Combine Solicitation – N– Air Conditioner Replacement at Philadelphia VA Medical Center. SDVOSB Set Aside.
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: N-- Air Conditioner Replacement at
Classification Code: N - Installation of equipment
Solicitation Number: VA24417Q1514
Contact: Contract Specialist
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Place of Performance (address):
Place of Performance (zipcode): 19104-4551
Place of Performance Country:
Description:
Network Contracting Office 4
Veterans Integrated Service Network 4 Facilities
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), 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. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is VA244-17-Q-1514.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-95 effective
This Solicitation is being competed as a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The NAICS Code is 238220 Plumbing, Heating, and Air-Conditioning Contractors and the business size standard is
The anticipated Period of Performance will be 60 Days following Contract award and includes the following Contract Line Item Numbers (CLIN):
CLIN 0001: AC-26 Fan Section Replacement.
CLIN 0002:
CLIN 0003: AC-5 Steam Coil with Hot Water Heating Coil Replacement.
All work shall be completed in accordance with the Statement of Work (SOW). The SOW is included as Attachment 1 to this solicitation.
Offerors are requested to quote Firm Fixed Price for any and all of the line items on the Schedule of Supplies and Services attached to this solicitation. The Schedule of Supplies and Services is included as Attachment 2 to this solicitation.
Service Contract Act Wage Determination No. 2015-4233, Revision Number 5, dated 07-25-2017, applies to this acquisition and will be incorporated into the resulting contract. A copy of the Wage Determination is included with this solicitation as Attachment 3.
Any award resulting from this solicitation will be issued on a Standard Form 1449.
NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-(k). Registration may be done online at: www.acquisition.gov or www.sam.gov.
Site Visit for this solicitation is scheduled on Wednesday,
Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at NCO 4,
Responses to this Solicitation in accordance with the Quote Submission Instructions. Please send responses to
The following FAR and Veterans Affairs Acquisition Regulation (VAAR) apply to this acquisition:
52.212-1 Instructions to Offerors -- Commercial Items (
Addenda to 52.212-1:
Reference word offer : delete offer and insert quote in its place.
Reference word offeror : delete offeror and insert vendor in its palce.
Reference paragraph (c) period for acceptance of quotes: delete 30 calendar days and insert 60 calendar days in its place.
The following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, and (h) multiple awards.
Quote Submission Instructions:
Quotes shall be sent electronically via e-mail. All quotes shall include one (1) separate copy of each of the items listed below. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. No price information shall be included in the technical or past performance section. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote.
Attachment 1
Completed Schedule of Supplies and Services (Attachment to this solicitation). Completed CLIN price information in the Schedule of Supplies/Services. *Offerors must use the CLINs specified in the Schedule of Supplies/Services. It is not permissible for offerors to use offeror created CLINs or SUBCLINs.
Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database.
Signed Certifications that may be included as Addenda to FAR 52.212-1.
Signed acknowledgements of amendments (SF30). Applicable only if any amendments are issued against this solicitation.
Attachment 2
Vendors shall provide a narrative (including any descriptive literature and/or certifications) which demonstrates the offeror s ability to meet the technical credentials and capability stated in the Statement of Work (SOW). The narrative shall not exceed ten (10) pages and address the following requirements.
Attachment 3
Past Performance Record: Vendors shall provide information on Past Performance Record. This information is used in determining the level of confidence the Government has for a successful performance based upon the vendor s actions under previously awarded and/or relevant contracts. The information provided in Volume III will be utilized to evaluate the Vendor s Past Performance.
To be considered part of the Past Performance record, a vendor must demonstrate execution of three (3) or more relevant contracts in the last five (5) years. If a vendor or its major subcontractor determines that they have no relevant past performance data, they shall provide the following statement in lieu of the information provided below: (Insert vendor or major subcontractor s name) has determined that they possess no relevant past performance information in accordance with the RFQ.
To be complaint with this factor, vendors shall provide the following information for both the vendor and proposed major subcontractors:
(1) A list of Previous Contract Data for the vendor. This list shall contain all relevant three (3) PRIME contracts and relevant subcontracts that the vendor is currently performing or has completed during the last five (5) years. The list shall include:
- Contractor name
-
- Contract/Purchase Order Number
- Customer points of contact ( provide name, telephone number, and e-mail addresses)
- Period of Performance (dates)
- Description of product/service provided (include sufficient detail to demonstrate similarities/dissimilarities to the requirements of this solicitation)
(2) A list of Previous Contract Data for all major subcontractors containing the information listed in (1) above as it relates to relevant Prime and Subcontracts that the major subcontractor is currently performing or has completed during the last five (5) years.
(3) The Government may utilize the Federal Past Performance Information Retrieval System (PPIRS), the Contractor Performance Assessment Reporting System (CPARS), responses from the Performance Risk Assessment Questionnaire, data submitted by the vendor, and any other information available to determine the quality and relevance of the vendor s past performance.
The following provisions apply and are incorporated by reference and full text:
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:
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision 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 Provision)
FAR Number
Title
Date
52.204-22
ALTERNATIVE LINE ITEM PROPOSAL
52.211-6
BRAND NAME OR EQUAL
52.237-1
SITE VISIT
(End of Addenda to 52.212-1)
13.106-2 EVALUATION OF QUOTATIONS OR OFFERS
The Government intends to award one purchase order as a result of this Request for Quote to the responsible offeror whose quote conforms to the solicitation requirements and will be most advantageous to the Government, price, technical capability of the items offered to meet the Government requirement, and past performance considered.
The Government is not limited to the Past Performance Record information provided above, but reserves the right to independently seek past performance information through open market contracts, government systems, and other government agencies.
The Contracting Officer does anticipate adequate price competition for this RFQ. Should that not happen, the Contracting Officer may need to ask for Data Other than Certified Cost and Price Data to assist with the determination of price reasonableness.
Vendors are advised that submitting an unrealistically low price may be grounds for eliminating a quote from competition. This could be on the basis that the vendor does not understand the requirement or has made an incautious quote.
Contractors are required to include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://sam.gov. Failure to include the certifications along with the price quote or complete certifications on the internet may result in elimination from consideration for award.
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:
52.252-2 CLAUSES INCORPORATED BY REFERENCE (
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
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
52.237-2
PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48
(b) The use in this solicitation or contract of any VAAR (48 CFR Chapter FEDERAL ACQUISITION REGULATION (48
(End of Clause)
VAAR 852.203-70 COMMERCIAL ADVERTISING (
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
(End of Clause)
VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION)
(a) Definition. For the
(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
(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)
LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (
This solicitation includes VAAR 852.219-10. 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
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (
(a) Definitions. As used in this clause
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the
Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the
(1) Awards made to foreign vendors for work performed outside
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a
(5) Solicitations or contracts in which the
(End of Clause)
VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the
(End of Clause)
VAAR 852.246-70 GUARANTEE (
The contractor guarantees the equipment against defective material, workmanship and performance for a period of 1 Year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental
(End of Clause)
VAAR 852.246-71 INSPECTION (
Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account.
(End of Clause)
(End of Addendum to 52.212-4)
52.212-5 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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(3) 52.233-3, Protest After Award (
(4) 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:
[] (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 (
[X] (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 (
[X] (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 Set-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 (
[] (v) Alternate IV (
[] (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 (
[X] (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 (
[X] (25) 52.222-3, Convict Labor (
[X] (26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (
[X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
[X] (28) 52.222 26, Equal Opportunity (
[] (29) 52.222-35, Equal Opportunity for Veterans (
[X] (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 (
[X] (33)(i) 52.222-50, Combating Trafficking in Persons (
[] (ii) Alternate I (
[] (34) 52.222-54, Employment Eligibility Verification (
[] (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (
Note to paragraph (b)(35): By a court order issued on
[] (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 (
[] (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (
[X] (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (
[] (ii) Alternate I (
[] (40)(i) 52.223-13, Acquisition of EPEAT---Registered Imaging Equipment (
[] (ii) Alternate I (
[] (41)(i) 52.223-14, Acquisition of EPEAT---Registered Televisions (
[] (ii) Alternate I (
[] (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 (
[] (ii) Alternate I (
[X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
[] (45) 52.223-20, Aerosols (
[] (46) 52.223-21, Foams (
[] (47) (i) 52.224-3, Privacy Training (
[] (ii) Alternate I (
[] (48) 52.225-1,
[] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (
[] (ii) Alternate I (
[] (iii) Alternate II (
[X] (iv) Alternate III (
[] (50) 52.225 5, Trade Agreements (
[X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (
[] (52) 52.225 26, Contractors Performing Private Security Functions Outside the United States (
[] (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
[] (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
[] (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (
[] (56) 52.232-30, Installment Payments for Commercial Items (
[X] (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (
[] (58) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (
[] (59) 52.232-36, Payment by Third Party (
[] (60) 52.239-1, Privacy or Security Safeguards (
[] (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
[] (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:
[] (1) 52.222-17,
[X] (2) 52.222-41, Service Contract Labor Standards (
[X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
Employee Class
Monetary Wage-Fringe Benefits
[] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (
[X] (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 (
[X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
[X] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (
[] (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
[] (11) 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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(iii) 52.219-8, Utilization of Small Business Concerns (
(iv) 52.222-17,
(v) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(vi) 52.222 26, Equal Opportunity (
(vii) 52.222-35, Equal Opportunity for Veterans (
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (
(ix) 52.222-37, Employment Reports on Veterans (
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
(xi) 52.222-41, Service Contract Labor Standards (
(xii)(A) 52.222-50, Combating Trafficking in Persons (
(B) Alternate I (
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (
(xv) 52.222-54, Employment Eligibility Verification (
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (
Note to paragraph (e)(1)(xvii): By a court order issued on
(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)).
(xix) 52.222-62 Paid Sick Leave Under Executive Order 13706 (
(xx)(A) 52.224-3, Privacy Training (
(B) Alternate I (
(xxi) 52.225 26, Contractors Performing Private Security Functions Outside the United States (
(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
(xxiii) 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)
End of Document
Responses to this Solicitation in accordance with the Quote Submission Instructions. Please send responses to
Attachment
Title
Date
Number of Pages
1
Schedule of Supplies and Services
2
2
Statement of Work
3
3
Wage Determination
2015-4233, Revision 05
8
Link/URL: https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417Q1514/listing.html
Combine Solicitation – SAKURA Standard Service Option
Health Partners Plans Awarded NCQA’s Highest Accreditation Status
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News