Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2020 SAM #6964
SOLICITATION NOTICE

J -- CCTV, Security Equipment & Access Controls Maintenance & Repairs | LY-NJ

Notice Date
12/21/2020 8:21:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q0336
 
Response Due
1/14/2021 12:00:00 PM
 
Archive Date
04/23/2021
 
Point of Contact
Monique Paltan, Contracting Officer, Phone: 212 686 7500 6081
 
E-Mail Address
Monique.Paltan@va.gov
(Monique.Paltan@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR CCTV EQUIPMENT, SECURITY EQUIPMENT AND ACCESS CONTROL FULL MAINTENANCE & REPAIR SERVICES AT LYONS CAMPUS, NEW JERSEY HEALTH CARE SYSTEM. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 - Simplified Procedures for Certain Commercial Items , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through Contract-Opportunities at beta.SAM.gov on RFQ reference number 36C24221Q0336. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02, VAAR Update 2008-25. (iv) This procurement is being issued as a Total Small Business Set-Aside Open Market Solicitation. The North American Industry Classification System (NAICS) code is 561621 SECURITY SYSTEMS SERVICES (EXPECT LOCKSMITH) with a Small Business Size Standard of $22.0 Million. (v) The Contractor shall provide pricing to provide services for CCTV Equipment, Security Equipment and Access Controls Maintenance and Repair Services. See table below: PRICING TABLE FOR: CCTV Equipment, Security Equipment and Access Controls Full Maintenance and Repair Services. LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base Period: Physical Access Controls System - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all PACS equipment specified in the requirement. 12 MO 0002 Base Period: Physical Access Controls System - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. 0003 Base Period: Security Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all Honeywell equipment specified in the requirement. 12 MO 0004 Base Period: Security Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. 0005 Base Period: Closed-Circuit TV (CCTV) Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all CCTV equipment specified in the requirement. 12 MO 0006 Base Period: Closed-Circuit TV (CCTV) Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. Total Base Year: 1001 Option Year 1: Physical Access Controls System - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all PACS equipment specified in the requirement. 12 MO 1002 Option Year 1: Physical Access Controls System - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. 1003 Option Year 1: Security Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all Honeywell equipment specified in the requirement. 12 MO 1004 Option Year 1: Security Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. 1005 Option Year 1: Closed-Circuit TV (CCTV) Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all CCTV equipment specified in the requirement. 1006 Option Year 1: Closed-Circuit TV (CCTV) Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. Total Option Year 1: 2001 Option Year 2: Physical Access Controls System - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all PACS equipment specified in the requirement. 12 MO 2002 Option Year 2: Physical Access Controls System - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. 2003 Option Year 2: Security Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all Honeywell equipment specified in the requirement. 12 MO 2004 Option Year 2: Security Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. 2005 Option Year 2: Closed-Circuit TV (CCTV) Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all CCTV equipment specified in the requirement. 2006 Option Year 2: Closed-Circuit TV (CCTV) Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. Total Option Year 2 3001 Option Year 3: Physical Access Controls System - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all PACS equipment specified in the requirement. 12 MO 3002 Option Year 3: Physical Access Controls System - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. 3003 Option Year 3: Security Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all Honeywell equipment specified in the requirement. 12 MO 3004 Option Year 3: Security Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. 3005 Option Year 3: Closed-Circuit TV (CCTV) Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all CCTV equipment specified in the requirement. 3006 Option Year 3: Closed-Circuit TV (CCTV) Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. Total Option Year 3: 4001 Option Year 4: Physical Access Controls System - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all PACS equipment specified in the requirement. 12 MO 4002 Option Year 4: Physical Access Controls System - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. 4003 Option Year 4: Security Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all Honeywell equipment specified in the requirement. 12 MO 4004 Option Year 4: Security Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. 4005 Option Year 4: Closed-Circuit TV (CCTV) Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full maintenance services. Technicians shall be factory certified and have working knowledge on all CCTV equipment specified in the requirement. 4006 Option Year 4: Closed-Circuit TV (CCTV) Equipment - Contractor shall provide all labor, parts, materials, travel and supervision to perform full repair services. Total Option Year 4: Base and All Option Years Total: (vi) Description of requirement: STATEMENT OF WORK Access Controls, Security Equipment and CCTV Equipment Full Maintenance and Repair Services BACKGROUND: Department of Veterans Affairs New Jersey Health Care System is currently seeking 12 Months of full Preventive Maintenance and Repair Services for the Physical Access Controls Systems (PACS), Honeywell Security Equipment and Closed-Circuit TV (CCTV) Equipment at the Lyons Campus. The contractor shall perform full preventive maintenance and repair services on all equipment outlined within this Statement of Work. SCOPE OF WORK- Contractor shall furnish all parts, labor, materials, tools, travel and supervision for maintenance and repair of all equipment listed below in accordance with Original Equipment Manufacturers (OEM) specification. Services shall include testing, networking repairs, replacement, installations, call back repairs and programming of equipment/systems. The contractor shall provide timely response to all service calls and emergency repairs to minimize equipment downtime. Routine /non-urgent repairs are to be performed during normal working hours listed below. Emergency/urgent repairs are to be coordinated and scheduled with COR and can be performed 24/7. Contractor shall provide 24/7 emergency phone number with average call back response time of two (2) hours for emergency repairs. Contractor shall provide technicians who are fully factory certified to work on PACS, CCTV Equipment and Honeywell Security Equipment. SPECIFICATIONS: Contractor shall test the functionality of the equipment upon completion of repair. If this is a test for repair, the Test should ensure that damaged parts have been successfully repaired and all functions including, but not limited to those related to repaired parts, are operational. If this is a test for a routine PM service, inspection, etc., then the test should ensure that the equipment is functioning within the guidelines of the Original Equipment Manufacturer (OEM). Upon completion of the maintenance service, the COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. This inspection should ensure that all equipment is returned to full functioning condition. No invoices will be processed for payment prior to the completion of COR/POC inspection. Contractor shall provide an electronic version of the Service Report to the COR. Contractor shall ensure Service Reports are signed by both the service provider and COR at completion of work. 1. Physical Access Controls System (PACS): Contractor shall furnish all parts, labor, materials, tools, travel and supervision for maintenance and repair of Physical Access Control System (PACS) equipment in accordance with manufacturer s specification. Contractor shall provide services that maintain and operate covered system at optimum performance. Contractor shall provide factory certified Technicians with working knowledge on all PACS equipment listed below. Technicians shall provide factory support and training upon request. 1A. Physical Access Controls System (PACS) Equipment List: Total 23 Buildings being served by PACS Total 190 Doors being serviced by PACS Total 64 PACS Panels in place PACS Main computer server and sequel database PACS Network, hub, and media converters PACS fiber optic and cat network Distech Controls EC-ACC Access Controllers PACS SFP (small formfactor protocol) modules and fiber optic patch cords Northern Computers N1000 Series Controllers Northern Pro-2200 and Pro-3200 series panels Northern NAX Northern NX1 Software Dedicated Micros Insignia IP4000 panels WinPak, Pro Morpho manager, Bio script, and Key watcher software Biometric Readers Morpho script readers Key-Keeper Lockbox in CDC Electric Strikes Magnetic Locks, sensors, contacts, and power supplies Total 26 Rack Mount and Enclosed (UPS) Uninterrupted Power Supply Data Entry Backup and Database Maintenance Training 1B. Materials most frequently needed for PACS maintenance and repairs: Honeywell NX4S1 4 door panel Honeywell NX1MPS 1 door Panel Honeywell PRO32D2 Reader Board 900PHRNEK00005 Reader Dedicated Micros SDHD-16/6T DVR AR615616UC Power Supply 2. Honeywell Security Equipment: Contractor shall furnish all parts, labor, materials, tools, travel and supervision for maintenance and repair of Honeywell Security Equipment in accordance with manufacturer s specification. Contractor shall provide services that maintain and operate covered system at optimum performance. Contractor shall provide factory certified Technicians with working knowledge of Honeywell Security Equipment, Micro Key Software, PC, Database, Central Station Receiver and Distech Lighting Controls listed below. Technicians shall provide factory support and training upon request. 2A. Honeywell Security Equipment List: Honeywell Vista Series Alarm Control Panels Honeywell Intrusion and Panic Alarms throughout facility Honeywell MX8000 and Bosh Central Station Receiver Software Micro key Software for Central Station Distech Controls EC-Lighting Control Panels and LNS Database 2B. Materials most frequently needed for Honeywell Security Equipment maintenance and repairs: - Honeywell Vista 50p Panel - Honeywell 6160 keypads - Honeywell 5881 ENH Receiver - Honeywell 5869 Panic Trans. - Micro Key 1 Year software license. - Distech Controls EC-Light 16D 16 Relay control panel 3. Closed Circuit TV (CCTV) Equipment: Contractor shall furnish all parts, labor, software, materials, tools, travel and supervision for maintenance and repair of Closed-Circuit TV (CCTV) Equipment in accordance with manufacturer s specification. Contractor shall have factory direct status with DM View software. Contractor shall provide services that maintain and operate covered system at optimum performance. Contractor shall provide factory certified Technicians with working knowledge on CCTV equipment listed below. Technicians shall provide factory support and training upon request. 3A. Closed Circuit TV (CCTV) Equipment List: - Dedicated Micros (Digital Video Recorders) DVR s installed In Buildings through Campus. - Dedicated Micros, Sony, Samsung and all other installed Cameras Total 210 units. - Total 18 monitors and 7 computers in Bldg. 1 CDC and Bldg. 6 Canteen - NetVu Observer and Trans Vu Software - Fiber and cat. Network Switches, Hubs and Media converters - SFP (small formfactor Protocol) Modules and fiber optic patch cords - All Rack Mount UPS Associated with CCTV Equipment - Pan/Tilt and Zoom Housing WORKING HOURS: All work shall be performed between the hours of 7:00 AM to 3:30 AM, Monday to Friday excluding Federal Holidays. Emergency calls will be addressed 24 hours a day, 7 days a week. RESPONSE TIME: Contractor shall respond verbally within one (1) hour of initial contact from Electric Shop Department POC and will work with the (Contracting Officer Representative) COR/POC to negotiate and establish on-site response times based on emergency levels. Response time shall be: Two (2) hours for Level 1 Emergency Response. within 24 hours for Level II Non-Emergency Response. Contractor shall be available to be on-site within four (4) hours of requested service by the Contracting Officer Representative (COR). REPORTS: Service reports must be signed by both service provider and COR at completion of work. An electronic version of same shall be sent to the COR. FEDERAL HOLIDAYS: Federal Holidays which are observed by the federal government are annotated below. New Year s Day Martin Luther King s Birthday President s Day Memorial Day Independence Day - Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day REPORTING FOR SERVICE: Contractor personnel shall report to the Electric Shop Foreman, Bldg. 13, Room 4A, Ext. 4270 for Security Equipment. Contractor shall report to the Equipment Repair Shop Foreman, Bldg. 15, Room 6, Ext. 4280 for Access Control (PACS) & CCTV Equipment. All coordination shall be addressed with the COR/POC. NON-COMPLIANCE: The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. OTHER RELATED SERVICES: Any services not expressly stated in this Statement of Work are not authorized. Other maintenance and/or repair vital to the continued functioning of the systems may be added only after written modification from the Contracting Officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the Contracting Officer will be considered inclusive. PERIOD OF PERFORMANCE: Performance of services will be for one year from 02/01/2021 to 01/31/2022 with provisions of four (4) Option Years. PLACE OF PERFORMANCE: Department of Veterans Affairs New Jersey Health Care System Electric Foreman Shop, Bldg. 13, Rm 4A and Bldg. 15, Rm 6 151 Knollcroft Road Lyons, NJ 07930 CONTRACTING OFFICE ADDRESS: VISN 2 Network Contracting Office Manhattan NY Harbor Healthcare System 423 East 23rd Street New York, NY 10010 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24221Q0336. The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); Acknowledgement of any solicitation amendments; Past performance information; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEPT 2006) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition. (a) Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Technical Capability is more important than past performance and price. However, price will become significantly more important as technical capability approach equality. All sub-factors under technical capability are of equal importance. Past performance is less important than price. The government shall evaluate information based on the following evaluation criteria. Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the Statement of Work (SOW). A) Technical Proficiency: Offeror shall submit a proposal that demonstrates that it is a firm regularly engaged in the field of alarm, security system and access controls maintenance and repair. The proposal shall be comprehensive and demonstrate its understanding of the requirement. The package shall outline the contractor s ability to adequately and satisfactorily perform the services in accordance with the Statement of Work (SOW) and the extent to which potential risks are identified and mitigated. B) Contractor Experience: The offeror shall provide 3 instances of past experience similar in nature, scope, complexity, difficulty and size to that which will be supplied under the prospective contract contemplated by this solicitation. The experience shall reflect of no less than (3) years of preventive maintenance and repair services covering PACS equipment, CCTV equipment and Security equipment. C) Licensing/Certifications: Contractor shall provide proof that all Technicians for this requirement are licensed/certified to perform preventive maintenance and repair services covering PACS equipment, CCTV equipment and Security equipment. Certified Technicians shall be factory trained and have technical qualification of at least 3 years of successful experience in the Security Equipment industry. (2) Past performance: Contractor must provide three references for contract of similar scope and magnitude to be evaluated. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. (3) Price: The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2020) applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.252-2 Clauses Incorporated by Reference (FEB) 1998 http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) 852.203-70 Commercial Advertising (JAN 2008) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) 852.215-71 Evaluation Factor Commitments (SEP 2019) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) 852.219-76 Subcontracting Commitments Monitoring and Compliance (JUL 2018) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.233-70 Protest Content/Alternative Dispute Resolutions (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items (NOV 2020), applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-28 Post Award Small Business Program Representation (MAY 2020) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination (xiv) N/A (xv) This is an Open-Market Total Small Business Set-Aside combined synopsis/solicitation for CCTV Equipment, Security Equipment and Access Controls Maintenance and Repair Services for the Lyons Campus, New Jersey Health Care System, VA Medical Center at Lyons, NJ as defined herein.  The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received not later than 3:00 PM EST, Thursday, January 14, 2021. The government shall only accept electronic submissions via email, please send all quotations to Monique.Paltan@va.gov. RFI s will not be accepted after Monday, January 04, 2021 at 12:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Monique Paltan, Contracting Officer, Monique.Paltan@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0726850552814e919365e81040b4fccc/view)
 
Place of Performance
Address: Department of Veterans Affairs New Jersey Health Care System Lyons Campus 151 Knollcroft Road, Lyons, NJ 07930, USA
Zip Code: 07930
Country: USA
 
Record
SN05878550-F 20201223/201221230109 (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.