Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2024 SAM #8209
SOLICITATION NOTICE

S -- Regulated Medical Waste New Base Plus Four

Notice Date
5/17/2024 11:18:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24724Q0699
 
Response Due
6/14/2024 7:00:00 AM
 
Archive Date
08/13/2024
 
Point of Contact
LaTerrica Sewell, Contracting Officer, Phone: 706-733-0188
 
E-Mail Address
LaTerrica.Sewell@va.gov
(LaTerrica.Sewell@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 Notice Combined Synopsis/Solicitation Notice Page 34 of 34 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 34 (i) This is a combined synopsis/solicitation for 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. (ii) Solicitation 36C24724Q0699 is issued as a request for quotation (RFQ). (iii) The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2024-04, dated 05-01-2024. (iv) This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be registered and active in the System for Award Management (www.SAM.gov) and SBA verified SDVOSB Veteran Small Business Certification SBA Veteran Small Business Certification (sba.gov) concern verified at the date and time set for receipt of offers. An Offeror, who is not SAM registered or SBA Vet Cert verified SDVOSB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. The applicable NAICS Code for this solicitation is 562112, Small Business Size Standard $47.0 Million. Applicable wage determination WD # 2015-4505, Revision 27, dated 12/26/2023; WD # 2015-4495, Revision 23, dated 12/26/2023; and 2015-4517, Revision 26, dated 12/26/2023 are incorporated. (v) PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO __________________ __________________ Contractor shall perform Regulated Medical Waste (RMW) disposal services in accordance with the Statement of Work (SOW). This service includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Food and Drug Administration (FDA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. Contract Period: Base POP Begin: 09-16-2024 POP End: 09-15-2025 1001 12.00 MO __________________ __________________ Contractor shall perform Regulated Medical Waste (RMW) disposal services in accordance with the Statement of Work (SOW). This service includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Food and Drug Administration (FDA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. Contract Period: Option 1 POP Begin: 09-16-2025 POP End: 09-15-2026 2001 12.00 MO __________________ __________________ Contractor shall perform Regulated Medical Waste (RMW) disposal services in accordance with the Statement of Work (SOW). This service includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Food and Drug Administration (FDA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. Contract Period: Contract Period: Option 2 POP Begin: 09-16-2026 POP End: 09-15-2027 3001 12.00 MO __________________ __________________ Contractor shall perform Regulated Medical Waste (RMW) disposal services in accordance with the Statement of Work (SOW). This service includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Food and Drug Administration (FDA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. Contract Period: Contract Period: Option 3 POP Begin: 09-16-2027 POP End: 09-15-2028 4001 12.00 MO __________________ __________________ Contractor shall perform Regulated Medical Waste (RMW) disposal services in accordance with the Statement of Work (SOW). This service includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Food and Drug Administration (FDA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. Contract Period: Option 4 POP Begin: 09-16-2028 POP End: 09-15-2029 GRAND TOTAL __________________ (vi) Description of Requirement: STATEMENT OF WORK REGULATED MEDICAL WASTE AND REUASABLE SHARPS CONTAINER DISPOSALS A. GENERAL: 1. Regulated Medical Waste (RMW) disposal includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Food and Drug Administration (FDA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. 2. Contractor is responsible for providing a contingency plan identifying how they will ensure continuity of services in the event of inclement weather, driver absence or equipment failure. 3. Contractor will utilize landfills within the industry that transforms waste to clean, renewable energy. 4. Contractor shall not subcontract any work outlined in this Statement of Work to a third party. WORK HOURS: 1. Normal Work Hours: The service schedule will be developed between the contractor and Contracting Officer Representative prior to services being performed, but will generally be performed during normal business hours, 7:00am-5:30pm, Monday-Saturday. 2. National Holidays: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day .and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. C. SPECIFICATIONS: Regulated Medical Waste: a. For regulated medical waste, the contractor shall furnish all required documentation, pick-up, and disposal of infectious waste (and non-hazardous pharmacy drugs) based on the estimated bi-weekly accumulation of 2000 pounds of infectious waste at the Main Campus (Carl Vinson VA Medical Center, 1826 Veterans Blvd, Dublin, GA 31021) and various volumes estimated at 200 300 pounds per month as outlined in Attachment A for our offsite locations. Pick-ups will normally be scheduled at a minimum of twice per month for the main campus and once per month as outlined in Attachment A for our satellite locations. If quantities increase or decrease, pick-ups shall be adjusted accordingly. b. For regulated medical waste, all contractor provided containers used at our RMW collection room shall be leak-proof, stackable, sealable, and transportable. All containers will be large enough to place regulated medical waste in red bag without manipulation. Containers will be designed so that government employees will not be required to lift more than 45 lbs. and shall display the universal biohazard symbol. All containers shall be damage free and in good working order at time of delivery. c. For regulated medical waste, all containers must be identifiable as to the type of hazardous waste contained within, (i.e. yellow markings for chemo, red markings for medical waste) all containers shall be approved by the COR. 3. Collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. 4. Upon notification by the COR of an emergent need for service, the contractor will address within 24 hours of notification, unless mutually agreed upon by both the contractor and COR, i.e. on the next scheduled service delivery date. 5. Period of Performance: Base Year: September 16, 2024 September 15, 2025 Option 1: September 16, 2025 September 15, 2026 Option 2: September 16, 2026 September 15, 2027 Option 3: September 16, 2027 September 15, 2028 Option 4: September 16, 2028 September 15, 2029 DOCUMENTATION FROM THE CONTRACTOR: The contractor shall prepare and submit to the COR an original signed Certificate of Destruction for each pick up at the time of pick up, and will provide an electronic copy upon request. The contractors will provide any incidences of noncompliance with state, federal, or local environmental, health or safety laws and regulation that have taken place during the past 5 years, including those that were satisfactorily settled, those that resulted in no fines or legal action, and any other noncompliance incidences. The contractor shall maintain proper records concerning each Certificate of Destruction issued. The Certificate of Destruction shall at a minimum contain the following: Pickup/Delivery Location Pickup/Delivery Date Amount of waste (number of containers picked up and/or pounds) Destruction Certification Document/Manifest Number Destruction Certification Date Any other information as required by the COR. 4. The contractor will provide a monthly weight report of total sharps weight processed, as well as a total weight report of plastics diverted from the landfill, no later than the 8th of each month. E. TRAINING REQUIRED BY THE CONTRACTOR: The contractor will provide annual training to government staff as required by the COR, and will include, but is not limited to, proper handling of medical/special waste; interim storage requirements, proper identification and labeling of wastes, sharps containers, etc. F. QUALITY ASSURANCE/CONTROL: 1. The contractor shall have a quality control program to ensure the requirements of this contract are provided as specified. The program will include, but will not be limited to the following: a. An inspection system covering the services listed in this statement of work. It must specify areas of work to be inspected on a scheduled basis. b. A method of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable which would include ensuring products delivered are clean. c. A record of all inspection conducted by the contractor and corrective action(s) taken. These documents will be made available to the government during the contract. A quarterly report of inspections will be provided on January 15th, April 15th, July 15th, and October 15th in each contract year. 2. The Government will investigate complaints from the Ralph H. Johnson VAMC and affiliated sites. All information received will be provided either verbally and/or in writing to the contractor for appropriate action. Required Service Performance Standard Monitoring Method Incentive/Disincentive for not meeting performance standards Adhere to pick-up schedule Completes scheduled services on time. Any deviation must be approved by the COR in advance Direct observation 1st Occurrence) Invoices shall be deducted 5% of the total monthly amount for each occurrence above one per location, per contract. 2nd Occurrence) 10% of monthly invoice. 3rd and subsequent offenses will be 20% of monthly invoice amount. Provides timely reports Contractor provides all required reports by dates specified and timelines outlined in this statement of work. Direct Observation, electronic date on email reports, as applicable. Any report submitted late above one occurrence per quarter will be penalized 5% of the monthly invoice in the month the invoice was due. Emergent needs addressed within 24 hours, or on the next scheduled service date Contractor provides required service within 24 hours, or on or before the mutually agreed upon timeline. Direct observation Invoice deducted 10% for all occurrences above one per contract year. Additional 10% penalty for every 24-hour period after the first penalty period until service is provided. G. CONTRACTOR PERSONNEL: 1. While on VA premise, all contractor personnel shall comply with the rules, regulations, and procedures governing conduct of personnel and the operation of the facility. H. INTERFERENCE TO NORMAL FUNCTION: 1. Contractor may be required to interrupt their work at any time so as not to interfere normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. 2. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. Contractor personnel shall inform the COR or designee of the need to gain access to secure areas. If access is required to secure access, prearranged scheduling will be made with the COR or designee. (vii) Addresses of RMW Pick-up locations Bi weekly Pick-up location: Carl Vinson VA Medical Center 1826 Veterans Blvd Dublin, GA  31021 Monthly Pick-up locations: Macon CBOC 5566 Thomaston Road Macon, GA 31220-8118 Milledgeville CBOC 2249 Vinson Highway Southeast Milledgeville, GA 31061-4807 Perry CBOC 2370 South Houston Lake Road Kathleen, GA 31047-5400 Tifton CBOC 1824 Ridge Avenue North Tifton, GA 31794-3441 40-50 boxes picked up every two weeks at the Dublin Medical Center, boxes average about 30 lbs. ca. Community Based Outreach Clinics (CBOC's) usually have a monthly pick up, with each CBOC producing 2-5 boxes for disposal, average weight is about 25-30 lbs. Chemo waste boxes account for 0.001 to .03 tons per year. Red bag waste docs do not need to be incinerated IF it is sanitized before disposal, chemo is an incineration only disposal requirement. Waste is disposed of using 45lbs. lined boxes, and large sharps containers are bagged using large red bags marked for biohazard waste. Periods of Performance: Base Year of (12) twelve months from date of award with potential (4) four(12) twelve-month option periods. FOB Destination. Base Year: September 16, 2024 September 15, 2025 Option 1: September 16, 2025 September 15, 2026 Option 2: September 16, 2026 September 15, 2027 Option 3: September 16, 2027 September 15, 2028 Option 4: September 16, 2028 September 15, 2029 (viii) FAR 52.212-1, Instructions to Offerors Commercial Items (SEP 2023), applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING AUG 2020 52.229-11 TAX ON CERTAIN FOREIGN PROCUREMENTS--- NOTICE AND REPRESENTATION JUN 2020 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION OCT 2018 852.239-75 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE FEB 2023 Addendum FAR 52.212-1 Instructions to Offers- Commercial The Department of Veterans Affairs is soliciting quotes from SDVOSB vendors to provide Regulated Medical Waste (RMW) disposal services in accordance with the Statement of Work (SOW). The government anticipates a single (all or none), firm fixed price award. Submission of Quotes Quotes shall be received on or before the date and time specified. Quotes must be emailed to LaTerrica.Sewell@va.gov and offerors shall ensure to reference solicitation number 36C24724Q0699 within subject line of the email, the Quote Format is followed and submitted electronically by email to the Contracting Specialist, LaTerrica Sewell @ (LaTerrica.Sewell@va.gov) June 14, 2024 @ 10:00AM EST. There will be no exceptions. Quote Format The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. All line items in the Price Schedule must include a price. Pricing must be submitted separately from your quote. Firm, fixed pricing for each line item is required. All fillable documents are required for submission. Submission of VAAR 852.219-75 certification completely filled out is required. Offerors must submit recent and relevant past performance history that is similar to the work in the Combined Synopsis Statement of Work (SOW). a. Company Full Name, Address and Telephone Number of point of contact. b. Cage Code, SAM UEI Number, Duns Number and Tax Identification number. c. Include completed SECTION vi Price/Cost Schedule d. Written statement limited to two pages or less demonstrating the offeror has the required technical capability, experience, and past performance. e. VAAR 852.219-75 certification are a submission requirement and shall be submitted electronically. f. An Offeror must be SDVOSB Verified (reference VAAR 852.219-73) at time of quote submission and at time of award. g. An Offeror is required to be Registered in the System for Award Management (SAM) (52.204-7) when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract resulting from this solicitation. h. Offerors must submit 3 references past contract of equal or greater value that were successfully completed that demonstrate previous work experience. Provide description, dollar value, and Point of Contact (s) including phone numbers. Questions: Questions shall be submitted to the Contracting Specialist in writing via email. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is May 31, 2024, at 10:00AM EST. Questions received after this date and time may not be answered. There will be no exceptions. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. To be considered for award prospective offerors must be registered and active in the System for Award Management (www.SAM.gov) and SBA verified SDVOSB Veteran Small Business Certification SBA Veteran Small Business Certification (sba.gov) verified at the date and time set for receipt of offers. An Offeror, who is not SAM registered or SBA Vet Cert verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. (End of Provision) ix. FAR 52.212-2, Evaluation Commercial Items (NOV 2021), applies to this solicitation. a. BASIS FOR AWARD: This requirement will be competed and awarded under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The contracting techniques associated with FAR Part 15 do not apply. The Government will make an award to the responsible Offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government intends to compare what has been quoted to one another to select the quote that is best suited to fulfill the requirement. The evaluation factors outlined in this request for quote will determine suitability. Technical, Experience and Past Performance when combined are more important than price. The Government will award a contract resulting from this solicitation to the responsive, responsible Vendor in accordance with FAR 9.104-1 and whose quote conforms to the solicitation, and provides the best value to the Government, price and other non-price factors considered. Evaluation Approach. The non-price factor(s) are more important than price. As such, the Government reserves the right to make an award to other than the lowest priced quoter if it is in the government s best interest to do so. Since award may be made to the Vendor with other than the lowest price, price is not necessarily the determining factor. The following factors shall be used to evaluate quotes: Technical Capability: The technical capability rating reflects the degree to which the proposed approach has demonstrated the ability to perform services as required by the solicitation. The technical evaluation rating will be determined by evaluating the following: Vendors shall submit documentation illustrating a clear description of the management methodology that will be used for executing the effort described in the SOW and listed below to be responsive. This description shall include: Capabilities statement specifying the ability to provide service directly related to the requested services outlined in the Statement of Work (SOW) not to exceed 10 pages. Offeror shall provide business licenses with the proposal. Identifying key personnel and their experience/qualifications Offeror must provide business insurance with the proposal. Offeror must be in business for three or more years. Offeror must provide a Department of Transportation number for transport of general waste. Offeror must submit a Management Plan addressing the process of how waste will be transported and disposed including contingency plans if normal process is disrupted. 2. Experience: The basis of evaluation under this factor will be focused on the firm s experience in performing recent contracts and/or task orders of similar size, scope and complexity to the work being solicited within the SOW. The quote shall contain information from a minimum of one contract where similar services were successfully provided. Only quotes that demonstrate relevant experience with providing similar services shall be eligible for award. Government and commercial sources will be accepted. The Contractor must regularly offer and engage in providing similar services as described in this solicitation. 3. Past Performance: The past performance evaluation will be accomplished by reviewing aspects of a offerors recent and relevant past performance. The Offeror shall submit past performance information that is both recent (within the past three (3) years) and relevant (similar in size, scope, and complexity to the requirement being procured), if applicable. Recent and relevant past performance shall be discussed for the prime contractor and/or any major team members or teaming partners proposed to support this contract. The Offeror is provided an opportunity to submit a list of no more than three (3) of the Vendor s most recent and relevant past performance information on projects: similar in size, scope, and complexity to the requirement being procured under this solicitation, performed for Government agencies and/or commercial customers within the last three (3) years from the solicitation release date. The past performance submittals shall include (when applicable): Contract Number, Contracting Officers (CO): Name, Phone number and Email address, Contracting Officers Representatives (COR): Name, Phone number and Email address, Non-Government Points of Contact (if applicable), Total Contract Value at time of award and final price after any/all modifications, Initial Period of performance (POP) and final POP after any/all modifications, Narrative describing the requirement and reason for any modifications which effected price or performance period. The Government reserves the right to obtain past performance data from other sources than those identified by the Vendor in evaluating past performance. In the case of a Vendor without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Vendor may not be evaluated favorably or unfavorably on past performance. Therefore, the vendor shall be determined to have unknown past performance. In the context of confidence, the vendor will be evaluated as Unknown Confidence and shall be considered neutral. 4. Price: The Offeror is required to quote a fully burdened fixed price for the CLIN structure as shown in Section v. Insert the quoted unit and extended prices in Contract Line-Item Number (CLIN) 0001 through 2001. All unit prices shall be represented in two decimal positions only. Example: $0.27, not $0.27458. The Government shall evaluate price to determine if it is considered fair and reasonable in accordance with FAR Part 13.106-3. Government intends to make award without discussions. Contractor should ensure their best effort is put forth in their submission. The government expects most favored customer pricing. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in paragraph (c)(1) in the provision at 52.204 26, Covered Telecommunications Equipment or Services Representation, or in paragraph (v)(2)(i) of the provision at 52.212 3, Offeror Representations and Certifications Commercial Products and Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services in paragraph (c)(2) of the provision at 52.204 26, or in paragraph (v)(2)(ii) of the provision at 52.212 3. (a) Definitions. As used in this provision Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for covered telecommunications equipment or services. (d) Representations. The Offeror represents that (1) It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds will in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that It [ ] does, [ ] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds does in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded will in the represen...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/80db236127a7471e9bf30c008a51caf7/view)
 
Place of Performance
Address: Department of Veterans Affairs Carl Vinson VA Medical Center 1826 Veterans Blvd, Dublin, GA 31021, USA
Zip Code: 31021
Country: USA
 
Record
SN07068357-F 20240519/240517230047 (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.