation your company risks not being considered for award. TECHNICAL EVALUATION Technical Acceptability will be based upon the conformance to the guidelines outlined in this solicitation. Quotes will be evaluated on a GO, NO-GO basis. The technical evaluation will evaluate the technical content received as required in the instructions section of this solicitation. This is a subjective evaluation that is based upon the Governments judgment as to whether the Quoter has satisfactorily addressed the technical content requirements as set forth within this solicitation. PRICE EVALUATION A Quoter s price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106-3. A written notice of award mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in an offer for award to the Quoter from the Government. The counter signed award from the Quoter to the Government will result in a binding contract between the two parties. (End of Addendum to 52.212-1) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) The Offeror shall not complete the representation in this provision if the Offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in the provision at 52.204-26, Covered Telecommunications Equipment or Services Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items. (a) Definitions. As used in this provision Covered telecommunications equipment or services, critical technology, and substantial or essential component have the meanings provided in clause 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for covered telecommunications equipment or services . (d) Representation. The Offeror represents that it [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it will provide covered telecommunications equipment or services, the Offeror shall provide the following information as part of the offer (1) A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of Provision) VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) (a) The Contractor shall conform to the standards established by: Guldmann periodic inspection according to DS/EN ISO 10535:2006 as to VA Directive AL14-07 PSA Checklist for CM and PM. (b) The Contractor shall submit proof of conformance to the standard. This proof may be a label or seal affixed to the equipment or supplies, warranting that the item(s) have been tested in accordance with the standards and meet the contract requirement. Proof may also be furnished by the organization listed above certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards. (c) Offerors may obtain the standards cited in this provision by submitting a request, including the solicitation number, title and number of the publication to: Guldmann periodic inspection according to Kelly.Jordan@va.gov (d) The offeror shall contact the Contracting Officer if response is not received within two weeks of the request. (End of Provision) 852.273-70 LATE OFFERS (JAN 2003) This provision replaces paragraph (f) of FAR provision 52.212-1. Offers or modifications of offers received after the time set forth in a request for quotations or request for proposals may be considered, at the discretion of the contracting officer, if determined to be in the best interest of the Government. Late bids submitted in response to an invitation for bid (IFB) will not be considered. (End of provision) FAR Number Title Date 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS OCT 2018 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016 852.252-70 Solicitation provisions or clauses incorporated by reference. As prescribed in 852.102(a), insert the following provision: SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE(JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference .  Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of provision) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (May 2019) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2019) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following subparagraphs of FAR 52.212-4 are applicable: ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS MAR 2020 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of Clause) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [X] 852.232 72, Electronic Submission of Payment Requests. [X] 852.270 1, Representatives of Contracting Officers. VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran owned small business concern or SDVOSB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.101, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownershi...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/159aa83f3add4c84964807d5c9a2101c/view)
 
Place of Performance
Address: G.V. (Sonny) Montgomery VA Medical Center Biomedical Department 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5116, USA
Zip Code: 39216-5116
Country: USA
 
Record
SN05698505-F 20200624/200623042655 (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.