Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2022 SAM #7583
SOLICITATION NOTICE

U -- OWH National Mini-Residencies GTAs and Facilities

Notice Date
9/2/2022 11:56:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
 
ZIP Code
21703
 
Solicitation Number
36C10X22Q0272
 
Response Due
9/15/2022 12:00:00 PM
 
Archive Date
10/15/2022
 
Point of Contact
April Bloom, Contract Specialist, Phone: 240-439-6448
 
E-Mail Address
april.bloom@va.gov
(april.bloom@va.gov)
 
Awardee
null
 
Description
DESCRIPTION [Prepared in accordance with FAR 12.603(c)] STATEMENT This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SOLICITATION NUMBER AND TYPE OF SOLICITATION Solicitation Number: 36C10X22Q0272. This solicitation is issued as a request for quotation (RFQ) using simplified and commercial item procedures identified in FAR Parts 13.5 (Simplified Procedures for Certain Commercial Items) and 12 (Acquisition of Commercial Items). APPLICABLE FEDERAL ACQUISITION CIRCULAR The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 effective 5/26/2022 and the Veterans Affairs Acquisition Regulations (VAAR) 01/27/2021. The complete text of any of the clauses and provisions may be accessed in full text at https://www.acquisition.gov/browse/index/far. NOTICE REGARDING SET-ASIDE, NIACS CODE AND SMALL BUSINESS SIZE STANDARD Eligibility--Tiered evaluations under a single solicitation (SDVOSB, then VOSB, then Small Businesses, then Large Business) are applicable to this procurement. The NAICS code and small business size standard for this acquisition is 611430, with a size standard of $13.0M. Any offerors that do not meet the following criteria will be eliminated from consideration: (Tier 1 and Tier 2 Offers) All SDVOSB concerns and VOSB concerns must be Vet-Biz Verified at the time of quote submission and registered and small in SAM under NAICS code 611430 (as determined through offeror s Reps & Certs) to qualify for Tier 1 and Tier 2, respectively, following SBA guidelines for certification as a small business. Offerors are solely responsible for obtaining Vet-Biz verification. The contracting officer will not intervene with Center for Verification and Evaluation (CVE) regarding the processing of applications. Offeror must not be barred, debarred, or suspended to qualify. (Tier 3 Offers) All Small Businesses must be registered and small in SAM under NAICS code 611430 (as determined through offeror s Reps & Certs) to qualify for Tier 3, following SBA guidelines for certification as a small business. Offeror must not be barred, debarred, or suspended to qualify. (Tier 4 Offers) All Large Businesses (Other than Small Businesses) must be registered in SAM and not be barred, debarred, or suspended to qualify. After this initial assessment of eligibility, proposals from eligible offerors will be evaluated using a tiered approach based on an order of priority as established in 38 U.S.C. 8127. The review will consist of four tiers. The tiers are defined as follows: Tier 1 - Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Tier 2 - Veteran-Owned Small Business (VOSB) Concerns Tier 3 - Small Business Concerns with HUBZone Small Business Concerns and 8(A) Participants Having Priority. Tier 4 - Other than Small Businesses Each tier represents a distinct set aside and will be evaluated in isolation. ITEM NUMBERS, ITEMS, QUANTITIES, UNITS OF MEASURE (INCLUDING OPTIONS) See ATTACHMENT A: PRICE/COST SCHEDULE DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE ACQUIRED: See ATTACHMENT B: STATEMENT OF WORK for contract requirements. DATES AND PLACE OF DELIVERY AND ACCEPTANCE: See ATTACHMENT B: STATEMENT OF WORK for performance period and delivery requirements. APPLICABILITY OF PROVISION 52.212-1 The provision at 52.212-1, Instructions to Offerors -- Commercial Items applies to this acquisition. Addenda to the provision are as follows: A. INSTRUCTIONS TO QUOTERS All quote intentions, questions, and quotations shall be submitted via email to the Contract Specialist and Contracting Officer respectively: April Bloom (April.Bloom@va.gov) and Jacky Jean-Jacques (Jacky.Jean-Jacques@va.gov). Key Acquisition dates are as follows: Questions: Submit all questions in writing to the above points of contact by 3:00PM ET on 9/8/22. All questions shall be consolidated into a single MS Word document at attached to the email. Quote Intentions: Submit an optional written intention to quote by 12:00PM ET on 9/12/22. Quotation: Submit quotation to the above points of contact to ensure VA receipt by 3:00PM ET on 9/15/22. Quotes not submitted directly to the Contracting Officer and Contracting Specialist, or received after the due date/time, will not be considered. Contractor s responses shall be submitted in accordance with the instructions contained herein. Quote Format: The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Page limitations are applicable to this procurement. The table below indicates the maximum page count (when applicable) for each volume of the contractor s proposal. All files will be submitted as a Microsoft Excel (.xls/.xlsx), Microsoft Word (.doc/.docx), or Acrobat (.pdf) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2"" x 11"". The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Calibri font is preferred. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY and are not bound by the 12-point font requirement. Footnotes to text shall not be used. The use of hyperlinks in quotes is prohibited. (if quoter requires hyperlinks, seek approval prior by submitting a question during period established for receipt of questions by 3:00PM ET 9/8/22.) If the contractor submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the contractor s page limitations unless otherwise indicated in the specific Volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font, or spacing restrictions, or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font, or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they appear in the print layout view. File Packaging: All of the proposal files shall be submitted individually by Volume. Compressed (zipped) files will NOT be accepted. Content Requirements: All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the proposal and provide an adequate basis for evaluation. Vendors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each offeror. Your Quote should contain your best terms, including pricing. The contractor s quote shall consist of the following four (4) volumes: 1) Volume 1: Technical Approach 2) Volume 2: Past Performance 3) Volume 3: Key Personnel 4) Volume 4: Price 5) Volume 5: SF1449, Certifications, and Amendments Proposals submitted in response to this solicitation shall adhere to the naming and page limitations provided below: Volume Number Evaluation Factor File Name Page Limitations Volume I Technical Approach [Contractor Name]_Tech.doc/.docx/.pdf 7 pages max consisting of: Written approach to completing all requirements Volume II Past Performance [Contractor Name]_Past Perf.pdf 6-page narrative (up to 2 pages per example) 1 Past Performance Questionnaire per Example Volume III Key Personnel [Contractor Name]_ KP.doc/docx/pdf No more than 2-page resume per Key Person Volume IV Price [Contractor Name]_Price.docx Completed Excel Spreadsheet Volume V SF1449, Amendments (SF 30s) & Other Documents [Contractor Name]_other .doc/docx/pdf None (signed 1449 and acknowledgment of amendments) The cover page, table of contents, and/or a glossary of abbreviations or acronyms will not be included in the page count of any Volume. Vendors are advised that any and all information contained within any Table of Contents and/ or glossary of abbreviations or acronyms submitted with a vendor s proposal will not be evaluated by the Government. Volume Specifics: VOLUME I - TECHNICAL APPROACH Under no circumstances shall any pricing be included in the Technical Approach. The offeror shall submit a Technical Approach Volume that provides the Offeror s approach to fulfilling all requirements of the PWS, including a description of reach back and application of myriad medical specialties required for this effort. VOLUME II PAST PERFORMANCE Past performance is a measure of the degree to which a Contractor satisfied its customers in the past and complied with Federal, State, and local laws and regulations. The Government will evaluate Past Performance Questionnaires (PPQs) to determine the quality of services previously provided, including aspects of cost, schedule and performance, such as quality of product or service, timeliness of performance or adherence to delivery schedules, and effectiveness in program management. The Government reserves the right to evaluate any other information available to the Government through the PPQs or other available resources. The Government will consider the level of risk associated with the Contractor s past performance, which may include both Prime and Sub-contractor s past performances supporting the effort. However, Prime s performance will be considered more important, and weighted more heavily than the proposed sub's performance. A Contractor without a record of relevant past performance or for whom information on past performance is not available; the Contractor may not be evaluated favorably or unfavorably on past performance. The Offerors proposals will be evaluated to determine the extent to which their performance demonstrates the likelihood of successful performance in providing standard of care associated with paid malpractice claims, and three examples of previously managing CPP RP participation in the RP determination similar in size, scope, and complexity to this solicitation. The Government may choose to evaluate publicly available reports, and/or data from the Contractor Performance Assessment Reporting System (CPARS), whether identified by the Offeror or not. The Government may use present and/or past performance data obtained from a variety of sources, not just those contracts identified by the Offeror. VOLUME III - KEY PERSONNEL Offeror shall submit an up-to two-page bio/ resume for each of the identified KP: Key Person Education/Certification Specific Experience Requirement Project Manager Discretion of Vendor Has successfully managed previous contracts with government. Can complete the items listed under Task 1.2 Project Management Medical Director -Be a Physician -Represent knowledge and ability to perform oversight in the following Disciplines: Medicine, Surgery, Mental Health, Primary Care, Emergency Medicine -Have access to consult with personnel with a requested medical specialty on an ad hoc basis. -Review the WSECs for clinical sufficiency and serve as a resource for clinical guidance. -Review the credentialing files and provide any other medical guidance for clinical oversight. -Participate in calls at the request of the VA Clinical Abstractors -Must be an RN, COR will consider exceptions on a case-by-case basis -Review allegation of paid tort claim -Compile chronology of health encounters for tort claim IT Personnel Discretion of Vendor Experience working with Government. Experience with VA or Health Records is preferred. Quality Assurance Discretion of Vendor Not required to be licensed clinician Physician Panelist License Shall have a current license to practice medicine (or non-physician license, if applicable) in any State, Territory, or Commonwealth of the United States or the District of Columbia.  Experience - minimum of five years of experience in their specialty, subspecialty or profession for which they are listed. Board Certification - Shall be board certified in the specialty they are reviewing according to the American Board of Specialties or equivalent (e.g., American Board of Physician Specialties).  With suitable credentials (e.g., multiple board certifications). Shall be in active practice at least 20-hours per month. Short-term exceptions to this requirement will be considered on a case-by-case basis by the COR. Possess knowledge of current evidence-based standards of care relevant to the case under review. Not be employees or contractors of VA providing direct care to Veterans; (limited exceptions may be considered on a case-by-case basis). Not be excluded from receiving payment from any Federal healthcare program confirmed through screening through the Health and Human Services (HHS) Office of Inspector General (OIG) List of Excluded Individuals and Entities (LEIE). VOLUME IV - PRICE Offerors shall complete and submit as its Volume IV the Attachment PS - Price Spreadsheet. All cells requiring entry are highlighted in yellow. VOLUME V SF1449, AMENDMENTS (SF 30) & OTHER DOCUMENTS Certifications and Representations- An authorized official of the firm shall sign the SF 1449, Amendments, and all certifications requiring original signature. An Acrobat PDF file shall be created to capture the signatures for submission. This Volume shall contain the following: a. Solicitation Section A Standard Form (SF1449) and Acknowledgement of Amendments, if any. b. Any proposed exceptions to solicitation terms and conditions. Vendors are hereby advised that any Vendor-imposed terms and conditions which deviate from the Government s material terms and conditions established by the Solicitation, may render the Vendor s quote Unacceptable, and thus ineligible for award. B. ADDITIONAL PROVISIONS The following additional Provisions are incorporated by reference: VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS REPRESENTATION (JAN 2017) 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS REPRESENTATION (DEVIATION) (FEB 2015) 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2017) 52.225-18 PLACE OF MANUFACTURE (MAR 2015) SERVICE OF PROTEST (SEP 2006) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) *************************END OF ADDENDA TO 52.212-1************************* APPLICABILITY OF PROVISION 52.212-2 The evaluation will be conducted using the procedures in FAR 13.106-2 and provision at FAR 52.212-2 as applied to tiered evaluations. Paragraph (a) of this provision at 52.212-2 is as follows: A. BASIS FOR AWARD Eligibility--Tiered evaluations concerns (SDVOSB, VOSB, Small Businesses, then Large Business) are applicable to this procurement. See C. EVALUATION APPROACH below. This requirement is being solicited using FAR Part 13.5 Simplified Procedures. The award resulting from this solicitation will be made based on the best overall quotation that is determined to be the most beneficial to the Government (i.e., best value). For each offeror received, the Government will evaluate Technical Approach, Past Performance, Key Personnel, and Price. Technical Approach, Past Performance and Key Personnel are considered equally important. When combined, these are more important than Price. The Contracting Officer will use a best value, trade-off approach to select the final awardee. It should be noted that award may be made to other than the lowest priced contractor, if the Government determines that a price premium is warranted due to merits of one or more of the non-price factors. Merits could include extensive highly relevant experience that increases Government confidence, an approach with aspects that exceed Government requirements, etc. Contents of the written proposals will be evaluated to determine the degree and extent to which the requirements set forth in the RFP are satisfied. Failure to fully meet a material requirement will render a quotation unacceptable, thus ineligible for award. B. FACTORS TO BE EVALUATED A best value, trade-off approach will be used to select the awardee based upon the following evaluation factors: Non-Price Factors (of equal importance): 1. Technical Approach 2. Past Performance 3. Key Personnel Price Factor: 4. Price C. EVALUATION APPROACH EVALUATION APPROACH (Tiered evaluations) All proposals shall be subject to evaluation by a team of Government personnel. Any offerors that do not meet the following criteria will be eliminated from consideration: (Tier 1 and Tier 2 Offers) All SDVOSB concerns and VOSB concerns must be Vet-Biz Verified at the time of proposal submission and registers and small in SAM under NAICS code 541611 (as determined through offeror s Reps & Certs) to qualify for Tier 1 and Tier 2, respectively, following SBA guidelines for certification as a small business. Offerors are solely responsible for obtaining Vet-Biz verification. The contracting officer will not intervene with Center for Verification and Evaluation (CVE) regarding the processing of applications. Offeror must not be barred, debarred, or suspended to qualify. (Tier 3 Offers) All Small Businesses must be registered and small in SAM under NAICS code 541611 (as determined through offeror s Reps & Certs) to qualify for Tier 3, following SBA guidelines for certification as a small business. Offeror must not be barred, debarred, or suspended to qualify. (Tier 4 Offers) All Large Businesses (Other than Small Businesses) must be registered in SAM and not be barred, debarred, or suspended to qualify. After this initial assessment, proposals from qualified offerors will be evaluated using a tiered approach based on an order of priority as established in 38 U.S.C. 8127. The review will consist of four tiers. The tiers are defined as follows: Tier 1 - Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Tier 2 - Veteran-Owned Small Business (VOSB) Concerns Tier 3 - Small Business Concerns with HUBZone Small Business Concerns and 8(A) Participants Having Priority. Tier 4 - Other than Small Businesses Each tier represents a distinct set aside and will be evaluated in isolation. Tier 1 proposals will be evaluated first. After review of Tier 1 proposals, if award can be made at a fair and reasonable price that offers best value to the United States (in the judgement of the Contracting Officer), no additional tiers will be reviewed. If no offers are submitted at Tier 1 or if none of the Tier 1 proposals would result in award at a fair and reasonable price that offers best value to the United States, the Government will evaluate Tier 2 proposals for award. The Government will relax SDVOSB Set-aside and evaluate Tier 2 proposals. After review of Tier 2 proposals (if needed), if award can be made at a fair and reasonable price that offers best value to the United States (in the judgement of the Contracting Officer), no additional tiers will be reviewed. If no offers are submitted at Tier 2 or if none of the Tier 2 proposals would result in award at a fair and reasonable price that offers best value to the United States, the Government will evaluate Tier 3 proposals for award. The Government will relax VOSB Set-aside and evaluate Tier 3 proposals. After review of Tier 3 proposals (if needed), if award can be made at a fair and reasonable price that offers best value to the United States (in the judgement of the Contracting Officer), no additional tiers will be reviewed. If no offers are submitted at Tier 3 or if none of the Tier 3 proposals would result in award at a fair and reasonable price that offers best value to the United States, the Government will evaluate Tier 4 proposals for award. The Government will relax Small Businesses Set-aside and evaluate Tier 4 proposals. If no offers are submitted at Tier 4 or if none of the Tier 4 proposals would result in award at a fair and reasonable price that offers best value to the United States, solicitation will be cancelled, and the requirement resolicited. If only one quote is received and evaluated in a tier, the Contracting Officer may (NOT MUST) award to that offeror if the proposal meets the requirements of the solicitation and the proposed price is fair and reasonable in accordance with FAR § 19.502-2, VAAR § 819.7005, VAAR § 819.7006(c). If the proposal does not meet the requirements of the solicitation or the proposed price is not fair and reasonable in accordance with FAR § 19.502-2, VAAR § 819.7005, VAAR § 819.7006(c), the CO will evaluate proposals received at the next tier. ****************************************************************************** The quotes will be evaluated strictly in accordance with their written content. Proposals which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient and will be rated Unsatisfactory and thus, ineligible for award. The proposals will be evaluated for Technical Approach, Past Performance, Key Personnel, and Price as follows: TECHNICAL APPROACH The Government will evaluate Technical Approach as follows: The written technical approach will be evaluated to determine the degree to which the Offeror can fulfill all requirements of the PWS with little or no intervention. Evaluators may consider methodology, resource(s), quality assurance, risk management, etc. when evaluating. PAST PERFORMANCE This factor will include a separate evaluation of Past Performance. The evaluation will only consider references which are timely (defined as services performed within the last three years) and relevant (defined as services which, when considered as a whole, meet much of the size, scope and/or complexity compared to the PWS of this requirement). The Government will consider past performance for the proposed prime Contractor to be significantly more important than past performance submitted for any other member of the Contractor structure. For the purposes of evaluating prime Contractor past performance, the prime Contractor is defined as the Contractor identified in Block 17a of the SF 1449. Projects performed by Contractors other than the Contractor, such as teaming partners or subcontractors, will not be evaluated as prime Contractor experience or past performance, unless those other Contractors are part of a joint venture Contractor. KEY PERSONNEL The Government will evaluate bio/ résumé for all key personnel and determine the extent to which each proposed person s education, certification, and experience meets or exceeds the personnel requirements in the PWS and this section. PRICE The Government will evaluate price to determine whether it is fair and reasonable. The Government may use any available technique it chooses to determine price reasonableness (but will consistently apply its chosen methodology across all proposals). In its price evaluation, the Government reserves the right to open price volumes only of offerors in any tier and use that pricing as data for comparative purposes (even if that tier has not yet been opened for full evaluation). In the same manner, pricing from previously evaluated tiers may be referenced (even if award in not made within that tier). SF1449, AMENDMENTS, AND CERTIFICATIONS Will not be evaluated as an evaluation factor. **********************END OF 52.212-2, Paragraph (a) ********************* REPRESENTATIONS AND CERTIFICATIONS Quoters are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote if it does not wish to have the Government rely on its Representations and Certifications in SAM. If submitting Reps and Certs, Quoter should submit a separate volume from the information requested above. APPLICABILITY OF CLAUSE 52.212-4 The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Addenda to the clause are as follows: Paragraph 52.212-4(g) is supplemented with the following Contract Administration Data (fill-ins to be completed at time of award): ***CONTRACT ADMINISTRATION DATA*** (Continuation from Standard Form 1449, block 18A.) 1. CONTRACT ADMINISTRATION: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: __________________ __________________ __________________ UEI: ____________ TIN: ______________ CAGE: ____________ b. GOVERNMENT: Contracting Officer 36C10X Strategic Acquisition Center - Frederick Department of Veterans Affairs 5202 Presidents Court, Suite 103 Frederick MD 21703 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [ ] b. Semi-Annually [ ] c. Other [X] Monthly, based on delivery and acceptance by the Government 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. 5. INVOICING INSTRUCTIONS *** The IFCAP Purchase Order number: [_____________] MUST be included on all invoices. *** The Contract/Order number: [_____________________] MUST be included on all invoices. ****************************************************************************** TUNGSTEN (fka OB10) ELECTRONIC INVOICE SUBMISSION FSC e-INVOICE PROGRAM THRU AUSTIN PORTAL FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS Contractor POC: ___________________________ Contracting POC: ___________________________ COR (Contracting Officers Representative): ____________________________ Vendor Electronic Invoice Submission Methods: Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below. VA s Electronic Invoice Presentment and Payment System The Financial Services Center (FSC) in Austin, TX uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site is http://www.x12.org. Vendor e-invoice Set-up information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the payment status of a properly submitted invoice, the e-invoicing program, or Tungsten, please contact the FSC at the phone number or email address listed below. Tungsten e-Invoice setup information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@tungsten-network.com VA TUNGSTEN Number: AAA544240062 FSC e-Invoice contact information: 1-877-353-9791 FSC e-Invoice email: vafsccshd@va.gov http://www.fsc.va.gov/einvoice.asp COMMUNICATIONS: https://www.federalregister.gov/articles/2012/11/27/2012-28612/va-acquisition-regulation-electronic-submission-of-payment-requests http://fcw.com/articles/2012/11/27/va-epayments.aspx?s=fcwdaily ***********************END OF ADDENDA TO 52.212-4 ********************** APPLICABILITY OF CLAUSE 52.212-5 The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following are applicable to the acquisition: 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) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)) 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) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016) 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. chapter 83) 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) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) The following additional Clauses are incorporated by reference: 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (JAN 2017) 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA NOTICE OF NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) VAAR 852.232-72 Electronic submission of payment requests (NOV 2012) ADDITIONAL CONTRACT REQUIREMENTS/ TERMS AND CONDITIONS Additional contract requirement(s) or terms and conditions: None DPAS RATING N/A QUOTE DUE DATE Quotes are due to VA via email prior to 3:00PM ET on 9/15/22. See viii above. CONTACT For information regarding the solicitation, please contact Ms. April Bloom at april.bloom@va.gov or via phone at 202-615-1542. *******************END OF COMBINED SYNOPSIS/ SOLICITATION*******************
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a355463c35ad4d61a16f46eb715886cc/view)
 
Place of Performance
Address: TBD, USA
Country: USA
 
Record
SN06451905-F 20220904/220902230125 (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.