Combine Solicitation – S– MEDICAL WASTE REMOVAL
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: S-- MEDICAL WASTE REMOVAL
Classification Code: S - Utilities and housekeeping services
Solicitation Number: VA24916Q0782
Contact: Scheronica CochranContract Specialist mailto:[email protected]
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Description:
Nashville VAMC
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. Quotes shall reference VA246-16-Q-0782. This request for Quote (RFQ) document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-89The Network Contracting Office 9 intends to award a firm-fixed price requirements contract for the Removal of Hazardous Medical Waste at the
The North American Industrial Classification System (NAICS) code for this procurement is 562112 with a small business size standard of
To be considered as eligible for this award, All Offerors must be certified in the Vendor Information Pages (VIP) web site; (www.vip.vetbiz.gov).
All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications.
Wage Determination: http://www.wdol.gov/wdol/scafiles/non-std/96-0223.sca v=36
STATEMENT OF WORK
A. GENERAL INFORMATION
1. Title of Project: Hazardous Medical Waste Pick-Up
2. Scope of Work: The contractor shall provide all supervision, materials and labor resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The service being sought is for the removal of hazardous medical waste from the 621
3. Background:
STATEMENT OF NEED:
Provide all labor and materials for hazardous medical waste disposal for
Provide all labor and materials for hazardous medical waste disposal for the
Provide all labor and materials for hazardous medical waste disposal for
Provide all labor and materials for hazardous medical waste disposal for
Provide all labor and materials for hazardous medical waste disposal for
1941 Lovers Gap lane, suite "A",
Provide all labor and materials for hazardous medical waste disposal for
Provide all labor and materials for hazardous medical waste disposal for
Provide all labor and materials for hazardous medical waste disposal for Knoxville OPC located at
Provide all labor and materials for hazardous medical waste disposal for
Knoxville Annex II located at
Provide all labor and materials for hazardous medical waste disposal for Knoxville Annex II located at
621 James H. Quillen VAMC Corner of Lamont & Veterans Way Mountain Home, TN 37684 (900lbs per week or 1539 containers)
Any containers are to be at least 30 gallon/boxes 50 pounds and shall be designed and identified as dedicated medical waste containers for packaging, storing and transporting medical waste and shall be approved by the state of
4. Performance Period: Base plus 4 - one year options
C. GENERAL REQUIREMENTS
Containers shall be identified with the international biohazards symbol and the warning "Biohazard Waste". The containers shall be stackable to allow for minimal storage space requirements. The plastic containers may be placed in cardboard boxes.
The contractor shall provide a method of tracking waste from point of generation to treatment/disposal site with a bar code scan. Bar coding capabilities shall include tracking from individual generation sites with detailed monthly reports generated by contractor and provided to Contracting Officer Representative (COR) on a monthly basis. Reports will detail the weight # of pounds and certifying the number of containers and types of waste removed from the site for destruction of each individual department as well as total facility weight however unit cost for this facility is based on a per pick up charge. The containers will be returned in a clean and ready for use position, free of debris. Biohazardous containers will be red and any chemotherapy drums or boxes are to be yellow. Reports are to be sent to the COR on the same day.
The manifest report is 4 part. Two copies are to be provided to the COR Copy #1 is the generators copy of the pickup and copy #2 indicates final destruction.
The contractor is responsible for all licenses, and permit to remove, transport, handle, and dispose of biomedical and chemotherapeutic waste. License and permit must be provided upon submission of proposal.
The contractor will report to the COR all spills and personal exposures during waste preparation, packaging and transportation. The contractor will be responsible and clean up and spills. The contractor shall bear the cost of clean-up and report incidents to the COR immediately. Spills must abide by the requirements of the State, county, municipality township or regulatory entity that wastes covered by this contract may pass through or into in fulfillment of this contract.
Prior to start of work, contractor shall provide an itemized list of containers used and weight of containers. Any changes will be reported immediately to the COR.
The title for biohazardous waste will be transferred to and vested in the contractor once the waste is fully loaded onto the contractor's vehicle.
The contractor shall be available 24 hours a day seven days a week including holidays.
In the event the contractor is unable to meet the
Locations may be changed at any time by submission of COR request in writing.
Vehicles must be properly licensed and have the required permits to remove waste as governed by all local, state and federal statutes and regulations. All waste will be transported to an approved treatment site. Contractor is responsible for providing an acceptable back up plan to insure adequate disposal if treatment site is inoperable.
Contractor shall provide one in-service training on blood borne pathogens, proper handling and segregation of biohazardous waste at an agreeable time between contractor and COR.
Hazardous Waste: Hazardous waste is divided into listed wastes which are organized into categories: The
1. Ignitability - Ignitable wastes can create fires under certain conditions, are spontaneously combustible, or have a flash point less than 60" -C (140" -F). Examples include waste oils and used solvents. For more details, see 40 CFR --261.21. Test methods that may be used to determine ignitability include the Pensky-Martens Closed-Cup Method for Determining Ignitability (Method 1010A) (PDF) (1 pg, 19K) , the Setaflash Closed-Cup Method for Determining Ignitability (Method 1020B) (PDF) (1 pg, 17K) , and the Ignitability of Solids (Method 1030) (PDF) (13 pp, 116K).
2. Corrosivity - Corrosive wastes are acids or bases (pH less than or equal to 2, or greater than or equal to 12.5) that are capable of corroding metal containers, such as storage tanks, drums, and barrels. Battery acid is an example. For more details, see 40 CFR --261.22. The test method that may be used to determine corrosivity is the Corrosivity Towards Steel (Method 1110A) (PDF) (6 pp, 37K).
3. Reactivity - Reactive wastes are unstable under "normal" conditions. They can cause explosions, toxic fumes, gases, or vapors when heated, compressed, or mixed with water. Examples include lithium-sulfur batteries and explosives. For more details, see 40 CFR --261.23. There are currently no test methods available.
4. Toxicity - Toxic wastes are harmful or fatal when ingested or absorbed (e.g., containing mercury, lead, etc.). When toxic wastes are land disposed, contaminated liquid may leach from the waste and pollute ground water. Toxicity is defined through a laboratory procedure called the Toxicity Characteristic Leaching Procedure (TCLP) (Method 1311) (PDF) (35 pp, 288K). The TCLP helps identify wastes likely to leach concentrations of contaminants that may be harmful to human health or the environment. For more details, see 40 CFR --261.24.
Universal Wastes: examples are batteries, pesticides, mercury containing equipment and bulbs (lamps) Wastes subject to this system will go to appropriate treatment or recycling facilities pursuant to the full hazardous waste regulatory controls Reference: 40 CFR part 273. The applicable State regulations will apply.
Hazardous waste transporters move waste from one site to another by highway, rail, water or air. Federal and in some cases State regulations govern hazardous waste transportation including the manifest system.
G. CHANGES TO STATEMENT OF WORK
Any changes to this SOW shall be authorized and approved only through written modifications to the contract by the CO. A copy of each modification will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor.
H. REPORTING REQUIREMENTS
1. The contractor shall provide the COR with monthly bi-weekly written progress reports original plus 2 copies. Two copies are to be provided to the COR Copy #1 is the generators copy of the pickup and copy #2 indicates final destruction. These are due to the COR by the second workday following the end of each calendar month, throughout the project's duration. The COR is required to provide monthly progress reports to the Contracting Officer by the fifth workday of the new calendar month.
2. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation.
I. TRAVEL
Travel to the following
J. GOVERNMENT RESPONSIBILITIES
No government furnished property will be provided.
K. CONTRACTOR EXPERIENCE REQUIREMENTS
" The contractor must inform the VHA COR when personnel are removed from the contract for any reason.
" If a key person becomes unavailable to complete the contract, proposed substitutions of key personnel shall be made to the COR and CO.
"
L. CONFIDENTIALITY AND NONDISCLOSURE
It is agreed that:
1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by
2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract, presented to the contractor, shall be submitted to the CO for response.
3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.
Base Year:
LOCATION SCHEDULE OF SERVICES ESTIMATED QUANTITY FREQUENCY UNIT PRICE
1 James H. Quillen VAMC 1539 Weekly $
2
3 Rogersville CBOC 72 Bi monthly
4
5 Knoxville Annex II 80 Bi monthly
6
7
8 Bristol CBOC 72 Bi monthly
9 Norton CBOC 72 Bi monthly
10
11
Total Base Year $________________
Option Year 1:
LOCATION SCHEDULE OF SERVICES ESTIMATED QUANTITY FREQUENCY UNIT PRICE
1 James H. Quillen VAMC 1539 Weekly $
2
3 Rogersville CBOC 72 Bi monthly
4
5 Knoxville Annex II 80 Bi monthly
6
7
8 Bristol CBOC 72 Bi monthly
9 Norton CBOC 72 Bi monthly
10
11
Total Option Yr. 1 $______________
Option Year 2:
LOCATION SCHEDULE OF SERVICES ESTIMATED QUANTITY FREQUENCY UNIT PRICE
1 James H. Quillen VAMC 1539 Weekly $
2
3 Rogersville CBOC 72 Bi monthly
4
5 Knoxville Annex II 80 Bi monthly
6
7
8 Bristol CBOC 72 Bi monthly
9 Norton CBOC 72 Bi monthly
10
11
Total Option Yr. 2 $________________
Option Year 3:
LOCATION SCHEDULE OF SERVICES ESTIMATED QUANTITY FREQUENCY UNIT PRICE
1 James H. Quillen VAMC 1539 Weekly $
2
3 Rogersville CBOC 72 Bi monthly
4
5 Knoxville Annex II 80 Bi monthly
6
7
8 Bristol CBOC 72 Bi monthly
9 Norton CBOC 72 Bi monthly
10
11
Total Option Yr. 3 $_______________
Option Year 4:
LOCATION SCHEDULE OF SERVICES ESTIMATED QUANTITY FREQUENCY UNIT PRICE
1 James H. Quillen VAMC 1539 Weekly $
2
3 Rogersville CBOC 72 Bi monthly
4
5 Knoxville Annex II 80 Bi monthly
6
7
8 Bristol CBOC 72 Bi monthly
9 Norton CBOC 72 Bi monthly
10
11
Total Option Yr. 4 $______________
The following FAR clauses and provisions apply to this solicitation:
52.203-16 Preventing Personal Conflicts of Interest
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform
Employees of Whistleblower Rights
52.203-98 Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality Agreements - Representation
52.203-99 Prohibition on Contracting With Entities That Require Certain Internal
Confidentiality Agreements
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.209-7 Information Regarding Responsibility Matters (
(a) Definitions. As used in this provision-
"Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian
"Federal contracts and grants with total value greater than
(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
"Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
(b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than
(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of
(iii) In an administrative proceeding, a finding of fault and liability that results in-
(A) The payment of a monetary fine or penalty of
(B) The payment of a reimbursement, restitution, or damages in excess of
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7).
(End of provision)
52.212-1 Instructions to Offerors-Commercial Items
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items
As prescribed in 12.301(b)(4), insert the following clause:
Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (
(2) 52.233-3, Protest After Award (
(3) 52.233-4, Applicable Law for Breach of Contract Claim (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
___ (2) 52.203-13,
___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (
___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (
___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
___ (10) [Reserved]
___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
___ (ii) Alternate I (
___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
___ (ii) Alternate I (
___ (13) [Reserved]
___ (14) (i) 52.219-6, Notice of Total Small Business Aside (
___ (ii) Alternate I (Nov 2011).
___ (iii) Alternate II (Nov 2011).
___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (
___ (ii) Alternate I (
___ (iii) Alternate II (
___ (16) 52.219-8, Utilization of Small Business Concerns (
___ (17) (i) 52.219-9, Small Business Subcontracting Plan (
___ (ii) Alternate I (
___ (iii) Alternate II (
___ (iv) Alternate III (
___ (18) 52.219-13, Notice of Set-Aside of Orders (
___ (19) 52.219-14, Limitations on Subcontracting (
___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (
___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (
___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (
___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (
___ (25) 52.222-3, Convict Labor (
___ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (
___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
___ (28) 52.222-26, Equal Opportunity (
___ (29) 52.222-35, Equal Opportunity for Veterans (
___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
___ (31) 52.222-37, Employment Reports on Veterans (
___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
___ (33) (i) 52.222-50, Combating Trafficking in Persons (
___ (ii) Alternate I (
___ (34) 52.222-54, Employment Eligibility Verification (
___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for
___ (ii) Alternate I (
___ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (
___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (
___ (38) (i) 52.223-13, Acquisition of EPEAT-- -Registered Imaging Equipment (
___ (ii) Alternate I (
___ (39) (i) 52.223-14, Acquisition of EPEAT-- -Registered Television (
___ (ii) Alternate I (
___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (
___ (41) (i) 52.223-16, Acquisition of EPEAT-- -Registered Personal Computer Products (
___ (ii) Alternate I (
___ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (
___ (43) 52.223-20, Aerosols (
___ (44) 52.223-21, Foams (
___ (45) 52.225-1, Buy American'upplies (
___ (46) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
___ (ii) Alternate I (
___ (iii) Alternate II (
___ (iv) Alternate III (
___ (47) 52.225-5, Trade Agreements (
___ (48) 52.225-13, Restrictions on Certain Foreign Purchases (
___ (49) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
___ (50) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
___ (51) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
___ (52) 52.232-29, Terms for Financing of Purchases of Commercial Items (
___ (53) 52.232-30, Installment Payments for Commercial Items (
___ (54) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (
___ (55) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (
___ (56) 52.232-36, Payment by Third Party (
___ (57) 52.239-1, Privacy or Security Safeguards (
___ (58) (i) 52.247-64, Preference for Privately Owned
___ (ii) Alternate I (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
___ (1) 52.222-17,
___ (2) 52.222-41, Service Contract Labor Standards (
___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (
___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (
___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (
___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
___ (10) 52.237-11, Accepting and Dispensing of
(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13,
(ii) 52.219-8, Utilization of Small Business Concerns (
(iii) 52.222-17,
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (
(vi) 52.222-35, Equal Opportunity for Veterans (
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (
(viii) 52.222-37, Employment Reports on Veterans (
(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
(x) 52.222-41, Service Contract Labor Standards (
(xi) ____ (A) 52.222-50, Combating Trafficking in Persons (
___ (B) Alternate I (
(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
(xiv) 52.222-54, Employment Eligibility Verification (
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
(xviii) 52.247-64, Preference for Privately-Owned
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
Alternate I (
Alternate II (
(d)
(1) The Comptroller General of
(i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and
(ii) Interview any officer or employee regarding such transactions.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than-
(i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and
(ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(A) 52.203-13,
(B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (
(C) 52.219-8, Utilization of Small Business Concerns (
(D) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(E) 52.222-26, Equal Opportunity (
(F) 52.222-35, Equal Opportunity for Veterans (
(G) 52.222-36, Equal Opportunity for Workers with Disabilities (
(H) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
(I) 52.222-41, Service Contract Labor Standards (
(J) ____ (1) 52.222-50, Combating Trafficking in Persons (
___ (2) Alternate I (
(K) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (
(L) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
(M) 52.222-54, Employment Eligibility Verification (
(N) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(O) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
(P) 52.247-64, Preference for Privately Owned
[Class Deviation- 2013-O0019, Commercial Item Omnibus Clauses for Acquisitions Using the Standard Procurement System. This clause deviation is effective on
52.216-1 Type of Contract
As prescribed in 16.105, complete and insert the following provision:
Type of Contract (
The Government contemplates award of a _________ [Contracting Officer insert specific type of contract] contract resulting from this solicitation.
(End of Provision)
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract (
(a) The Government may extend the term of this contract by written notice to the Contractor within 60 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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
52.232-18 Availability of Funds
52.232-38 Submission of Electronic Funds Transfer Information with Offer
52.232-40 Providing Accelerated payments to Small Business Subcontractors
52.233-2 Service of Protest (
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)
The following VAAR clauses and provisions apply to this solicitation:
852.203-70
852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business
Evaluation Factors
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
852.232-72 Electronic Submission of Payment Requests
852.237-70 Contractor Responsibilities
852.270-1 Representatives of Contracting Officers
Full text can be obtained at http://www.acquisition.gov/far/index.html
LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (
This solicitation includes VAAR 852.215-70, Service Disabled Veteran-Owned and Veteran-Owned Small Business Factors, and VAAR 852.217-71, Evaluation Factors. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by
Submission of Quote:
The Offeror shall submit their quote on company letterhead and shall include unit price, total, unit quantity, terms of any express warranty, unit price, overall total price, applicable shipping charges and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document.
The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract.
The offeror shall provide past performance evidence. This assessment is based on the offeror's record of relevant and recent past performance information that pertains to services outlined in the solicitation requirements.
The offeror shall provide evidence that all workers (engineers, technicians and helpers) must have certification/documentation as evidence of their degree of training and skills in order to perform the requirements in the solicitation. Certification/documentation must be submitted at the time of offer.
All quotes received without this documentation will not be considered.
All questions should be emailed to [email protected], by
Quotes must be received by
The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently.
DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
Link/URL: https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24916Q0782/listing.html
AMERCO to Participate in CL King’s Best Ideas Conference 2016
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News