Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2023 SAM #7787
SOLICITATION NOTICE

J -- FY23: Rekey Miami VA Medical Center and its facilities

Notice Date
3/22/2023 11:46:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561622 — Locksmiths
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823Q0741
 
Response Due
3/17/2023 1:00:00 PM
 
Archive Date
04/16/2023
 
Point of Contact
Sylvia Nobles, Sylvia.Nobles@va.gov, 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 VA Medical Center located at 1201 NW 16TH Street, Miami, FL 33125-1693 has a requirement to upgrade the security of its facilities by conducting a facility-wide by rekeying utilizing electronic cylinders and electronic keys. The attached Statement of Work 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 811210 and $30 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. (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 Services. 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. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB $ $ 1. Medeco X4 CLIQ Locksets, keys, programming, software. 2. Schlage ND53PD - Heavy Duty Entrance Lever Lock/with installation.(Qty 5000) 3. Installation Services. 4. Professional Services, Engineering, Programming, Project Management. Shipping and Contingency fees 10%, included. 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 March 17, 2023 to the following: Sylvia Nobles, Sylvia.Nobles@va.gov. Oral communications are not acceptable in response to this notice. See attached document: Statement of Work Statement Of Work (SOW) Electronic Keying System Rekey and Heavy Duty Entrance Lever Locks. Bruce W. Carter Department of Veterans Affairs Medical Center, Broward CBOC, Key Largo CBOC, Pembroke Pines CBOC, Hollywood CBOC, Deerfield CBOC, Homestead CBOC, Fort Lauderdale Vet Center, Pompano Beach Vet Center Flagler (VA Healthcare for the Homeless Veterans) Key West CBOC, Doral Warehouse Miramar Fiscal The Bruce W. Carter Dept. of Veteran Affairs Medical center intends to upgrade the security of its facilities by conducting a facility-wide rekey utilizing electronic cylinders and electronic keys. Below are the basic key and lock requirements of these systems: I. General Requirements: Contractors shall conduct full site survey to ascertain necessary quantities and locations of electronic cylinders, electronic keys, programming devices, cylindrical locks, scar plates, mortise cylinders, rim cylinders, locks, type of door material, and any other hardware required for a functioning intelligent key system. Contractor shall supply and install all materials meeting required salient characteristics for this rekey project. Pricing shall be provided as a total Firm Fixed Price for estimated quantities with additional per unit pricing provided to support additional locations that may be required. No work shall proceed until the final quantities are approved by the VA. Contractor shall bid quantities and labor, to include installation of hardware, software and keys, testing, training and turnover associated with this project based on detailed door survey conducted by the contractor and approved by the VAMC for each door opening at their facilities. Contractor shall coordinate with VAMC personnel to obtain access rights for individual key holders through in-person or virtual meetings. Contractor shall maintain the system and update key holder access rights until project completion. Electronic Cylinders shall function in the VA s existing cylindrical and mortise locksets. Any lockset which cannot utilize an electronic cylinder shall be identified in the site survey. Electronic core/key software shall be VA Technical Reference Model (TRM) approved. Electronic Keys shall operate Electronic Cylinders. Work hours shall be Monday - Friday 7 AM to 430 PM, unless otherwise authorized by the COR. All work shall be coordinated through COR. Any noise creating work shall be performed off-hours/outside of normal working hours (such as drilling or hammering, etc.). Contractor shall have a badge when on site II. QUALFICATIONS: Contractor shall have three years documented experience in the servicing of federal facilities and shall be approved by the owner. Contractor shall be certified by the electronic cylinder manufacturer to sell, install and support the electronic cylinders, electronic keys and associated software. A letter from the manufacturer verifying certification shall be included in the bid proposal. III. MAINTENANCE Contractor must have warranty/service technician within four (4) hour response time of the VAMC campus. IV. Warranty Standard Warranty Two-year standard warranty on all materials Two Copies of the warranties must be provided to the owner upon substantial completion with the dates of warranty coverage noted. V. Electronic Keying System Salient Characteristics Electronic Cylinders Cylinders shall operate as a key-based product Electronic cylinders shall combine both electronic technology and mechanical pinning for two independent forms of security protection. Electronic cylinders shall offer pick resistant features as standard from the manufacturer in all cylinders, with spooled top and bottom pins Electronic cylinders shall eliminate the need to ""rekey"" mechanical cylinders and allow electronic reprogramming of cylinders by authorized programming key. Electronic cylinders shall require no batteries or wiring to or within the door or lock. Any power provided to the cylinders shall be from the electronic keys. Electronic cylinders shall operate in existing door hardware prep to eliminate the cost of replacement hardware wherever possible. Electronic cylinder shall have nonvolatile memory to store a minimum of 750 audit events, with the oldest record self-deleting after 750 events. Electronic cylinder shall record unauthorized entry attempts from keys that are not in the system, are outside of the schedule date or time range, are not programmed to open the specific cylinder, or are stored on internal blacklist. Electronic Keys Electronic Keys shall combine both electronic technology and mechanical pinning for two independent forms of security protection. Patented keyway shall be available in SFIC, LFIC, traditional key in cylinder and electronic cylinder options to reduce cost by ensuring the VA may utilize a common keyway without replacement of existing hardware. Electronic keys shall be capable of providing a single master key with over 1,000,000 (one million) usable, not interchangeable change keys in a single keyway. Mechanical security features shall include: Keys to be protected by U.S. Utility patent to ensure against unlawful key duplication. Keys shall be patent protected for a minimum of 8 years (2030) Electronic Security Features shall include: Key electronic security codes are to be unique to the VA system with electronic communication encryption. Keys to provide access with non-volatile system programming allowing loss of battery life to retain key access rights, and/or audit records. Electronic keys shall be designed to be programmed as user, control, setup, audit and operator with audit options. Electronic keys shall have an operating temperature of -4 F to 122F (-20C - 50C) Keys to allow different schedules for up to 30 different cylinder groups. Keys to operate cylinder type products with a minimum capacity of 1000 user groups per key and 1000 individual users per group. Keys to provide a time stamped audit for the most recent 1000 operations or attempted operations. Keys shall be powered by a common watch-style battery, with estimated 2 year or 20,000 openings per battery life. Keys shall provide multiple level battery indicators via visual and audible tone. Keys shall not be limited by a timeframe to unlock the cylinder once inserted if the key if properly authorized. Keys shall not require any additional maintenance beyond regular battery replacement. Programming devices Contractor shall provide five (5) local programming station including necessary cables to facilitate the programming of electronic cylinders and electronic cores as well as provide key revalidation, key firmware updates and audits. Contractor shall provide five (5) administrator keys for use with the local programming station. Contactor shall provide and install Twenty (20) remote networked programming stations to enable remote key updates, key revalidation, key firmware updates and audits. Software Software shall be self-hosted and approved for use on the VA network. Software shall allow the programming of electronic cylinders and electronic keys either locally, or via remote programming devices. Software shall allow time stamp audit of electronic keys and electronic cylinders, either locally or via remote programing devices. Software shall allow the creation of individual users, or user groups to ensure ease of programming and maintenance of the electronic keys system. Software shall allow authorization of individual keys or user groups to specific time and date schedules, including the expiration of keys. Software shall allow the blacklisting of keys from electronic cylinders to eliminate risk association with lost keys and eliminate the need to rekey cylinders. Software to be hosted on servers provided to the VA based on CLIQ Remote System Requirements document number (ST-001195) or approved equal alternate. Programming/ Installation Contractor shall be responsible for programming software database with all key programming data supplied by the VA. Data shall be obtained through coordination meetings between Contractor, VAMC COR, VAMC Locksmith, VAMC Engineering Department, and Care Line Personnel. Contractor shall be responsible for programming all keys/cylinders with all key programming info supplied by the VA. Data shall be obtained through coordination meetings between Contractor, VAMC COR, VAMC Locksmith, VAMC Engineering Department, and Care Line Personnel. Contractor shall be responsible for installing new electronic cylinders in designated doors as indicated by the VA and Heavy-Duty Entrance Lever Locks. Contractor shall be responsible for installing remote network programming devices, including but not limited to the necessary network cabling. VA shall provide a projected installation schedule, by department/bldg, with a minimum of 2 weeks advance notice for each.  This will ensure both parties and all departments have had sufficient time to prepare for keying transition. VA shall issue new electronic keys to VA personnel prior to installation at specific departments. Contractor shall provide any user training instructions on electronic key usage. VI. Training Product & Software Training Contractor shall provide four (4) separate two (2) hour training sessions on software systems and associated keys & cylinders. While sessions shall be conducted at times to be determined by VA, first session shall be prior to commencement of installation and last session shall be at completion of installation. VA shall designate personnel who will attend the training sessions. VII. Hardware Schedule Contractor shall provide: Five Thousand (5,000) electronic cylinders. (Basis of design Medeco X4 CLIQ (20200S1 M 26) or approved equal. (alternate cylinders for cylindrical locksets shall be identified in required survey) and, Five Thousand (5,000) Heavy-Duty Entrance Lever Locks (Basis of design Schlage Heavy-Duty Entrance Lever Lock ND53P6D RHO 626 ½ THROW 2-3/4 BS) Three thousand three hundred (3,500) Electronic user keys. Basis of design Medeco X4 CLIQ (KEC 49X003) or approved equal. Five (5) Electronic Administrator Key. Basis of design Medeco X4 CLIQ (KEB49600C) or approved equal. Five (5) Electronic Key Local Programming Devices. Basis of design Medeco X4 CLIQ (EA-100179) or approved equal. Twenty (20) Medeco X4 CLIQ Remote Wall Programming Devices. Basis of design Medeco X4 CLIQ (EA-100180) or approved equal. One (1) Medeco CLIQ Enterprise Self Hosted Software. Basis of design Medeco CLIQ Enterprise Software (SW-600801) or approved equal. Two (2) Software Annual Recurring Software Maintenance Fee. Basis of design Medeco CLIQ (SW-600801-6R) or approved equal. Labor to include coordination meetings with relevant VAMC Personnel to obtain data required for key holder access, programming and issuance of all keys, programming and installation of all cylinders, installation of new locks, installation of all server hardware and technology as defined in document number (ST-001195), installation of all remote programming devices, training and technical support during product implementation. Eighty (80) hours of Manufacture s Professional Onsite Services/ Deployment Services. Basis of design Medeco Pro Services (SW-502Site). Twenty (20) Ethernet Category 6 cabling network drop with 120V receptacle for remote programming devices Subject: Compliance with 13 C.F.R. 125.6 DATE: Contractor Point of Contact Business Name DUNS #: Solicitation Number: 36C24823Q0741 Offerors are required to comply with 13 C.F.R. 125.6. Offerors are to check which block applies: [ ] I certify that no subcontractors are anticipated in performing services under this contract. [ ] I certify that my company and those anticipated subcontractors that are similarly situated, are estimated to receive at least 50% of the value of this contract. I understand that a similarly situated subcontractor must meet the size standard for NAICS assigned by the prime and must be in certified in VIP. Please provide the following information to identify and calculate the cost of the work self-performed and what is subcontracted. Contractor DUNs Number Description of Work COST of work in % ____________________ _______________ _ ____________________________ ____________ ____________________ _______________ _ ___________________________ ____________ ____________________ _______________ _ _____ ____________ ____________ ____________________ _______________ ______________________________ ____________ Total % of value of contract by Prime Contractor ____________ Total % of value of contract by similarly situated subcontractors ____________ WARNING: Severe Penalties for Contractors that violate the Limitations on Subcontracting Rule: If caught during the performance violating the FAR government subcontracting rules or limitations on subcontracting clause under the Code of Federal Regulations 13 C.F.R. 125.6(g), there can be stiff penalties: Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a Government contract or subcontract pursuant to FAR 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). Contracting Officers may require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during the performance of the contract by having the Contractor provide invoices, copies of subcontracts, or a list of the value of tasks performed. IAW 1001 of Title 18, I certify the above representations are true and correct to the best of my knowledge. _________________________________________________ ____________ (Contractor) Date Return this certification via email to: Sylvia.Nobles@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/68b0cb5609574c54b2b33e002d0a14ef/view)
 
Place of Performance
Address: Miami VA Medical Center 1201 NW 16TH Street Miami, FL 33125-1693 USA
Zip Code: USA
 
Record
SN06626369-F 20230324/230322230114 (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.