Combine Solicitation - 56- Acoustics Ceiling Tile - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Advertise
    • Contact
    • Editorial Staff
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
April 5, 2017 Newswires
Share
Share
Tweet
Email

Combine Solicitation – 56– Acoustics Ceiling Tile

FedBizOpps

Notice Type: Combine Solicitation

Posted Date: 04-APR-17

Office Address: Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;Suite 1895;New Orleans LA 70114

Subject: 56-- Acoustics Ceiling Tile

Classification Code: 56 - Construction & building materials

Solicitation Number: VA25617Q0438

Contact: Debra JamesDepartment of Veterans Affairs Network Contracting Office 16 1555 Poydras Street Suite 1895 New Orleans, LA 70112 mailto:[email protected]

Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business

Place of Performance (address): Department of Veterans Affairs;Southeast Louisiana Veterans Healthcare System;2400 Canal Street via;Central Energy Plant Bldg 2400 Tulane Ave.;New Orleans, La

Place of Performance (zipcode): 70119

Place of Performance Country: USA

Description: Department of Veterans Affairs

New Orleans VAMC

Department of Veterans Affairs Medical Center

3

This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Federal Acquisition Regulation (FAR 12.6) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The brand name: Armstrong Acoustics Ceiling Tiles. Please see Salient Characteristics for the full description.

Solicitation number VA256-17-Q-0438 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. Offers are due no later than Thursday, April 7th, 2017 by 12:00 p.m., Central Local Time (CST), New Orleans, LA.

This solicitation is set aside 100 % for Service Disabled Veteran Owned Small Businesses (Total SDVOSB set aside). Offers shall only be accepted from Service Disabled Veteran Owned Small Businesses (SDVOSB s). Eligible SDVOSB s must have an active profile/active registration in the Vendor Information Pages (i.e. VetBiz https://www.vip.vetbiz.gov/ to be considered for a contract award from this solicitation.

NOTE: All documentation submittal due times are Central local time (New Orleans, Louisiana).

SECTION A. SUPPLEMENTAL INFORMATION TO OFFERORS 2

SECTION B STATEMENT OF WORK/PRICE AND COST SCHEDULE/DELIVERY SCHEDULE 3-12

SECTION C CLAUSES 13

SECTION D SOLICITATION PROVISIONS 19

SECTION E EVALUATION FACTORS 31

SECTION A SUPPLEMENTAL INFORMATION TO OFFERORS

2. The Statement of Work within this solicitation is a non-negotiable document. Offers/quotes shall not include edits, revisions, additions, deletions, alterations, or track change comments to the Statement of Work.

3. NAICS code is 238340. The small business size standard is 500.

4. Composite List of Abbreviations:

CLIN = Contract Line Item Number

COR = Contracting Officer s Representative

JB = Job (i.e. on payment after completion of entire CLIN requirements)

EA = Each

IAW = in accordance with

POC = Point of contact

SE = Set

SOW = Statement of Work

FFP = Firm Fixed Price

5. Contract Type and Period of Performance:

5.1 Upon award, contract will be a Firm Fixed Price contract. The contract will consist of Contract Line Items (CLINs) for Armstrong Ceiling Tiles.

5.2 The Period of Performance is from May 1, 2017- December 30, 2017. Please read the Delivery Schedule for the delivery times and the quantities.

6. Compensation for Services Rendered:

6.1 Please include your pricing in the Price/Cost Schedule Section B. 3

6.2 Quotes shall include a total Firm Fixed Price for CLINS 0001 0008 per Section B.3, Price/Cost Schedule.

9. Invoicing Procedures:

9.1Offeror may submit monthly invoices for any completed and government accepted items on the Price/Cost Schedule. See VAAR Clause 852.232-72, Electronic Submission of Payment Requests for invoicing procedures.

10. System for Award Management (Sam) Registration/Contractor Responsibility

10.1 All Contractors are required to be actively registered in the System for Award Management (SAM). (SAM Website: www.sam.gov). Registration in SAM is a requirement to do business with the Federal Government and registration in SAM shall be maintained throughout the performance of the contract.

11. Modifications:

11.1 Contracting Officers within the networking contracting office issuing the contract, only, may issue modifications to the contract.

11.2 Distribution will be made via email. No hard copies will be distributed.

12. Please note the requirements of FAR provision 52.212-3. Prospective Contractors shall complete electronic annual representations and certifications at www.sam.gov in conjunction with required registration in the SAM database. Representations & Certifications must be completed and/or updated by the date and time offers are due.

13. Working hours are between 08:00 am 04:30 pm, Monday through Friday. All federal holidays excluded. Any work outside of normal working hours must be pre-approved by the CO and COR. Federal holidays are available at the Federal Holiday OPM Site.

14. Proposal Total Firm Fixed Price:

15 Offers shall include a Total Firm Fixed Price for CLINs 0001 0008 for the items listed in this procurement.

16. Solicitation Questions

16.1. The specific requirements for this solicitation are outlined in the Statement of Work. Questions concerning this solicitation shall be submitted in writing only. (Questions will not be answered or addressed

telephonically). Questions shall be submitted via electronic mail (e-mail) to: [email protected] Questions will be accepted up to 12:00 p.m. (CST),April 7, 2017.All questions and answers will be published via amendment to the solicitation.

17. Amendments to Solicitation

17.1 Amendments to this solicitation shall be posted on FedBizOpps only (Website (www.fbo.gov). It is the responsibility of the contractor to monitor any updates via www.fbo.gov for any amendments to this solicitation.

B. STATEMENT OF WORK

Statement of Work

Acoustical Ceiling Tile

Blanket Purchase Agreement

Southeast Louisiana Veterans Health Care System

New Orleans, LA

Updated: 2/5/2017

PURPOSE

The purpose is to provide Armstrong ceiling tiles for installation at the Southeast Louisiana Veterans Health Care System (SLVHCS) 2400 Canal Street., New Orleans, La via Central Energy Plant building 2401 Tulane Avenue, New Orleans, LA 70119.

SCOPE

The Contractor shall provide all resources, storage and travel necessary to provide the Department of Veterans Affairs with the listed supplies in accordance with the appropriate task order. The contractor shall abide by all regulations as established by the Department of Transportation as it pertains to the transport of the supplies listed. All supplies shall arrive at the VA in working order with no visible damage present.

The contractor shall ensure that every task order is completely fulfilled in quantity, product, and timeliness of delivery. Each item shall carry with it the manufacturer s warranty.

The Contractor shall ensure all deliveries arrive to the VA within seven calendar days of task order award. Should any products be found to be defective or damaged, the contractor shall replace said item at no cost to the VA. This includes: replacement item, return shipping and shipment of new item.

SALIENT CHARACTERISTICS

Below is a chart noting the specific ceiling tile to be purchase under this BPA. Due to color and texture matching, no substitutions outside of the materials noted here will be accepted.

CLIN

Ceiling Tile Designation

Size W x L x T (in)

Manufacturer Unit Number

Manufacturer

Acoustics (NRC and AC); Fire Rating; Light Reflectivity

Ceiling Tile Characteristics

Estimated Quantity to be ordered (ea.)

0001

AT-1

24 x 48 x 1

3257

(Optima)

Armstrong

0.95;

190;

Class A;

0.90

Anti-Mold and Mildew;

Sag resistant;

Durability in: Wash, impact, scratch, soil;

Primary energy: Below 11MJ/SF;

Recylced Content: More than 70%;

Square Tegular

Suprafine Suspension system

Color: White

480

0002

AT-2

24 x 48 x 5/8"

1777

(Dune)

Armstrong

0.5;

35 (CAC);

Class A;

0.83

Anti-Mold and Mildew;

Sag resistant;

Durability in: Scratch;

Primary energy: Below 11MJ/SF;

Recylced Content: More than 50%;

Beveled Tegular

Suprafine Suspension system

Color: White

800

0003

AT-3

24 x 48 x 5/8"

1776

(Dune)

Armstrong

0.5;

35 (CAC);

Class A;

0.83

Anti-Mold and Mildew;

Sag resistant;

Durability in: Scratch, soil;

Primary energy: Below 11MJ/SF;

Recylced Content: More than 50%;

Angled Tegular

Prelude Suspension system

Color: White

400

0004

AT-4

24 x 48 x 5/8"

1773

(Dune)

Armstrong

0.5;

35 (CAC);

Class A;

0.83

Anti-Mold and Mildew;

Sag resistant;

Durability in: Scratch;

Primary energy: Below 11MJ/SF;

Recylced Content: More than 50%;

Square Lay-in

Prelude Suspension system

Color: White

300

0005

AT-5

24 x 48 x 1"

3363

(Optima)

Armstrong

0.9;

26 (CAC)

Class A;

0.90

Anti-Mold and Mildew;

Sag resistant;

Durability in: Wash, impact, scratch, soil;

Primary energy: Below 11MJ/SF;

Recylced Content: More than 70%;

Square Lay In

Prelude

Suspension system

Color: White

600

0006

ATSP-1

24 x 48 x 3/4"

1716

(Clean Room FL)

Armstrong

0.55;

35 (CAC);

Class A;

0.79

Anti-Mold and Mildew;

Sag resistant;

Durability in: Wash, impact, scratch, soil;

Primary energy: Below 11MJ/SF;

Recylced Content: More than 70%;

Square Lay In

Clean Room (Aluminum) Suspension system

Color: White

Clean Room Class 5

150

0007

ATSP-1 Border Tile

24 x 48 x 5/8"

1721

(Clean Room FL Border Panel)

Armstrong

N/A;

35 (CAC);

Class A;

0.79

Anti-Mold and Mildew;

Sag resistant;

Durability in: Wash, impact, scratch, soil;

Primary energy: Below 11MJ/SF;

Recylced Content: More than 70%;

Square Lay In

Clean Room (Aluminum) Suspension system

Color: White

Clean Room Class 5

150

0008

ATSP-2

24 x 48 x 1"

608 (Cerama- guard Fine Fissured-Perforated)

Armstrong

.55;

40 (CAC);

Fire Guard;

0.82

Anti-Mold and Mildew;

Sag resistant;

Durability in: Wash, scrub, soil;

Recylced Content: More than 30%;

Square Lay In

Prelued XL (Aluminum) Suspension system

Color: White

150

3.2 The contractor shall provide cut sheet and material sheet noting all characteristics of each filter prior to bid. This submission shall be completed as part of the capability determination.

3.3 At no point may the contractor substitute material of ceiling tiles outside of those that have been approved through the submittal process without submitting a change request noting the price difference between the substitution and that which was approved if the substitution is less than the original item.; specification sheet of the substitution to be reviewed and approved by VA personnel prior to purchase and delivery. The materials noted are materials of that which have previously been installed. Material, characteristics and color must be adhered to.

Should the contractor submit an item which costs less than that which was agreed upon, the affected line item shall be renegotiated with the government for the lesser price.

A failure of material delivery deadlines more than three times over the course of the contract shall constitute as grounds of nonconformance.

PERIOD OF PERFORMANCE

MAY 1, 2017 DECEMBER 30, 2017

DELIVERY

Contractor shall deliver all supplies to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, via 2401 Tulane Avenue, New Orleans, LA 70119 as scheduled in advance with the COR.

Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon.

Package to prevent damage or deterioration during shipment, handling, and storage.

Maintain protective covering in place and in good repair until delivery is necessary.

Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government.

The contractor shall be responsible for all offloading of materials to VA loading dock. The contractor shall provide the necessary personnel to wait at the dock while supplies are verified by VA personnel.

5.7 Delivery

All prices to be proposed shall be F.O.B. Destination.

Location of Services to be received:

2400 Canal Street via 2401 Tulane Avenue, New Orleans, LA 70119

INSPECTION AND ACCEPTANCE:

The Contractor shall conduct a joint inspection with the COR or their designated representative upon delivery of supplies.

Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s).

DELIVERABLES

Cut Sheets and Manufacturers Information

The contractor shall submit cut sheets and manufacturer s information on all filters listed in this order prior to completion of the first order. All supplies and materials must be approved by the VA prior to commencement of order. The contractor shall submit an electronic copy of the manufacturer s cut sheet and Safety Data Sheet (SDS) as applicable, no later than 14 calendar days after award.

At no point will the contractor be permitted to request substitutions for supplies without VA approval.

Each submittal shall be accompanied by the submittal coversheet noting:

The person initiating the submission

The material being submitted

Highlights of each section noting how the supply satisfies the salient characteristics of the materials required.

Shipping Manifest

The contractor shall include as part of the shipping manifest information pertaining to the exact contents of each package. The contractor shall include, at a minimum:

Package Origin

Address

Line items with item descriptions

Description

Product number

Ordering code for product

Quantity of each item requested

Quantity of each item present in the package

Quantity necessary to complete the total order

Order Date

Shipping Date

Identification of the Carrier

WARRANTY:

The contractor shall provide all manufacturers warranty with products upon delivery. Material warranty shall match the manufacturer s warranty and shall take place at the point of VA acceptance of materials. This is required for each shipment initiated.

SECURITY REQUIREMENTS:

GENERAL

Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA personnel regarding information and information system security.

SECURITY CLAUSE

A&A requirements do not apply'ecurity Accreditation Package is not required.

CONFIDENTIALITY AND NONDISCLOSURE

It is agreed that:

The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the COR at the conclusion of the task order.

The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response.

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.

SECTION B PRICE/COST SCHEDULE AND STATEMENT OF WORK

B.1 PRICE/COST SCHEDULE & ITEM INFORMATION

PRICE/COST SCHEDULE

ITEM INFORMATION

ITEM NUMBER

DESCRIPTION OF SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001

AT-1 24 x 48 x 1" 3257 (Optima) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 70%;

Contract Period: Base

POP Begin: 05-05-2017

POP End: 09-08-2017

LOCAL STOCK NUMBER: 3257

AT-1 24 x 48 x 1" 3257 (Optima) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 70%; Square Tegular Suprafine Suspension system Color: White

480.00

EA

__________________

__________________

0002

AT-2 24 x 48 x 5/8" 1777 (Dune) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Scratch; Primary energy: Below 11MJ/SF; Recylced Content: More than 50%; Beveled Tegular Suprafine S

Contract Period: Base

POP Begin: 05-05-2017

POP End: 12-01-2017

LOCAL STOCK NUMBER: 1777

AT-2 24 x 48 x 5/8" 1777 (Dune) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Scratch; Primary energy: Below 11MJ/SF; Recylced Content: More than 50%; Beveled Tegular Suprafine Suspension system Color: White

800.00

EA

__________________

__________________

0003

AT-3 24 x 48 x 5/8" 1776 (Dune) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 50%; Angled Tegular Prelud

Contract Period: Base

POP Begin: 05-05-2017

POP End: 08-04-2017

LOCAL STOCK NUMBER: 1776

AT-3 24 x 48 x 5/8" 1776 (Dune) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 50%; Angled Tegular Prelude Suspension system Color: White

400.00

EA

__________________

__________________

0004

AT-4 24 x 48 x 5/8" 1773 (Dune) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Scratch; Primary energy: Below 11MJ/SF; Recylced Content: More than 50%; Square Lay-in Prelude Suspe

Contract Period: Base

POP Begin: 05-05-2017

POP End: 07-07-2017

LOCAL STOCK NUMBER: 1773

AT-4 24 x 48 x 5/8" 1773 (Dune) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Scratch; Primary energy: Below 11MJ/SF; Recylced Content: More than 50%; Square Lay-in Prelude Suspension system Color: White

300.00

EA

__________________

__________________

0005

AT-5 24 x 48 x 1" 3363 (Optima) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 70%; Square Lay in Prelude Suspension system Color: White

Contract Period: Base

POP Begin: 05-05-2017

POP End: 10-06-2017

LOCAL STOCK NUMBER: 3257

AT-5 24 x 48 x 1" 3363 (Optima) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 70%; Square Lay in Prelude Suspension system Color: White

600.00

EA

__________________

__________________

0006

ATSP-1 24 x 48 x 3/4" 1716 (Clean Room FL) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 70%;

Contract Period: Base

POP Begin: 05-05-2017

POP End: 09-08-2017

LOCAL STOCK NUMBER: 1716

ATSP-1 24 x 48 x 3/4" 1716 (Clean Room FL) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 70%; Square Lay In Clean Room (Aluminum) Suspension system Color: White Clean Room Class 5

150.00

EA

__________________

__________________

0007

ATSP-1 Border Tile 24 x 48 x 5/8" 1721 (Clean Room FL Border Panel) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF;

Contract Period: Base

POP Begin: 05-05-2017

POP End: 09-08-2017

LOCAL STOCK NUMBER: 1721

ATSP-1 Border Tile 24 x 48 x 5/8" 1721 (Clean Room FL Border Panel) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Wash, impact, scratch, soil; Primary energy: Below 11MJ/SF; Recylced Content: More than 70%; Square Lay In Clean Room (Aluminum) Suspension system Color: White Clean Room Class 5

150.00

EA

__________________

__________________

0008

ATSP-2 24 x 48 x 1" 608 (Cerama- guard Fine Fissured-Perforated) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Wash, scrub, soil; Recylced Content: More than 30%; Square Lay In

Contract Period: Base

POP Begin: 05-05-2017

POP End: 09-08-2017

LOCAL STOCK NUMBER: 608

ATSP-2 24 x 48 x 1" 608 (Cerama- guard Fine Fissured-Perforated) Armstrong Anti-Mold and Mildew; Sag resistant; Durability in: Wash, scrub, soil; Recylced Content: More than 30%; Square Lay In Prelued XL (Aluminum) Suspension system Color: White

150.00

EA

__________________

__________________

GRAND TOTAL

__________________

DELIVERY SCHEDULE:

CLIN

Ceiling Tile Designation

Estimated Quantity to be ordered (ea.)

Deliver By

Quantity

0001

AT-1

480

5/5/2017

6/2/2017

7/7/2017

8/4/2017

9/8/2017

100

100

100

100

80

0002

AT-2

800

5/5/2017

6/2/2017

7/7/2017

8/4/2017

9/8/2017

10/6/2017

11/3/2017

12/1/2017

100

100

100

100

100

100

100

100

0003

AT-3

400

5/5/2017

6/2/2017

7/7/2017

8/4/2017

100

100

100

100

0004

AT-4

300

5/5/2017

6/2/2017

7/7/2017

100

100

100

0005

AT-5

600

5/5/2017

6/2/2017

7/7/2017

8/4/2017

9/8/2017

10/6/2017

100

100

100

100

100

100

0006

ATSP-1

150

5/5/2017

7/7/2017

9/8/2017

50

50

50

0007

ATSP-1 Border Tile

150

5/5/2017

7/7/2017

9/8/2017

50

50

50

0008

ATSP-2

150

5/5/2017

7/7/2017

9/8/2017

50

50

50

SECTION C - CONTRACT CLAUSES

ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS

Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.

The following clauses are incorporated into 52.212-4 as an addendum to this contract:

C.1 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015)

(a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.

(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.

(2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause.

(End of Clause)

C.2 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)

The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.

(End of Clause)

C.3 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION)

(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :

(1) Means a small business concern:

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition);

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;

(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;

(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and

(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

(b) General.

(1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.

(2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern.

(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR --125.6.

(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate.

(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

(End of Clause)

C.4 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)

All invoices from the contractor shall be submitted electronically in accordance with VAAR 852.232-72.

http://www.acquisition.gov/far/index.html

http://www.va.gov/oal/library/vaar/

C.5 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://www.acquisition.gov/far/index.html

http://www.va.gov/oal/library/vaar/

(End of Clause)

FAR Number

Title

Date

52.204-18

COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE

JUL 2016

52.232-40

PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

DEC 2013

C.6 VAAR 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.

[Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.]

(End of Provision)

FAR Number

Title

Date

852.246-71

INSPECTION

JAN 2008

(End of Addendum to 52.212-4)

C.7 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2017)

(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 (NOV 2015).

(2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).

(3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

(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:

[] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

[] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509).

[] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

[] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note).

[] (5) [Reserved]

[] (6) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C).

[] (7) 52.204 15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111 117, section 743 of Div. C).

[] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note).

[] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).

[] (10) [Reserved]

[] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

[] (ii) Alternate I (NOV 2011) of 52.219-3.

[] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

[] (ii) Alternate I (JAN 2011) of 52.219-4.

[] (13) [Reserved]

[] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

[] (ii) Alternate I (NOV 2011).

[] (iii) Alternate II (NOV 2011).

[] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

[] (ii) Alternate I (Oct 1995) of 52.219-7.

[] (iii) Alternate II (Mar 2004) of 52.219-7.

[] (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)).

[] (17)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2017) (15 U.S.C. 637(d)(4)).

[] (ii) Alternate I (NOV 2016) of 52.219-9.

[] (iii) Alternate II (NOV 2016) of 52.219-9.

[] (iv) Alternate III (NOV 2016) of 52.219-9.

[] (v) Alternate IV (NOV 2016) of 52.219-9.

[X] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

[] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)).

[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

[X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).

[] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)).

[] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)).

[] (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 (DEC 2015) (15 U.S.C. 637(m)).

[X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

[X] (26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126).

[X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

[X] (28) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).

[] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).

[X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

[] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

[] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).

[X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).

[] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

[] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

[] (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).

Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

[] (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016).

[] (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

[] (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693).

[] (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693).

[] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

[] (40)(i) 52.223-13, Acquisition of EPEAT---Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514).

[] (ii) Alternate I (OCT 2015) of 52.223-13.

[] (41)(i) 52.223-14, Acquisition of EPEAT---Registered Televisions (JUN 2014) (E.O.s 13423 and 13514).

[] (ii) Alternate I (JUN 2014) of 52.223-14.

[] (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b).

[] (43)(i) 52.223-16, Acquisition of EPEAT---Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).

[] (ii) Alternate I (JUN 2014) of 52.223-16.

[X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

[] (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).

[] (46) 52.223-21, Foams (JUN 2016) (E.O. 13693).

[] (47) (i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

[] (ii) Alternate I (JAN 2017) of 52.224-3.

[] (48) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83).

[X] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

[X] (ii) Alternate I (MAY 2014) of 52.225-3.

[] (iii) Alternate II (MAY 2014) of 52.225-3.

[] (iv) Alternate III (MAY 2014) of 52.225-3.

[] (50) 52.225 5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

[X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

[] (52) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

[] (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

[] (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

[] (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

[] (56) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

[] (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332).

[X] (58) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332).

[] (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

[] (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

[] (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).

[] (62)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).

[] (ii) Alternate I (Apr 2003) of 52.247-64.

(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:

[] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495).

[] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67).

[] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

[] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

[] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).

[] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67).

[] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67).

[] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).

[] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

[] (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).

[] (11) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)).

(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 the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(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, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509).

(ii) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities.

(iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

(iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

(v) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).

(vi) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).

(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

(viii) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(x) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67).

(xi)(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).

(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67).

(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67).

(xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989).

(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).

(xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).

Note to paragraph (e)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

(xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)).

(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

(xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

(B) Alternate I (JAN 2017) of 52.224-3.

(xx) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(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)

SECTION D SOLICITATION PROVISIONS

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS

Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.

The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:

E.1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS REPRESENTATION (DEVIATION) (FEB 2015)

(a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(End of Provision)

E.2 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012)

(a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that

(1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government.

(2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that

(1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.

(2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.

(End of Provision)

FAR Number

Title

Date

52.204-16

COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

JUL 2016

(End of Addendum to 52.212-1)

E.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (DEC 2016)

http://www.acquisition.gov/far/index.html

http://www.va.gov/oal/library/vaar/

SECTION E - EVALUATION

52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Lowest Price, Technically Acceptable. Technically Acceptable means meeting all salient characteristics.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

Link/URL: https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617Q0438/listing.html

Older

Alliant Acquires SES Insurance Brokerage Services

Newer

Modification to a Previous Presolicitation Notice – LES Health and Life Insurance Services

Advisor News

  • Could workplace benefits help solve America’s long-term care gap?
  • The best way to use a tax refund? Create a holistic plan
  • CFP Board appoints K. Dane Snowden as CEO
  • TIAA unveils ‘policy roadmap’ to boost retirement readiness
  • 2026 may bring higher volatility, slower GDP growth, experts say
More Advisor News

Annuity News

  • $80k surrender charge at stake as Navy vet, Ameritas do battle in court
  • Sammons Institutional Group® Launches Summit LadderedSM
  • Protective Expands Life & Annuity Distribution with Alfa Insurance
  • Annuities: A key tool in battling inflation
  • Pinnacle Financial Services Launches New Agent Website, Elevating the Digital Experience for Independent Agents Nationwide
More Annuity News

Health/Employee Benefits News

  • Could workplace benefits help solve America’s long-term care gap?
  • Long-Term Care Insurance: What you need to know
  • DEMOCRATS: Iowa’s farm income projected to plummet in 2026, ag-related layoffs expected to continue. Who is here to help?
  • VERMONT SMALL BUSINESSES SUPPORT HOUSE BILL TO IMPROVE AFFORDABLE HEALTH INSURANCE OPTIONS
  • ALASKA HOUSE LABOR AND COMMERCE COMMITTEE HEARS TESTIMONY FROM LOCAL BUSINESS OWNERS ON THE CONSEQUENCES OF INCREASING HEALTH CARE COSTS
More Health/Employee Benefits News

Life Insurance News

  • Elevance making difficult decisions amid healthcare minefield
  • WMATA TRAIN OPERATORS PLEAD GUILTY IN HEALTH CARE FRAUD SCHEME
  • Protective Expands Life & Annuity Distribution with Alfa Insurance
  • Indiana woman refiles National Life lawsuit over IUL that returned 0%
  • TAIWAN'S BACKDOOR CURRENCY MANIPULATION
Sponsor
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Elevate Your Practice with Pacific Life
Taking your business to the next level is easier when you have experienced support.

ICMG 2026: 3 Days to Transform Your Business
Speed Networking, deal-making, and insights that spark real growth — all in Miami.

Your trusted annuity partner.
Knighthead Life provides dependable annuities that help your clients retire with confidence.

8.25% Cap Guaranteed for the Full Term
Guaranteed cap rate for 5 & 7 years—no annual resets. Explore Oceanview CapLock FIA.

Press Releases

  • Buckner Insurance Names Greg Taylor President of Idaho
  • ePIC Services Company and WebPrez Announce Exclusive Strategic Relationship; Carter Wilcoxson Appointed President of WebPrez
  • Agent Review Announces Major AI & AIO Platform Enhancements for Consumer Trust and Agent Discovery
  • Prosperity Life Group® Names Industry Veteran Mark Williams VP, National Accounts
  • Salt Financial Announces Collaboration with FTSE Russell on Risk-Managed Index Solutions
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Advertise
  • Contact
  • Editorial Staff
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet