SOLICITATION NOTICE
65 -- Medical Air Compressor System and Medical Vacuum Pump Grand Junction VA Medical Center
- Notice Date
- 10/1/2024 1:26:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925Q0009
- Response Due
- 10/16/2024 2:00:00 PM
- Archive Date
- 10/31/2024
- Point of Contact
- Stephanie Cahill, Contract Specialist, Phone: 303-712-5841 *Email preferred
- E-Mail Address
-
Stephanie.Cahill@va.gov
(Stephanie.Cahill@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Request for Quote (RFQ) # 36C25925Q0009 - Medical Air Compressor System and Medical Vacuum Pump This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. *A site visit is STRONGLY encouraged to ensure accurate bid submissions. The site visit will occur at 10am MST, October 9th, 2024. Please contact Mr. Daren Jack via email, Daren.Jack@va.gov, to confirm your company will be attending as well as to obtain the location for the meeting. ** The deadline for all questions is 3:00pm MST, October 11th, 2024 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. *** Quotes are to be provided to stephanie.cahill@va.gov no later than 3:00pm MST, October 16th, 2024. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25925Q0009. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 effective April 22, 2024. The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000 employees. This solicitation is a 100% set-aside for Small Business concerns. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Medical Air Compressor System 1 EA $ $ 0002 Medical Vacuum Pump 1 EA 0003 NFPA 99 Installation and Start Up Service 1 EA 0004 Removal and Installation 1 JB Grand Total $ Description of Requirements for the items to be acquired: *IAW Buy American statue American-made products will be prioritized over non-domestic products *FOB shall be destination *Freight shall be added to the price of CLIN 0001 and not be its own line item *Cut sheets and specification sheets proving the offered product meets all testing specifications and salient characteristics shall be included with the quote *Quotes shall annotate the expected date of delivery to the specified location *Quotes shall be accompanied by an authorized distributor letter from the manufacturer of the items being offered. *Due to this procurement being 100% SDVOSB set-aside, the offeror shall complete clause VAAR 852.219-76 and return it with their offer. Failure to return the aforementioned clause completed will result in the offeror s quote not being considered for evaluation. *Failure to meet the salient characteristics below will result in the offeror s quote not being considered for award. Scope. The Contractor shall replace one (1) Medical Air Compressor System and one (1) Medical Vacuum system Mandatory Tasks and Deliverables. CLIN 0001 - Medical Air Compressor System: Contractor shall provide replacement equipment, components, labor, tools, and components required for removal of existing equipment and the installation of the replacement equipment, per the manufacturer s requirements that meet the following equipment specifications: System capacity of 33 SCFM at 50 PSIG. 15 total horsepower, generated from (3) 5 HP pumps. 120 Gallon, vertical receiver tank, with by-pass valves for tank isolation. Motors wired for 208V, 60Hz, 3-phase. Desiccant Air dryer shall be sized for calculated system demand. Premium NFPA control panel, with color touch screen panel Equipment shall be setup at the factory to operate efficiently at an elevation of 4,600 ft. Deliverables for CLIN 0001 Contractor shall remove existing air compressor system and receiver tank. Contractor shall install new medical air compressor system in compliance with current standards and manufacturer s requirements. Contractor shall connect the new equipment to the existing piping system. Contractor shall connect the electrical supply to the new equipment. Contractor shall connect equipment communication to all existing area and master alarm panels. Contractor shall configure, program, test, and verify equipment parameters, and that audio and visual alarms function properly when system is operating outside of acceptable setpoints. Contractor shall verify all labeling is compliant with the latest requirements of NFPA 99. Contractor shall provide documented certification confirming the new equipment installation has met all requirements of the latest version of NFPA 99 and is approved for use. Within 10 business days after the installation work has been completed, contractor shall provide the COR a written service report, including all deficiencies identified, all test results, all parts cleaned, repaired, calibrated, or replaced. The service report shall record all new equipment and component devices. Contractor shall record the following information for all new equipment and devices, where available: device type or name, manufacturer, model number, and serial number. Contractor shall confirm there are no leaks detected, resulting from the work performance. Contractor shall provide a minimum 1-year warranty on the service workmanship. CLIN 0002 - Medical Vacuum Pump System: Contractor shall provide equipment, labor, components, and materials required for shall remove the existing equipment and installation of the replacement equipment, per the manufacturer s requirements that meet the following equipment specifications: Vacuum system shall have a working capacity of 52 SCFM @ 19 Hg. Vacuum system shall have a maximum total horsepower of 15 (7.5HP x 2). System shall include a 120-gallon vertical receiver tank. Installation shall include a control system to operate the rotary vane pumps. System shall include the installation of a Total Oxidize Monitoring and Mitigation System (TOM) range 0-95%, with dry contact alarm relays and 10 remote vacuum flange (1 MPT). Includes a wall mount enclosure and 110VAC, 1.0 amp power supply. Motors shall be wired for 480V, 3-phase, 60 Hz. Equipment shall be OSHPD Seismic Certified: Equipment shall be setup at factory to operate efficiently at an elevation of 4,600 ft. The contractor shall propose a tentative service date with the COR, a minimum of 30 calendar days prior to the proposed service. The station shall conduct a risk assessment meeting regarding the impact of the Medgas System service work to the affected areas, equipment, and proposed service time. The COR shall confirm the service date 14 calendar days ahead of the proposed service date or propose a new date for the service. Contractor shall configure, program, test, and verify equipment parameters, and that audio and visual alarms function properly when system is operating outside of acceptable setpoints. CLIN 0003 - Contractor shall have the medical air compressor and vacuum pump systems verified by a ASSE Certified Verifier following installation in compliance with the latest version of NFPA 99. The verifying contractor shall be an independent, 3rd party and unaffiliated with the installation contractor. Deliverables for CLIN 0003 Contractor shall subcontract a neutral 3rd party verifier to complete a system verification after new equipment installation. Verification of the Medical Air Compressor System shall include the inspection for code compliance and testing for the proper operation of the necessary components and equipment as installed including, but not limited to, compressors, dryers, filters, regulators, sensors, intake piping, dew point and carbon monoxide (CO) monitors, control cabinets, area and master alarms, and inlets and outlets. Within 10 business days after service work has been completed, contractor shall provide the COR a written installation report including, but not limited to all test points, all test results, and a documented Certification approving use of the system. If for any reason, any deliverable cannot be completed on time according to the provided schedule, the contractor shall provide a written explanation three days prior to the due date to the Contracting Officer Representative (COR). This written transmittal to the COR shall cite reasons for the delay, and a new proposal of when the items will be completed. 3. Contractor Qualifications 3.1. The Contractor and contractor personnel shall be certified by the American Society of Sanitary Engineers (ASSE) for the following disciplines: ASSE 6010 Medgas System Installer. All personnel performing equipment installation services on any portion of the Medgas and Vacuum Systems shall possess and maintain a valid ASSE 6010 certification throughout the duration of this contract. Certification documentation must be provided to the COR upon request. ASSE 6030 Medgas System Verifier. All personnel performing verification services on any portion of the Medgas and Vacuum Systems shall possess and maintain a valid ASSE 6030 certification throughout the duration of this contract. Certification documentation shall be provided to the COR upon request. 3.2. Domain Knowledge 3.2.1. The Contractor and contractor personnel shall complete all work in conformance with the latest versions of the VHA Directive 7515, TJC EC 02.05.09, Occupational, Safety and Health Administration (OSHA), National Fire Protection Agency (NFPA) 99, ASSE 6000, and the manufacturer s recommendations. When a conflict arises concerning maintenance or testing, the most stringent code, standard, specification, or recommendation shall apply, unless otherwise directed by this contract or the Contracting Officer. Government and Contractor Responsibilities 4.1. Contractor Responsibility 4.1.1. Contractor shall furnish personnel, supervision, industry documentation, professional expertise, tools, materials, equipment, and quality control to complete the mandatory tasks and deliverables of this SOW. 4.1.2. The items necessary to perform work as required under this contract shall be furnished, maintained, and operated by the Contractor and shall be consistent and fully compliant with all applicable VHA, OSHA, ASME, NFPA, Federal, State, County, City laws, ordinances, and regulations. 4.1.3. All equipment, tools, and devices used as Measuring and Test Equipment shall have traceability for valid calibration to an accredited standard. Calibration traceability documentation shall be provided to the COR upon request. 4.1.4. The Contractor and contractor personnel shall be responsible for the cost repair or replacement of any damage to the VA Medical Center structure or equipment caused by the Contractor or key personnel. 4.2. Government Responsibility The COR shall provide any relevant documentation regarding the work as required under this SOW. Additional documentation may be available at the request of the Contractor. Formal Acceptance or Rejection of Deliverables Contractor shall provide detailed service report to within 10 business days after performance of service. The VA shall have 3 business days to review the report and provide comments. The contractor shall have 5 business days to incorporate comments. If deficiencies were discovered not covered by this service contract, Contractor shall provide a written (email) detailed description of deficiencies discovered and a proposal to correct the deficiency, including a description of the work and cost. The VA shall have 10 business days to review the proposal before accepting or declining the offered correction. Acceptance of the correction will be in the form of a modification to this contract. Quality Standards for Deliverables - Performance Measures All components shall be delivered free from defect and damage. All components delivered shall meet the manufacturer s requirement as approved replacements. All parts and labor shall carry a minimum of one (1) year replacement warranty. All Service trips are schedule and completed per requirements of this SOW. Delivery and acceptance shall be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located: Grand Junction VA Medical Center Building 1 2121 North Ave. Grand Junction, CO. 81501 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) Price; and (III) Delivery Lead Time Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III Delivery Lead Time The offeror shall state the required number of calendar days to deliver the item, to include installation, if applicable. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Factor 3. Delivery Lead Time Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. Factor 3. Delivery Lead Time: The Government will evaluate delivery lead time and select the quoter/offer whose delivery lead time is most advantageous to the Government. The Government may consider an award to other than the lowest priced quoter/offeror if it s in the best interest of the Government. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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 Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-8 Utilization of Small Business Concerns (SEP 2021) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.229-12 Tax on Certain Foreign Procurements (JUN 2020) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 52.217-6 Option for Increased Quantity (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Office may exercise the option by written notice to the Contractor prior to receipt of all items. Delivery of the added items shall continue at the same rate as the like items called for under the contract unless the parties otherwise agree. 52.225-1 Buy American Supplies (OCT 2022) Definitions. As used in this clause Commercially available off-the-shelf (COTS) item (1) Means any item of supply (including construction material) that is A commercial product (as defined in paragraph (1) of the definition of commercial product at Federal Acquisition Regulation (FAR) 2.101; Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. Component means an article, material, or supply incorporated directly into an end product. Cost of components means For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. Critical component means a component that is mined, produced, or manufactured in the United States and deemed critical to the U.S. supply chain. The list of critical components is at FAR 25.105. Domestic end product means For an end product that does not consist wholly or predominantly of iron or steel or a combination of both An unmanufactured end product mined or produced in the United States; An end product manufactured in the United States, if The cost of its components mined, produced, or manufactured in the United States exceeds 60 percent of the cost of all its components, except that the percentage will be 65 percent for items delivered in calendar years 2024 through 2028 and 75 percent for items delivered starting in calendar year 2029. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Components of unknown origin are treated as foreign. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or The end product is a COTS item; or (2) For an end product that consists wholly or predominantly of iron or steel or a combination of both, an end product manufactured in the United States, if the cost of foreign iron and steel constitutes less than 5 percent of the cost of all the components used in the end product. The cost of foreign iron and steel includes but is not limited to the cost of foreign iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the end product and a good faith estimate of the cost of all foreign iron or steel components excluding COTS fasteners. Iron or steel components of unknown origin are treated as foreign. If the end product contains multiple components, the cost of all the materials used in such end product is calculated in accordance with the definition of cost of components . End product means those articles, materials, and supplies to be acquired under the contract for public use. Fastener means a hardware device that mechanically joins or affixes two or more objects together. Examples of fasteners are nuts, bolts, pins, rivets, nails, clips, and screws. Foreign end product means an end product other than a domestic end product. Foreign iron and steel means iron or steel products not produced in the United States. Produced in the United States means that all manufacturing processes of the iron or steel must take place in the United States, from the initial melting stage through the application of coatings, except metallurgical processes involving refinement of steel additives. The origin of the elements of the iron or steel is not relevant to the determination of whether it is domestic or foreign. Predominantly of iron or steel or a combination of both means that the cost of the iron and steel content exceeds 50 percent of the total cost of all its components. The cost of iron and steel is the cost of the iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the product and a good faith estimate of the cost of iron or steel components excluding COTS fasteners. Steel means an alloy that includes at least 50 percent iron, between 0.02 and 2 percent carbon, and may include other elements. United States means the 50 States, the District of Columbia, and outlying areas. (b) 41 U.S.C. chapter 83, Buy American, provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 1907, the domestic content test of the Buy American statute is waived for an end product that is a COTS item (see 12.505(a)(1)), except that for an end product that consists wholly or predominantly of iron or steel or a combination of both, the domestic content test is applied only to the iron and steel content of the end product, excluding COTS fasteners. (c) Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (d) The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the solicitation entitled ""Buy American Certificate."" Alternate I (OCT 2022). As prescribed in 25.1101(a)(1)(ii) substitute the following sentence for the first sentence of paragraph (1)(ii)(A) of the definition of domestic end product in paragraph (a): (A) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. (End of Clause) 52.225-2 Buy American Certificate (OCT 2022) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, domestic end product, end product, and foreign end product are defined in the clause of this solicitation entitled Buy American Supplies. Foreign End Products: Line item No. Country of origin Exceeds 55% domestic content (yes/no) [List as necessary] (c) Domestic end products containing a critical component: Line item No. [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of Provision) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.227-19 Commercial Computer Software-Restricted Rights (DEC 2007) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by ...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/52a8e444941342acb780ac2747ba302f/view)
- Place of Performance
- Address: Grand Junction VA Medical Center Building 1 2121 North Ave.,, Grand Junction 81501, USA
- Zip Code: 81501
- Country: USA
- Zip Code: 81501
- Record
- SN07230270-F 20241003/241001230110 (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 |