SOLICITATION NOTICE
J -- FY21: New Alcon Lasers PM and Maintenance Contract: New Requirement
- Notice Date
- 5/24/2021 12:59:45 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24821Q1006
- Response Due
- 5/28/2021 1:00:00 PM
- Archive Date
- 06/27/2021
- Point of Contact
- Sylvia Nobles, Contracting Officer, Phone: 561-422-6849
- E-Mail Address
-
Sylvia.Nobles@va.gov
(Sylvia.Nobles@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION The Miami VA Medical Center located at 1201 NW 16TH Street, Miami, FL 33125 has a requirement to provide preventative maintenance and emergency repairs at the Department of Veterans Affairs Medical Center, Miami, FL 33125. There will be a one-year base period and four one-year option periods. Coverage shall begin on 07/06/2021 and end on 07/05/2022 unless otherwise identified by the Department of Veterans Affairs. The attached Performance Work Statement shall be adhered to. This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code and size standards in millions of dollars are 811219 and $22 Million, respectively. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from service-disabled veteran-owned business (SDVOSB) Once the Government determines there is/are a contractor(s) that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited product/service to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Evaluation factors will be considered in descending order of importance: Technical Capability: Provide technical performance plan and proof of applicable certifications, license, and insurance. Past Performance: Prospective contractors may provide a list of three business references for which the contractor performed the same or similar scope as required in the performance work statement. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed. Contractor s Proposed Rate for: Providing One Year Base Period and Four One Year Separately Priced Option Years. Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply 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) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). ___Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (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) (Pub. L. 108-77, 108-78). (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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans, (Feb 2016) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (Oct 2015). (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.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American Supplies (May 2014) (41 U.S.C. 10a-10d). 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (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: 52.222-41, Service Contract Act Labor Standards (May 2014) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (May 2014) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Oct 2015). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Other applicable provisions and clauses incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors Commercial items FAR 52.212-4 Terms and Conditions Commercial items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.222-41 Service Contract Labor Standards FAR 52.225-2 Buy American Certificate FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource VAAR 852.203-70 Commercial advertising VAAR 852.237-70 Contractor responsibilities VAAR 852.270-1 Representatives of contracting officers VAAR 852.273-70 Late offers VAAR 852.273-74 Award without exchanges 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): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ http://farsite.hill.af.mil/ This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. Offerors are instructed to submit clear and concise offers which adhere to the following format: Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages) Technical Ability section shall include a technical performance plan and proof of insurance and bonding. (section not to exceed 5 pages > not including copies of certificates) Past Performance section may include up to five business references with the following: name of business; name and title of point of contact; brief description of services performed; and date services performed (section not to exceed 5 pages) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provision may be accessed at http://farsite.hill.af.mil/), if not completed in SAM. Completed Schedule of Rates. BASE YEAR 07/06/21-07/05/22 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO MODEL: Constellation Vision System LXT SN:0902925201X Funding/Req. Number: 1 $ 0002 12.00 MO MODEL: Constellation Vision System LXT SN:1301980501X Funding/Req. Number: 1 $ 0003 12.00 MO MODEL: Infiniti Vision SN: 1103083101X Funding/Req. Number: 1 $ 0004 12.00 MO MODEL: Infiniti Vision SN:0502852101X Funding/Req. Number: 1 $ 0005 12.00 MO MODEL: PurePoint SN: 1102857801 Funding/Req. Number: 1 $ 0006 12.00 MO MODEL: Centurion SN: 1701603701X Funding/Req. Number: 1 $ 0007 12.00 MO MODEL: Centurion SN: 1701968301X Funding/Req. Number: 1 $ GRAND TOTAL $ OPTION YEAR ONE 07/06/22-07/05/23 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO MODEL: Constellation Vision System LXT SN:0902925201X Funding/Req. Number: 1 $ 0002 12.00 MO MODEL: Constellation Vision System LXT SN:1301980501X Funding/Req. Number: 1 $ 0003 12.00 MO MODEL: Infiniti Vision SN: 1103083101X Funding/Req. Number: 1 $ 0004 12.00 MO MODEL: Infiniti Vision SN:0502852101X Funding/Req. Number: 1 $ 0005 12.00 MO MODEL: PurePoint SN: 1102857801 Funding/Req. Number: 1 $ 0006 12.00 MO MODEL: Centurion SN: 1701603701X Funding/Req. Number: 1 $ 0007 12.00 MO MODEL: Centurion SN: 1701968301X Funding/Req. Number: 1 $ GRAND TOTAL $ OPTION YEAR TWO 07/06/23-07/05/24 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO MODEL: Constellation Vision System LXT SN:0902925201X Funding/Req. Number: 1 $ 0002 12.00 MO MODEL: Constellation Vision System LXT SN:1301980501X Funding/Req. Number: 1 $ 0003 12.00 MO MODEL: Infiniti Vision SN: 1103083101X Funding/Req. Number: 1 $ 0004 12.00 MO MODEL: Infiniti Vision SN:0502852101X Funding/Req. Number: 1 $ 0005 12.00 MO MODEL: PurePoint SN: 1102857801 Funding/Req. Number: 1 $ 0006 12.00 MO MODEL: Centurion SN: 1701603701X Funding/Req. Number: 1 $ 0007 12.00 MO MODEL: Centurion SN: 1701968301X Funding/Req. Number: 1 $ GRAND TOTAL $ OPTION YEAR THREE 07/06/24-07/05/25 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO MODEL: Constellation Vision System LXT SN:0902925201X Funding/Req. Number: 1 $ 0002 12.00 MO MODEL: Constellation Vision System LXT SN:1301980501X Funding/Req. Number: 1 $ 0003 12.00 MO MODEL: Infiniti Vision SN: 1103083101X Funding/Req. Number: 1 $ 0004 12.00 MO MODEL: Infiniti Vision SN:0502852101X Funding/Req. Number: 1 $ 0005 12.00 MO MODEL: PurePoint SN: 1102857801 Funding/Req. Number: 1 $ 0006 12.00 MO MODEL: Centurion SN: 1701603701X Funding/Req. Number: 1 $ 0007 12.00 MO MODEL: Centurion SN: 1701968301X Funding/Req. Number: 1 $ GRAND TOTAL $ OPTION YEAR FOUR 07/06/25-07/05/26 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO MODEL: Constellation Vision System LXT SN:0902925201X Funding/Req. Number: 1 $ 0002 12.00 MO MODEL: Constellation Vision System LXT SN:1301980501X Funding/Req. Number: 1 $ 0003 12.00 MO MODEL: Infiniti Vision SN: 1103083101X Funding/Req. Number: 1 $ 0004 12.00 MO MODEL: Infiniti Vision SN:0502852101X Funding/Req. Number: 1 $ 0005 12.00 MO MODEL: PurePoint SN: 1102857801 Funding/Req. Number: 1 $ 0006 12.00 MO MODEL: Centurion SN: 1701603701X Funding/Req. Number: 1 $ 0007 12.00 MO MODEL: Centurion SN: 1701968301X Funding/Req. Number: 1 $ GRAND TOTAL $ All sources who believe that they have the experience and capabilities to perform the required services referenced above and detailed in the Statement of Work may submit their detailed quote no later than 4:00pm EST on May 28, 2021 to the following: Sylvia Nobles, Sylvia.Nobles@va.gov. Oral communications are not acceptable in response to this notice. See attached document: Performance Work Statement. Performance Work Statement ALCON Lasers Repair Service 1.0. Introduction 1.1. The Government requires a service agreement for the preventive maintenance (PM) and emergency repairs on the Alcon medical systems located at the Bruce W. Carter Department of Veterans Affairs Medical Center in Miami, Florida. 2.0. Description / Scope / Objective 2.1. The Contractor must provide all labor, parts, equipment, tools, material, supervision and other items and services necessary to perform the work as defined in this Performance Work Statement. 3.0. Applicable Documents 3.1. The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply: FAR Federal Acquisition Regulation VAAR Veterans Administration Acquisition Regulation SCA DOL Website Service Contract Act (SCA) Directory of Occupations (Fifth Edition) http://www.dol.gov/whd/contracts/sca.htm FEDERAL, STATE, LOCAL, and Industry In accordance with any and all codes, policies, procedures, laws, and industry standards as applicable. 3.2. Glossary. Acronyms used in this PWS are listed below for easy reference: ANSI American National Standards Institute BioMed Biomedical Engineering Service COR Contracting Officer s Representative FAR Federal Acquisition Regulation FDA U.S. Food and Drug Administration MVAHS Miami Veterans Affairs Healthcare System NIST National Institute of Standards and Technology PM Preventive Maintenance TJC The Joint Commission 4.0. Performance Requirements 4.1. The Contractor shall provide full service preventive maintenance, emergency on-site repairs, and prompt technical support for laser compliance and calibration checks for the Alcon Laser Systems and utilize procedures, techniques and current technology which are considered to be the standards per TJC, FDA, and ANSI. The Alcon Laser System equipment, model and serial numbers along with the VA EE numbers are listed below: EE 70965, Infiniti Ozil Vision System, Serial # 1103083101X, EE 45367, Infiniti System, Serial # 0502852101X, EE 62350, Constellation LXT, Serial # 0902925201X, EE 78215, Constellation LXT, Serial # 1301980501X EE 70962, Purepoint Laser System, Serial # 1102857801 EE 94856, Centurion Laser System, Serial # 1701603701X EE 97840, Centurion Laser System, Serial # 1701968301X 4.1.1. Services: The Contractor shall perform a semi-annual PM and calibration, necessary to keep the Alcon Laser Systems working in accordance with the manufacturer s specifications. A PM shall be performed within the months of April and October. Work shall be scheduled through BioMed and the Government. The Contractor shall perform emergency service on the Alcon devices located at The Bruce W. Carter Department of Veteran Affairs Medical Center. The contractor will call back within 2 hours of an emergency call by Biomedical staff, and a company technician will show up for repair within 24 hours of notification. New manufacturer (OEM) parts ONLY will be replaced as necessary. This might include hardware parts, software repair, and/or calibration. 4.1.1.1 All work shall be completed by a manufacturer certified technician who will provide a copy of their certification to the Biomed Shop. Any test equipment used for PM or Repair purposes will be annually calibrated to NIST standards, and the Biomed Shop will be provided a copy of that certification. All work will be in accordance with all applicable Federal, State, Local, and industry: standards, laws, policies, procedures, codes and any other applicable governing body for the proper performance of all equipment per manufactures specifications. 4.1.1.4. The Surgical Service of the Miami VA Department of Veterans Affairs Medical Center uses EE numbers 70965, 45367, 62350, 78215, 70962, 94856, and 97840 located at 1201 NW 16 St Miami, FL 33125. They are normally utilized in OR 3 or Room Number B340. All equipment are to have PM and repairs performed on site which will either be located in the OR or Biomedical Service Room A 911. 4.1.1.5. Repair, functional test records, and service reports for this equipment (EE numbers 70965, 45367, 62350, 78215, 70962, 94856, 97840) must be maintained and given to the Biomedical Service located at Bruce W. Carter Department of Veterans Affairs Medical Center, Miami, FL 33125 within 24 hours upon completion of all work performed. Documentation may be sent via email. 4.1.1.6. Repair services 4.1.1.6.1 Vendor shall provide all OEM parts to be included for the proper performance of this service contract. 4.1.1.7. Delivery of materials. The Contractor shall provide all materials necessary to perform said duties. 5.0. Performance Location and Hours 5.1. Repair service will be conducted at the MVAMC located at 1201 NW 16 Street, Miami, FL 33125 during normal hours of operation unless special permission is given. The normal hours of operation are 7AM 4:30PM, Monday through Friday, excluding Federal holidays. 6.0. Deliverables. 6.1 Service reports will be provided electronically within 24 hours of completed service. Any outstanding issues will be reported before the Field Service Technician leaves the facility and an estimated time of completion will be made at that time. A loaner unit will be required if any system is to be down for any period over 72 hours. 7.0. Key Personnel Replacement and Substitution. 7.1. Requests for approval of substitutions shall be in writing and shall provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request shall contain a complete resume for the proposed substitute, and any other information requested or required by the Contracting Officer to approve or disapprove the request. Proposed substitutes shall have qualifications that are equal to or higher than the personnel being augmented. The Contracting Officer or his/her authorized representative shall evaluate such requests and promptly notify the Contractor in writing whether the proposed substitution is acceptable. 7.2. If the Contracting Officer determines that, (1) suitable and timely replacement of personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming, or (2) the resultant substitution would be so substantial as to impair the successful completion of the contract or the delivery order in accordance with the proposal accepted by the Government at time of contract award, the Contracting Officer may, (1) terminate the contract for default or for the convenience of the Government, as appropriate, or (2) at his discretion, if he finds the Contractor at fault for the condition, equitably adjust the contract price downward to compensate the Government for any resultant delay, loss or damage. 8.0. Contractor Personnel and Management. 8.1. Contractor Personnel. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. 8.4. Contractor Badges. Notwithstanding the requirement to wear a Government furnished badge, Contractor personnel shall also wear a laminated contractor identification badge at all times when performing services under this Contract, including when on Government directed travel The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 8.5. All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. 8.6. Safety/Security Requirements. The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. 8.7. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. 8.8. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR. 8.9. Standards of conduct. 8.9.1. Conduct of Personnel. Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. 8.9.2. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. 8.9.3. Working Attire and Appearance. Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. 8.9.4 The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority. 9. TRAVEL costs not reimbursed. 10. NON-PERSONAL SERVICE STATEMENT 10.1. Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the PWS. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not beinterpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. 11. PERSONNEL QUALIFICATIONS 11.1. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task/model/system and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request and keep work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. 11.1.1 All work shall be completed by manufacturer certified technicians in accordance with all applicable Federal, State, Local, and industry: standards, laws, policies, procedures, codes and any other applicable governing body for the proper performance of all equipment per manufactures specifications/calibrations. ...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e638c2e864db497f8b21e60c17053b30/view)
- Place of Performance
- Address: Miami VA Medical Center 1201 NW 16TH Street Miami, FL. 33125-1693 33125, USA
- Zip Code: 33125
- Country: USA
- Zip Code: 33125
- Record
- SN06010756-F 20210526/210525200218 (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 |