Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2024 SAM #8284
MODIFICATION

79 -- 664 | EMS EQUIPMENT

Notice Date
7/31/2024 7:53:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
RPO WEST (36C24W) MCCLELLAN CA 95652 USA
 
ZIP Code
95652
 
Solicitation Number
36C24W24Q0168
 
Response Due
8/9/2024 10:00:00 AM
 
Archive Date
10/08/2024
 
Point of Contact
Timothy L. Garrity, Contracting Officer, Phone: 480-686-5349
 
E-Mail Address
timothy.garrity@va.gov
(timothy.garrity@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number 2024-05 Effective Date: 05/22/2024 This solicitation is set-aside for Service-Disabled, Veteran-Owned Small Businesses (SDVOSB) The associated North American Industrial Classification System (NAICS) code for this procurement is 326199, with a small business size standard of 750 Employees. The FSC/PSC is 3920. The VA San Diego Spinal Cord Injury and Community Living Center (CLC) is seeking to purchase Emergency Medical Service (EMS) equipment. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Rubbermaid High Security Healthcare Cleaning Cart F0500 FG9T7500 BLA (Or Equal 7 EA 0002 Rubbermaid WaveBrake 2.0 Mop Bucket & Wringer Combo W/ Side Press 26 Qt F0505 FG74800YEL (Or Equal) 7 EA 0003 McClure Industries 610 Blue Soiled Linen Cart F0510A (Or Equal) 5 EA 0004 Lakeside 470 Stainless Stell Linen Service Cart with Nylon Cover, 500 lbs. Capacity F0515 (Or Equal) 3 EA 0005 Rubbermaid Heavy Duty Plastic Tilt Truck, 1 Cu. Yd. Cap, 2100 lbs. Cap, Black F0530 FG131600BLA (Or Equal) 9 EA 0006 Rubbermaid Plastic Utility Cart w/2 Shelves, 750 lbs. Capacity, 54 L x 25 W x 36 H Black F0535 FG454610BLA (Or Equal) 11 EA 0007 Diversey J-Fill Quattro Select Dispensing System K2020A D3754220 (Or Equal) 6 EA STATEMENT OF WORK GENERAL: VA San Diego Spinal Cord Injury and Community Living Center has executed a new build that will meet the VA seismic criteria and meet VHA standard for long term care, 3350 La Jolla Village Drive, San Diego, CA 92161, has a requirement for Environmental Management Services (EMS) equipment. The EMS equipment will be used throughout the new building. BACKGROUND: The VA San Diego Spinal Cord Injury (SCI) and Community Living Center (CLC) has a requirement for EMS equipment in the new outpatient and inpatient areas. PURPOSE: The EMS equipment to include janitorial cart, mop bucket, soiled linen carts, clean linen carts, trash carts, utility carts are chemical dispenser are required to support clinic operation in the new SCI outpatient areas, SCI inpatient floors, and CLC HAC storage spaces. SCOPE: VA San Diego Spinal Cord Injury and Community Living Center is requesting contractors to provide and install brand name or equal equipment that meets or exceed the physical, functional, and performance of the listed salient characteristics in this section. The equipment feature is essential to the technical requirements to meet the needs of the departments. PHYSICAL CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities: Janitor Cart Rubbermaid Microfiber Janitor Cart, Black -FG9T7500BLA (Or Equal) Must include lockable door on storage area for cleaning supplies Removable mop bucket platform with securing grooves for microfiber charging buckets Must include lock on rolltop hood. Durable 8 ball-bearing wheels and 4 casters provide maximum maneuverability. Include 2ea carry caddies (stored under roll top hood), approximately 10 quart each 5 rubber tool grip holders 4 rubber hooks for safety signs Storage capacity: 7.25 cu. ft. Aluminum and structural web plastic composition with water- and chemical-resistant finish Overall dimensions approximately: 48 W x 22 D x 44 H Quantity: 7 Mop Bucket with Wringer- Rubbermaid Wavebrake 26QT-FG748000YEL (Or Equal) Mobile mop bucket with wringer combination with four 2"" casters. Unit used for general hard surface floor maintenance. Capacity 26 qt. Color Yellow Built-in handle for easy lifting and emptying Plastic mop bucket and wringer Style Side Press Overall dimensions approximately: 19 W x 16.5 D x 24 H Quantity: 7 Soiled Linen Cart- McClure Industries 610 Blue (Or Equal) 1-piece molded construction Reinforced bottom Heavy-duty casters Thread guards Blue finish 2 chest handles 45 Cu Ft Nestable Minimum 7 year warranty Overall dimensions approximately: 29 W x 54 D x 62.5 H Quantity: 5 Linen Supply Transport Cart, Covered - Lakeside Manufacturing Inc-Model 470 (Or Equal) Closed linen supply cart. Medium duty, 4-shelf, large utility cart with nylon cover 500 lbs. capacity Stainless steel 2 fixed and 2 swivel casters Overall dimensions approximately: 60 W x 28 D x 79 H Quantity: 3 Trash Cart - Rubbermaid Brute Rotomolded Tilt Truck- FG131600BLA (Or Equal) Reinforced corner points help prevent rusting of the frame, scraping, and paint transfer onto the ground during dumping Made of rotomolded resin offering industrial strength construction to transport heavy loads up to 2,100 lbs. Leakproof polyethylene bottom body supported by a steel frame. *Up to the height of the bottom of the handle Smooth surface is easy-to-clean and resists pitting and corroding 5"" swivel casters and 12"" inset wheels for smooth handling and maneuverability Features a powder-coated steel frame for corrosion resistance Replacement parts: 52131500 - Frame Assembly For Tilt Truck - Black, 52131533 - Frame Assembly For Tilt Truck - Red, FG1305L4BLA - Handle - Tilt Truck - Black, FG1316L20000 - 5"" Swivel Caster, FG1316L30000 - 12"" Wheel 10-Year Limited Warranty Overall dimensions approximately: 27 W x 36 D x 45 H Quantity: 9 Utility Cart - Rubbermaid Brute - FG454610BLA (Or Equal) Utility cart features two 8"" fixed locking casters and 2 swivel pneumatic casters Premium ergonomic handle Rounded corners Durable structural foam construction with 500 lbs. of storage weight capacity Lipped shelf Deep pocket shelves Built-in tool holster and caddy Molded-in fittings Easy-reach tool/accessory hooks 10-Year Limited Warranty Overall dimensions approximately: 26 W x 55 D x 33 H Quantity: 11 J-Fill Wall Mount - Diversey J-Fill Quatro Select Dispensing System-D3754220 (Or Equal) 4 chemicals dispensed Dispenser fills bottles, buckets, auto scrubbers/floor care machines Dispenser includes auto scrubber fill gun, drip tray, hose Features: high flow and low flow; lockable cabinet; safe gap backflow prevention The dispenser has 2 doors that are lockable to prevent theft or mis-use of chemicals Meets ASSE 1055-B back-flow prevention requirements Durable cabinet Overall dimensions approximately: 19 W x 8 D x 25 H Quantity: 6 FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: Equipment must provide functional and performance capability as listed above in section in above. SOFTWARE: N/A INSTALLATION AND TRAINING: N/A WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. The government does not accept extended warranties, which require advance payment. PERFORMANCE: All items to be delivered after receipt of purchase order not earlier than 10/1/2024 but not later than 11/1/2024. Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided by the VA POC post-award. Delivery must be coordinated with VA COR POC Ismaila Ndiaye (Cell): 858-228-6138 prior to any attempts at delivery. Any item that has not been coordinated will be turned away and any additional charges will be the responsibility of the sender/transportation company. Contractor shall abide by all rules and regulations set forth by VA San Diego due to Coronavirus (COVID-19) and have their own personal protective equipment (PPE) in use for the time they are on VA San Diego campus grounds. Hours: Normal duty hours are 8:00 a.m. through 4:00 p.m., Monday through Friday, not including federal holidays. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR, POC or designee. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays. New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Last Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. All shipping for parts will be included in the cost of the contract. PLACE OF DELIVERY: Ace/Adonius Warehouse, 5608 Eastgate Dr., San Diego CA 92121 SECURITY: N/A Delivery shall be provided not earlier than 10/1/2024 but not later than 11/1/2024 after receipt of order (ARO). FOB Destination Place of Performance/Place of Delivery: VA San Diego Medical Center Address: 3350 La Jolla Village Drive Postal Code: 92161 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provision is incorporated into 52.212-1 as an addendum to this solicitation: SITE VISIT: Not Applicable SUBMISSION OF OFFERS: Offers to this solicitation shall be e-mailed not later than 10:00 AM PST on 9 August 2024, to the attention of Tim Garrity at timothy.garrity@va.gov with Solicitation Offer 36C24W24Q0168, EMS EQUIPMENT in the subject line. NO EXTRA TIME WILL BE GIVEN, Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Files should be sent in PDF format and no larger than 10MB or they will be automatically rejected by the server. Vendors can expect a confirmation e-mail indicating offer was successfully received by the Government. The Government is not responsible for rejected emails that exceed the e-mail capacity. Telephone and fax responses will NOT be accepted. Telephone inquiries will not be honored. Inquiries after the advertised due date in block 8 of the solicitation document may not be responded to due to the time constraints of the procurement. All offerors must ensure SAM registration is correct, current and has not expired at the time of offer. Please include your SAM UEI number on your quote. Also, for verification of your SDVOSB and VOSB, please ensure your business is registered with the U.S. Small Business Administration Veteran Small Business Certification (VetCert) website at: https://veterans.certify.sba.gov SUBMISSION OF QUESTIONS: All questions must be received by 10:00 AM PST on 5 August 2024. All questions submitted for this solicitation must be electronically sent to the following email address: Tim Garrity at timothy.garrity@va.gov with Solicitation Offer 36C24W24Q0168, EMS EQUIPMENT in the subject line. Questions received after the stated date and time may be addressed at the discretion of the Contracting Officer. DISCUSSIONS WITH OFFERORS: The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror s initial offer should contain the offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer that doing so is in the best interest of the Government. The Government may reject any of all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. SUBMISSION OF REQUIRED DOCUMENTS: Submission of Required Documents listed herein is a condition precedent to award of a contract/delivery order. In general, LIMIT your response to no more than thirty-five (35) typewritten pages with a 12pt font-size and Times New Roman font type, including at a minimum, the following documentation: 1. SF 1449. As a minimum include- a. Complete block 17a and Remit to address, if different than the mailing address. b. Complete blocks 30a, 30b, and 30c; Signature, Print Name & Title of Signer, Date Signed ***Electronic Signatures and Dates are acceptable*** 2. SF 30. Amendments (If amendments are issued) a. Complete blocks 15a, 15b, and 15c; Signature, Print Name & Title of Signer, Date Signed ***Electronic Signatures and Dates are acceptable*** 3. SUBMISSION OF QUOTATION Quote Submission: The contractor shall submit a complete emailed electronic copy in portable document format (.pdf) or Microsoft Excel (.xls) format. 3.1 Volume 1: (Technical) 3.1.1 All salient characteristics 3.1.2 OTHER REQUIRED DOCUMENTATION 3.1.2.1 Submit an authorization letter or other document(s) from Original Equipment Manufacturer dated within 90 calendar days stating you are an Authorized Distributor or Authorized Reseller of the proposed equipment/system. 3.2 Volume 2 (Pricing) It must follow the solicitation format and order for each line item. 3.2.1 Quote must be valid for 60 days. 3.2.2 Vendor must quote all line items in the solicitation. 3.2.3 Vendor must include shipping cost on the items priced. OFFERORS WHO FAIL TO SUBMIT THESE DOCUMENTS WITH THEIR QUOTES WILL HAVE THEIR QUOTES REJECTED AND WILL NOT BE CONSIDERED FURTHER FOR CONTRACT AWARD. Submissions can be sent in multiple emails to avoid computer system email size limitation to Tim Garrity at timothy.garrity@va.gov. Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote. (End of Addendum to 52.212-1) FAR 52.212-2 Evaluation-Commercial Products and Commercial Services ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical acceptability shall be established by review of each submitted quote, attachments, and/or information by the designated technical evaluator/s and verification that any brand name or equal to items meet all the salient characteristics included in this solicitation. No other rating or quantitative value other than acceptable or unacceptable will be assigned. Once the acceptability has been established, the Contracting Officer shall award to the Lowest Price meeting ALL the Salient Characteristics and required documentation listed in the Statement of Work (SOW). (b) 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) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (May 2024) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001; (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation will be furnished to the Contractor. (End of Clause) VAAR 852.247-71 DELIVERY LOCATION (OCT 2018) Shipment of deliverable items, other than reports, shall be to: VA San Diego Medical Center 3350 La Jolla Village Drive San Diego, CA 92161 (End of Clause) VAAR 852.247-72 MARKING DELIVERABLES (OCT 2018) (a) The contract number shall be placed on or adjacent to all exterior mailing or shipping labels of deliverable items called for by the contract. (b) Mark deliverables, except reports, for: ATTN: William Montes (End of Clause) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) Material shall be packed for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with regulations of carriers as applicable to the mode of transportation. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaar/ (End of Clause) FAR Number Title Date 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS NOV 2023 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEVIATION) JAN 2023 852.215-71 EVALUATION FACTOR COMMITMENTS OCT 2019 852.246-71 REJECTED GOODS OCT 2018 (End of Addendum to 52.212-4) SOLICITATION PROVISIONS 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 representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded does in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of Provision) 52.204-29 FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS REPRESENTATION AND DISCLOSURES (DEC 2023) (a) Definitions. As used in this provision, Covered article, FASCSA order, Intelligence community, National security system, Reasonable inquiry, Sensitive compartmented information, Sensitive compartmented information system, and Source have the meaning provided in the clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (b) Prohibition. Contractors are prohibited from providing or using as part of the performance of the contract any covered article, or any products or services produced or provided by a source, if the prohibition is set out in an applicable Federal Acquisition Supply Chain Security Act (FASCSA) order, as described in paragraph (b)(1) of FAR 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (c) Procedures. (1) The Offeror shall search for the phrase FASCSA order in the System for Award Management (SAM)(https://www.sam.gov) for any covered article, or any products or services produced or provided by a source, if there is an applicable FASCSA order described in paragraph (b)(1) of FAR 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (2) The Offeror shall review the solicitation for any FASCSA orders that are not in SAM, but are effective and do apply to the solicitation and resultant contract (see FAR 4.2303(c)(2)). (3) FASCSA orders issued after the date of solicitation do not apply unless added by an amendment to the solicitation. (d) Representation. By submission of this offer, the offeror represents that it has conducted a reasonable inquiry, and that the offeror does not propose to provide or use in r...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6ee7ad2811f54eed8a1dfea445399781/view)
 
Place of Performance
Address: Department of Veterans Affairs VA San Diego Healthcare System William Montes 3350 La Jolla Village Drive, San Diego 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN07150136-F 20240802/240731230118 (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.