SOLICITATION NOTICE
R -- Double Array application, Campus-Wide Mass Notification System, capable of connecting to a notifier system and also provide intelligible audio on a 100-acre campus. System will be used to notify people outdoors of pending storms, traffic
- Notice Date
- 5/4/2021 8:10:08 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24721Q0671
- Response Due
- 5/18/2021 7:00:00 AM
- Archive Date
- 05/28/2021
- Point of Contact
- Joseph M Locke, Contracting Officer, Phone: 803-776-4000 x7814
- E-Mail Address
-
Joseph.locke@va.gov
(Joseph.locke@va.gov)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information: Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24721Q0671 Posted Date: May 4, 2021 Original Response Date: May 18, 2021 Current Response Date: 10:00AM EST Product or Service Code: SERVICE Set Aside (SDVOSB/VOSB): CASCADE NAICS Code: 561621 Contracting Office Address: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 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 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a business size standard of $22.0 million dollars. The VA Columbia Healthcare System, located at 6439 Garners Ferry Road, Columbia, SC 29209 is seeking a Double Array application, Campus-Wide Mass Notification System, capable of connecting to a notifier system and provide intelligible audio on a 100-acre campus. System will be used to notify people outdoors of pending storms, traffic control, and other emergency related announcements. Notifications will be made from the VA Police office, utilizing the existing fire alarm network voice system. Prior to submitting a quote: SD/VOSB Vendors shall be Verified in https://www.vip.vetbiz.va.gov/ and All Vendors shall be Registered as Active in https://www.sam.gov/SAM/ Point of Contact: POC for this acquisition is Joseph Locke, 803-776-4000, Ext: 7801; joseph.locke@va.gov All interested companies shall provide quotation(s) for the following: B.2 PRICE/COST SCHEDULE CLIN 0001 Unit of Issue: JB Quantity: 1 Description: Double Array application, Campus-Wide Mass Notification System, capable of connecting to a notifier system and provide intelligible audio on a 100-acre campus. System will be used to notify people outdoors of pending storms, traffic control, and other emergency related announcements. Notifications will be made from the VA Police office, utilizing the existing fire alarm network voice system. B.3 DELIVERY SCHEDULE Delivery Address: VA Columbia Healthcare System, also referred to as the WJB Dorn VA Medical Center Period of performance is based upon award date and shall not exceed one (1) year after the contract has been awarded. Place of Performance: Address: 6439 Garners Ferry Road Postal Code: 29201 Country: UNITED STATES SITE VISIT SITE VISIT: See clause 52.237-1, Site Visit (APR 1984). The site visit will be conducted on Tuesday, May 11, 2021 at 10am EST at the Columbia VA Healthcare System. CHECK-IN REQUIREMENTS: Contractor and all Contractor s Service Personnel shall check in and out with Engineering in Building 20 prior to performing and upon completion of all required service. This information is required to contact mechanics in case of an emergency during regular hours. Proceed to Building 106 for Daily Coronavirus (COVID-19) check in process. Every time any personnel leaves any of the buildings, they must return to Building 106 for Daily Coronavirus (COVID-19) check in process. All personnel are required to wear approved masks when entering or working in any of the facilities buildings. They are to be non-surgical type masks, not homemade masks (this is for staff and Contractors). This mask must always be worn. Any personnel caught without wearing an approved mask will be escorted out of the facility. Masks need to be worn whenever you are within six (6) feet of another person, whether you are outside or inside. This includes riding in carts. NOTE: This is the ONLY site visit scheduled for this project; individual or separate site visits will not be scheduled. This is not a mandatory site visit, but it is highly encouraged to attend before submitting a quote. If you have any questions, please contact the Contracting Officer, Joseph Locke at 803-776-4000 x7801 or e-mail at joseph.locke@va.gov. CRITICAL DATES RELATING TO THIS REQUIREMENT: Tuesday, May 4, 2021: Solicitation Issue Date Tuesday, May 11, 2021: Site Visit at 10am EST / VA Columbia Healthcare System Wednesday, May 12, 2021: ALL Questions are due to Contracting Officer NLT 4pm EST Friday, May 14, 2021: Answers to all questions asked will be posted to BetaSam.gov Tuesday, May 18, 2021: Solicitation Closing Date. ALL quotes are due NLT 10am EST. IMPORTANT INFORMATION TO ALL INTERESTED QUOTERS REGARDING QUESTIONS: ALL questions must be submitted in writing via e-mail directly to the Contracting Officer for review and coordination to respond as necessary. NO questions will be addressed over the phone. The Contracting Officer s e-mail address is as follows: joseph.locke@va.gov To ensure that ALL questions are fielded timely, please ensure your e-mail is marked Urgent and includes the following text in the subject line: Urgent: Question(s) relating to Mass Notification System, 36C24721Q0671. Basis of Award Requirement: Double Array application, Campus-Wide Mass Notification System, capable of connecting to a notifier system and provide intelligible audio on a 100-acre campus. System will be used to notify people outdoors of pending storms, traffic control, and other emergency related announcements. Notifications will be made from the VA Police office, utilizing the existing fire alarm network voice system. SOLICITATION NOTICE OF TIERED EVALUATIONS: This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (4) large business concerns. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. Award will be made to the lowest priced offeror that conforms to the stated evaluation factors and whose offer is found to be the most advantageous to the Government. When evaluating proposals in any tier to determine price reasonableness, the VA contracting officer reserves the right to consider competitive proposals submitted from all offerors (including large businesses). Tier 1: Service-Disabled Veteran Owned Small Business (SDVOSB) The Contracting Officer will evaluate offers, if any, submitted by Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price, the SDVOSB set-aside will be withdrawn and the Contracting Officer will review offers submitted by VOSB concerns. Tier 2: Veteran Owned Small Business (VOSB) The Contracting Officer will evaluate offers, if any, submitted by Veteran Owned Small Business (VOSB) concerns. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price, the VOSB set-aside will be withdrawn and the Contracting Officer will review offers submitted by Small Business concerns. Tier 3: Small Business (SB) The Contracting Officer will evaluate offers, if any, submitted by Small Business (SB) concerns. If no offers were submitted by SB concerns, or if none of the offers would result in award at a fair and reasonable price, the SB set-aside will be withdrawn, and the Contracting Officer will review offers submitted by Large Business concerns. Tier 4: Large Business (LB) The Contracting Officer will evaluate offers, if any, submitted by Large Business (LB) concerns. If no offers were submitted by Large Business concerns, or if none of the offers would result in award at a fair and reasonable price, the Contracting Officer will cancel the solicitation. Technical tradeoff will not be made, and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). *A Tiered approach will be utilized. **ALL factors must be rated ACCEPTABLE to be considered for award. ***MUST be registered in www.sam.gov to receive Government contracts. SAM registration must be active to receive Government contracts. ****If quoting as a Service-Disabled Veteran Owned Small Business (SDVOSB) or a Veteran Owned Small Business (VOSB), the quoter must be registered in www.sam.gov to receive Government contracts. EVALUATION METHODOLOGY. The award decision will be based on the following: Price: All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. Non-Price Factors: Each factor will be scored as Acceptable or Unacceptable as defined below. Offers will be evaluated against the SOW and the stated evaluation criteria. All offers are evaluated using the same standards. Acceptable ALL minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. The following table will be used for each proposal received to score each Non-Price factor as to whether it is Acceptable or Unacceptable. OFFEROR: __________________________________ Number # Non-Cost/Price Factors Quoter must clearly document that ALL of the following characteristics and/or other requirements referenced within the Statement of Work (SOW) are clearly documented within their quote. If ANY of these Non-Cost/Price Factors are not clearly documented and/or cannot be located within the vendor s quote, the vendor s quote will be determined to be technically unacceptable. Technically Acceptable/ Unacceptable 1 Controlled using switches on the main panel in the VA police offices dispatch to allow the circuits to be turned off during night operation. 2 Electronically monitored for faults that would inhibit the operation when needed. 3 UL listed for outdoor use. 4 All roof mounting shall be done to avoid potential roof leaks and a roof letter is required by a licensed roofing contractor after completion to insure proper control of water removal. 5 The installer must be Notifier certified and trained to work on Notifier with at least 5 years experience. 6 The installer must be NICET certified to design and installation of all equipment. 7 The Contractor, at the contractor s expense, shall obtain licenses for performing fire alarm inspections, testing, maintenance, and repairs from the State of South Carolina. THIS SPACE INTENTIONALLY LEFT BLANK # Non-Cost/Price Factors Quoter must clearly document that the system quoted is documented within their quote. If ANY of these Non-Cost/Price Factors are not clearly documented in the quote, the quote will be determined technically unacceptable. Technically Acceptable/ Unacceptable 8 The voice announcement needs to be intelligible by the following fire alarm announcement standards and codes: National Fire Protection Association (NFPA) and Factory Mutual Approved Guide (FM) codes NFPA 13 Installation of Sprinkler Systems NFPA 14 Installation of Standpipe and Hose Systems NFPA 17A Wet Chemical Extinguishing System NFPA 20 Installation of Centrifugal Fire Pumps NFPA 25 Water Based Fire Protection Systems NFPA 70 National Electric Code NFPA 80 Fire Doors and Other Opening Protectives (Fire Dampers) NFPA 90A Installation of Air Conditioning and Ventilation Systems NFPA 72 National Fire Alarm Code NFPA 96 Ventilation Control and Fire Protection of Commercial Cooking Operations NFPA 101 Life Safety Code NFPA 105 Smoke Doors and Other Opening Protectives (Smoke Dampers) THIS SPACE INTENTIONALLY LEFT BLANK # Non-Cost/Price Factors Quoter must clearly document that the system quoted is documented within their quote. If ANY of these Non-Cost/Price Factors are not clearly documented in the quote, the quote will be determined technically unacceptable. Technically Acceptable/ Unacceptable 9 NFPA 291 Fire Hydrant Flow Testing and Marking NFPA 2001 Clean Agent Fire Extinguishing Systems Underwriters Laboratories, Inc. (UL) Fire Protection Equipment Directory The Joint Commission (TJC) Environment of Care Manual 10 A South Carolina licensed technician shall be employed by an installer having a State of South Carolina Fire Alarm System and/or Fire Sprinkler Systems licenses., a copy of which shall be given to the VA. This technician shall be present and in responsible charge during all inspections, testing, and authorized maintenance. This technician shall be fully familiar with the types of systems at the VAMC. 11 Evidence of all required licenses, as well as documentation of the qualifications of personnel, shall be provided to the Contracting Officer prior to the award of the contract. 12 Technician shall have experience in the past five years in Fire Alarm System testing, repair, maintenance, installation and related activities of building and equipment comparable to the buildings and equipment by this contract. THIS SPACE INTENTIONALLY LEFT BLANK # Non-Cost/Price Factors Quoter must clearly document that the system quoted is documented within their quote. If ANY of these Non-Cost/Price Factors are not clearly documented in the quote, the quote will be determined technically unacceptable. Technically Acceptable/ Unacceptable 13 Technicians that will act as the on-site supervisors shall have current Notifier Training Certificates for the Notifier Onyx series NFS-3030, the NFS-640, the ONYX Works Workstation and the Notifier-Net Network. The contractor shall provide the VA the name(s) of the proposed-on site supervisors along with a copy of the certificates with the contract proposal for review by the VA. The Training Certificates shall remain current during the service contract period. 14 The fire alarm service technicians shall have a thorough knowledge of and experience with the type of Notifier by Honeywell Fire Alarm System in use at the VA Medical Center, Engineering Division. Technicians shall have attended one or more of the Notifier fire alarm equipment manufacturer maintenance/service training classes and the training certificates shall be provided to the VA. The Contractor shall furnish the names of technicians who shall perform work on these systems, the years of experience and locations where they maintained and repaired these systems. 15 The contractor shall be responsible for obtaining any necessary licensure and permits, for complying with any applicable Federal, State and Local laws, codes and regulations in connection with the work performed and the protection of workers and property. 16 Contractor shall have their own Asbestos procedures per OSHA standards for these hazards to complete the inspection and test. # Non-Cost/Price Factors Quoter must clearly document that the system quoted is documented within their quote. If ANY of these Non-Cost/Price Factors are not clearly documented in the quote, the quote will be determined technically unacceptable. Technically Acceptable/ Unacceptable 17 At the end of each renovation of construction project the VA shall receive the as built drawings in AutoCAD format from the contractor indicating the fire alarm work done on that contract. 18 The Contractor will Make all changes necessary in the computer software to indicate and accept the changed components. 19 The awardee shall provide training: Expectations are per the SOW. All Officers to be trained in the: sequence of operations, in all emergencies to include all code conditions, and proper use of equipment, in the VA police office. Training schedule is to be coordinated between the COR, or appointed designee, and the contractor, according to police officer schedules, and may require rescheduling, if there is an active emergency scenario occurring on campus. Request the first session be video recorded, to be used for future training sessions when needed; however, in-person training is the standard. There are approximately 60 officers that will need to be trained. 20 The vendor shall provide a (1) year warranty on provided materials. Clauses: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. Provision 52.212-1, Instructions to Offerors Commercial (Oct 2015), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ 52.212-3 Offeror Representation and Certification Commercial Items (FEB 2016) with their offer. Provision at 52.212-3 Offeror Representation and Certification can be accessed electronically at the following web address: http://www.acquisition.gov/far/index.html Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (APR 2015) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509). (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [x] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111- 117, section 743 of Div. C). [] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). [] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [x] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2014) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [X] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [] (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [] (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [] (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). [] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [] (34) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [X] (36)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-13. [] (37)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (39)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (41) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (42)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [] (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [X] (50) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (51) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. [X] (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)). This clause applies only if this contract is awarded to an unrestricted concern. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (End of Clause) Statement regarding any Additional Provisions and Clauses, or other terms and conditions important to the requirement/procurement process consistent with commercial practices: Provisions in full text: 52.225-18 Place of Manufacture (MAR 2015). (a) Definitions. As used in this clause Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except (1) FPSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly (1) [] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [] Outside the United States. (End of provision) 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 oroffer. 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) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes the following set-aside clauses: i) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (DEVIATION 2019-01) This clause applies only if this contract is awarded to an unrestricted concern. ii) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) - This clause applies only if this contract is awarded to a Small Business concern. iii) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside (JUL 2019) (DEVIATION) This clause applies only if this contract is awarded to an SDVOSB concern. iv) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) This clause applies only if this contract is awarded to a VOSB concern. 852.252-70 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. (End of provision) Provisions incorporated by reference are: - 52.203-11 Certification and Disclosure regarding payments to Influence Certain Federal Transactions (SEP 20...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3ce7503482f74b9589e7817fc47e629d/view)
- Record
- SN05990803-F 20210506/210504230113 (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 |