Indiana Bids > Bid Detail

6730--3rd Floor AV System Upgrade ADP-Upgrade 3rd Floor Audio Visual System. BTT Requisition Package Number - 2023-VBA-VBA-149180-N/A-N/A

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159354939693413
Posted Date: Feb 2, 2023
Due Date: Feb 17, 2023
Solicitation No: 36C10E23Q0047
Source: https://sam.gov/opp/cf8c0d7c0a...
Follow
6730--3rd Floor AV System Upgrade ADP-Upgrade 3rd Floor Audio Visual System. BTT Requisition Package Number - 2023-VBA-VBA-149180-N/A-N/A
Active
Contract Opportunity
Notice ID
36C10E23Q0047
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
VBA FIELD CONTRACTING (36C10E)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 02, 2023 09:16 am EST
  • Original Date Offers Due: Feb 17, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6730 - PHOTOGRAPHIC PROJECTION EQUIPMENT
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Veterans Benefits Administration Indianapolis , IN 46204
    USA
Description
COMBINED SYNOPSIS SOLICITATION

This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.

36C10E20Q0272 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ).

The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-07.

The solicitation is set aside for Service-Disabled Veteran-Owned Small Business concerns only. To be considered for award prospective offeror must be a verified SDVOSB concern in the VA Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time date set for receipt of offers shall be considered for award. An offeror who not a verified SDVOSB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and shall not be considered for award. The applicable NAICS Code for this solicitation is 532420 and the Small Business Size limitation is $32.5M.

The contractor shall provide all equipment, shipping, personnel, maintenance and transportation in accordance with the terms and conditions mentioned in the Performance Work Statement.

Description of Requirement
PERFORMANCE WORK STATEMENT
FOR THE LEASE OF PHOTOCOPIERS
FOR THE PHILADELPHIA AND WILMINGTON REGIONAL OFFICE S
C.1 BACKGROUND:
The Philadelphia Regional Office (RO) requires a contractor to provide photocopiers for Fiscal Year 2021. This contract will run from October 1, 2020 with 4 additional years as options years. The Regional Office intends to make a single contract award for maintenance and support of photocopiers.
C.2 SCOPE:
The photocopiers will be used to photocopy and print documents by Department of Veterans Affairs employees at 5000 Wissahickon Avenue and the Wilmington Regional Office. The copiers must be capable of being installed on the Local Area Network for use by the Administrative Staff to monitor copier usage. Upon termination of this contract, the data hard drives will be given to the VA IRM staff for destruction. The VA IRM staff will be responsible for connecting the photocopiers to the LAN.
C.2.1:
The Philadelphia RO seeks to acquire 32 multifunction photocopiers (30 Philadelphia 2 Wilmington) along with 3 high capacity production photocopier units for the publications area. The Regional Office also seeks to have included in the new contract maintenance, repair, toner and staples.
C.4. GENERAL REQUIREMENTS
C.4.1 Planning:
The contractor shall work with the Regional Office (RO) to validate the number and type of devices to be covered under this contract. The contractor shall work with the Regional Office to develop a schedule for discovery and design, and to plan an approach that incurs minimal disruption in production at the Regional Office and Insurance Center. The contractor will provide training on new equipment.
C.4.2 Printer Maintenance and Support:
The contractor shall maintain all photocopiers in accordance with manufacturer s recommendations. All work will be performed on the premises unless specifically authorized. The contractor is responsible for providing maintenance for all equipment.
C.4.2.1 The contractor shall provide annual scheduled maintenance and periodic maintenance plan for individual equipment. The contractor shall provide recommendation for upgrade or replacement of equipment based on periodic maintenance and/or other factors based on the hardware manufacturer s specification. All maintenance is to be included.
C.4.2.2 The contractor shall respond to onsite service call with qualified technicians within (8) business hours, Monday through Friday, excluding Government holidays. The response time starts when the contractor receives the service call from an authorized employee.
C.4.3 Repair Services
The contractor shall provide estimates of turnaround time to repair equipment where a replacement part must be specifically ordered.
C.4.4 Consumable Supplies
The contractor shall provide all consumables supplies required for all leased devices. The contractor shall replenish these consumables as needed or as requested.
C.4.5 Meetings and Reports
The VA will schedule monthly meetings with the contractor to discuss meter reads, equipment maintenance and other issues relating to the performance of the copiers.
C.5 PERFORMANCE LOCATIONS
C.5.1 The locations of performance are:
5000 Wissahickon Ave. Philadelphia, PA 19144, Various Locations Throughout the Facility
Equipment needed:
QTY 27 Monochrome copier, copier printer. Thirty Units to be in the Philadelphia Regional Office and two units to be in the Wilmington Regional Office. Minimum Requirements.
65 PPM

add-ons =

27 Finishers

Capabilities: Copy, print, networking, stapling, remote meter read and shut down.
--------------------------
QTY 3 Color Multifunction Printers Current Model 7855. Minimum Requirements.

50 PPM

Add-ons=

3 Finishers

Capabilities: Copy, print, networking, stapling, remote meter read and shut down
---------------------------------------------------------------------------------------------------------------------
5000 Wissahickon Ave. Philadelphia, PA 19144/Production Room/Pubs
Equipment needed:
QTY 1 Monochrome copier/printer Minimum Requirements.

136 PPM

add-ons =

1. High Capacity Feeder
2. Print Server
3. GBC In-line Punch
4. High Capacity Stacker
5. Booklet maker Finisher
6. In line Tape Binder
7. Document creation workstation

Capabilities: Copy, print, scanner, networking, stapling and remote meter reading.
QTY 2 Production Color Copier/Printer We currently have 2 of the Model V80 s
75 PPM MONO and COLOR 70 PPM Minimum Requirements.
Add-ons=

1. High Capacity Feeder large sheet
2. Booklet maker Finisher.
3. GBC Advanced Punch
4. Print Server
5. Black & White print capability.
6. Square fold and Trimmer
Capabilities: Copy, print, networking, stapling and remote meter reading.
1601 Kirkwood Highway Wilmington, DE 19805, Various Locations Throughout the Facility
Equipment needed:
QTY 2 Monochrome copier, copier printer. Minimum Requirements.
65 PPM

add-ons =

2 Finishers

Capabilities: Copy, print, networking, stapling, remote meter read and shut down.
C.6. Billing & Payment
C.6.1 Payment will be made monthly in arrears upon receipts of a properly prepared invoice.
The VA should be billed monthly based off the following estimated impressions; any overages above the predetermined amount will be billed accordingly.
Black & White impressions 105,000 estimated per month
Color 3,000 impressions per month
C.7 Comments
C.7.1. Copier s may/will be used as printers. These units should be capable of storing print documents only to be printed using an individually specified authorized code or a Personal Identity Verification (PIV) Card as authorization to allow for the printing of that individuals stored prints. They should also be scanner and fax capable as required.

vii. Period of Performance: The period of performance shall be for one (1) Base Year of 12 Months and four (4) option years of 12-months each. The period of performance will be as follows:

Base Year
Option Year I with the option to adjust impression usage.
Option Year II with the option to adjust impression usage.
Option Year III with the option to adjust impression usage.
Option Year IV with the option to adjust impression usage.

FOB Destination Point:

DEPARTMENT OF VETERANS AFFAIRS, PHILADELPHIA VA REGIONAL OFFICE, 5000 WISSAHICKON AVENUE, PHILADELPHIA PA 19144

ITEM UNIT
NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT PRICE AMOUNT
P
0001 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 27 BW Copiers @ 65 PPM. **Ensure the Unit Price is completed**
Contract Period: Base
POP Begin: 10-01-2020
POP End: 09-30-2021

0002
12.00 MO
Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 3 Color Printers @ 50 PPM. **Ensure the Unit Price is completed**
Contract Period: Base
POP Begin: 10-01-2020
POP End: 09-30-2021

0003
12.00 MO
Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 1 BW Copier/Printer @ 136 PPM. **Ensure the Unit Price is completed**
Contract Period: Base
POP Begin: 10-01-2020
POP End: 09-30-2021

0004
12.00 MO
Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 2 Production BW @ 75 PPM/Color at 70PPM. **Ensure the Unit Price is completed**
Contract Period: Base
POP Begin: 10-01-2020
POP End: 09-30-2021

0005
12.00 MO
Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 2 BW @ 65 PPM. **Ensure the Unit Price is completed**
Contract Period: Base
POP Begin: 10-01-2020
POP End: 09-30-2021

1001 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 27 BW Copiers @ 65 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 1
POP Begin: 10-01-2021
POP End: 09-30-2022

1002 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 3 Color Printers @ 50 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 1
POP Begin: 10-01-2021
POP End: 09-30-2022

1003 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 1 BW Copier/Printer @ 136 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 1
POP Begin: 10-01-2021
POP End: 09-30-2022

1004 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 2 Production BW @ 75 PPM/Color at 70PPM. **Ensure the Unit Price is completed**
Contract Period: Option 1
POP Begin: 10-01-2021
POP End: 09-30-2022

1005 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 2 BW @ 65 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 1
POP Begin: 10-01-2021
POP End: 09-30-2022

2001 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 27 BW Copiers @ 65 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 2
POP Begin: 10-01-2022
POP End: 09-30-2023

2002 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 3 Color Printers @ 50 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 2
POP Begin: 10-01-2022
POP End: 09-30-2023

2003 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 1 BW Copier/Printer @ 136 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 2
POP Begin: 10-01-2022
POP End: 09-30-2023

2004 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 2 Production BW @ 75 PPM/Color at 70PPM. **Ensure the Unit Price is completed**
Contract Period: Option 2
POP Begin: 10-01-2022
POP End: 09-30-2023
2005 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 2 BW @ 65 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 2
POP Begin: 10-01-2022
POP End: 09-30-2023

3001 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 27 BW Copiers @ 65 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 3
POP Begin: 10-01-2023
POP End: 09-30-2024

3002 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 3 Color Printers @ 50 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 3
POP Begin: 10-01-2023
POP End: 09-30-2024

3003 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 1 BW Copier/Printer @ 136 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 3
POP Begin: 10-01-2023
POP End: 09-30-2024

3004 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 2 Production BW @ 75 PPM/Color at 70PPM. **Ensure the Unit Price is completed**
Contract Period: Option 3
POP Begin: 10-01-2023
POP End: 09-30-2024

3005 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 2 BW @ 65 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 3
POP Begin: 10-01-2023
POP End: 09-30-2024

4001 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 27 BW Copiers @ 65 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 4
POP Begin: 10-01-2024
POP End: 09-30-2025

4002 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 3 Color Printers @ 50 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 4
POP Begin: 10-01-2024
POP End: 09-30-2025

4003 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 1 BW Copier/Printer @ 136 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 4
POP Begin: 10-01-2024
POP End: 09-30-2025

4004 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 2 Production BW @ 75 PPM/Color at 70PPM, **Ensure the Unit Price is completed**
Contract Period: Option 4
POP Begin: 10-01-2024
POP End: 09-30-2025

4005 12.00 MO

Provide Copier Lease and Maintenance Services per the attached Performance Work Statement (PWS) for 2 BW @ 65 PPM. **Ensure the Unit Price is completed**
Contract Period: Option 4
POP Begin: 10-01-2024
POP End: 09-30-2025

GRAND TOTAL __________________
ITEMS 0001-0004 ARE TO BE SHIPPED TO THE PHILADELPHIA VA REGIONAL OFFICE AT THE ADDRESS LISTED ABOVE. ITEM 0005 IS TO BE SHIPPED TO THE WILMINGTON VA REGIONAL OFFICE, 1601 KIRKWOOD HIGHWAY, WILMINGTON, DE 19805

viii. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), 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/aol/library/vaar/index.asp
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.211-6 Brand Name or Equal (AUG 1999)
52.216-1 Type of Contract (APR 1984)
52.217-5 Evaluation of Options (JUL 1990)
ix. Offers will be evaluated as follows:

Criteria: The Government will evaluate quotes submitted in response to this solicitation based on a consideration of the following factors: Price, Specifications, Experience/Qualifications, and Past Performance. Included with each Contractor s quote, the Contractor is to provide a written statement limited to two pages or less demonstrating how the Contractor has the required Experience/Qualifications needed to successfully perform this requirement.

Price: Price will be evaluated to determine if it is fair and reasonable and offers the best value to the
Government.

Specifications: Contractor shall provide a list of all proposed equipment with description, model numbers, quantities, unit and extended price. The salient physical, functional, or performance characteristics that products must meet are specified within the Performance Work Statement. To be considered for award, offers must meet or exceed the salient physical, functional, or performance characteristic specified in this RFQ.

Experience/Qualifications: The basis of evaluation under this factor will be focused on the firm s experience in performing contracts and /or task orders of similar size, scope and complexity to the work being solicited within the PWS. The quote shall contain information from a minimum of one contract where similar copier lease and maintenance services were successfully provided. Only quotes that demonstrate relevant experience with providing similar copier lease and maintenance services will be eligible for award. Government and commercial sources will be accepted. The Contractor must be a manufacturer authorized service provider who regularly engages in the furnishing, installing and maintaining copiers. The Contractor must maintain a suitably staffed and equipped service organization and must regularly offer maintenance services for copiers. At the request of the Government, the Contractor shall demonstrate to the satisfaction of the Government that the Contractor is a manufacturer authorized services provider and can purchase repair parts directly from the manufacturer.

Past Performance. The Contractor shall provide at least one reference that corresponds with the relevant experience provided and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance.

Basis for Award: The Government shall make award to that quote that is found to be the lowest priced and meets the Government s stated specifications, experience/qualifications and past performance requirements based upon the stated considerations above.
x. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MAR 2020) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through https://www.sam.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________.

xi. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this solicitation. The following provisions and clauses are added as addenda:

52.252-2 Clauses Incorporated by Reference (FEB 1998)
http://www.acquisition.gov/far/index.html
http://www.va.gov/aol/library/vaar/index.asp
52.203-16 Preventing Personal Conflicts of Interest (JUN2020)
52.203-17 Contractor Employee Whistleblower Rights and Requirement to inform Employees of
whistleblower Rights (JUN 2020)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016)
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.233-1 Disputes (MAY 2014)
52.252-6 Authorized Deviations in Clauses (APR 1984)

52.217-8 Option to Extend Services (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. (End of Clause)

52.217-9 Option to Extend the Term of the Contract (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years and six months. (End of Clause)

852.212-70: PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020)
(a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference.
_X_ 852.203-70, Commercial Advertising.
___ 852.209-70, Organizational Conflicts of Interest.
_X_ 852.211-70, Equipment Operation and Maintenance Manuals.
___ 852.214-71, Restrictions on Alternate Item(s).
___ 852.214-72, Alternate Item(s). [Note: this is a fillable clause.]
___ 852.214-73, Alternate Packaging and Packing.
___ 852.214-74, Marking of Bid Samples.
___ 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors.
___ 852.215-71, Evaluation Factor Commitments.
___ 852.216-71, Economic Price Adjustment of Contract Price(s) Based on a Price Index.
___ 852.216-72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index.
___ 852.216-73, Economic Price Adjustment State Nursing Home Care for Veterans.
___ 852.216-74, Economic Price Adjustment Medicaid Labor Rates.
___ 852.216-75, Economic Price Adjustment Fuel Surcharge.
___ 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements.
_X_ 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
___ 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside.
___ 852.222-70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans.
___ 852.228-70, Bond Premium Adjustment.
___ 852.228-71, Indemnification and Insurance.
___ 852.228-72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds.
_X_ 852.232-72, Electronic Submission of Payment Requests.
___ 852.233-70, Protest Content/Alternative Dispute Resolution.
___ 852.233-71, Alternate Protest Procedure.
_X_ 852.237-70, Indemnification and Medical Liability Insurance.
_X_ 852.246-71,Rejected Goods.
___ 852.246-72, Frozen Processed Foods.
___ 852.246-73, Noncompliance with Packaging, Packing, and/or Marking Requirements.
___ 852.270-1, Representatives of Contracting Officers.
___ 852.271-72, Time Spent by Counselee in Counseling Process.
___ 852.271-73, Use and Publication of Counseling Results.
___ 852.271-74, Inspection.
___ 852.271-75, Extension of Contract Period.
___ 852.273-70, Late Offers.
___ 852.273-71, Alternative Negotiation Techniques.
___ 852.273-72, Alternative Evaluation.
___ 852.273-73, Evaluation Health-Care Resources.
_X_ 852.273-74, Award without Exchanges.
(b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause:
___ 852.237-74, Nondiscrimination in Service Delivery.
(End of clause)
VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING - - MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION)
This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides.
Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records, or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement.
All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement.

VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
xii. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JUL 2020), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation:

Paragraph b clauses applicable:

(4) 52.204-10 Reporting Executive Compensation & First Tied Subcontract Awards (JUN 2020)
(6) 52.204-14 Service Contract Reporting Requirements (OCT 2016)
(8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment. (JUN 2020)
(22) 52.219-28 Post-Award Small Business Program Representation (JUL 2013)
(27) 52.222-3 Convict Labor (JUN 2003)
(28) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020)
(29) 52.222-21 Prohibition of Segregated Facilities (APR 2015)
(30) 52.222-26 Equal Opportunity (SEP 2016)
(31) 52.222-35 Equal Opportunity for Veterans (JUN 2020)
(32) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
(33) 52.222-37 Employment Reports of Veterans (JUN 2020)
(34) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC2010)
(35) 52.222-50 Combating Trafficking in Persons (JAN 2019)
(36) 52.222-54 Employment Eligibility Verification (OCT 2015)
(42) 52.223-15 Energy Efficiency in Energy-Consuming Products (MAY 2020)
(44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
(48) 52.225-1 Buy American Supplies (MAY 2014)
(51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
(58) 52.232-3 4 Payment by Electronic Funds Transfer Other than System for Award Management
(JUL 2013)

Paragraph c clauses applicable:

(5) 52.222-51 Exemption for Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY
2014)

xiii. N/A

xiv. N/A

xv. Offers are due no later than Tuesday September 8, 2020 by 10:00 AM Central Standard Time. Offers shall be submitted electronically to email address rebecca.quilhot@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #36C10E20Q0272. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above viii section along with your quote. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, DUNs Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. 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. The vendor must be active in the System for Award Management (SAM) to receive an award. DUE TO THE URGENCY OF THIS REQUIREMENT, EXTENSIONS WILL NOT BE CONSIDERED.

xvi. For additional information, please contact the Contracting Officer, Rebecca Quilhot at (563)424-5874, or
via e-mail to rebecca.quilhot@va.gov
See attached document: VA 6500.6 Appendix C
See attached document: Past Performance Questionnaire.
Attachments/Links
Contact Information
Contracting Office Address
  • 1800 G STREET NW
  • WASHINGTON , DC 20006
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 02, 2023 09:16 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >