Combine Solicitation – S– Generator Maintenance Service for VA Manchester
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: S-- Generator Maintenance Service for VA
Classification Code: S - Utilities and housekeeping services
Solicitation Number: VA24116Q0331
Contact: Lorrie BainesNetwork Contracting Office 1 NW
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 03104
Place of Performance Country:
Description:
Manchester VAMC
Table of Contents
SECTION A 1
A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1
SECTION B - CONTINUATION OF SF 1449 BLOCKS 3
B.1 CONTRACT ADMINISTRATION DATA 3
B.2 Cost - Price Schedule 8
SECTION C - CONTRACT CLAUSES 12
C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (
C.2 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (
C.3 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (
C.4 52.217-8 OPTION TO EXTEND SERVICES (
C.5 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
C.6 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (
C.7 VAAR 852.203-70 COMMERCIAL ADVERTISING (
C.8 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (
C.9 001AL-11-15 SUBCONTRACTING COMMITMENTS - MONITORING AND COMPLIANCE 14
C.10 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (
C.11 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (
C.12 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (
SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 24
D.1 PAST PERFORMANCE REFERENCES 24
SECTION E - SOLICITATION PROVISIONS 26
E.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
E.2 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION) (
E.3 52.217-5 EVALUATION OF OPTIONS (
E.4 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (
E.5 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (
E.6 VAAR 852.273-74 AWARD WITHOUT EXCHANGES (
E.7 52.212-2 EVALUATION-COMMERCIAL ITEMS (
SECTION B - CONTINUATION OF SF 1449 BLOCKS
B.1 CONTRACT ADMINISTRATION DATA
(continuation from Standard Form 1449, block 18A.)
1.
a. CONTRACTOR:
b. GOVERNMENT: Contracting Officer 36C241
Network Contracting Office 1
VAMC Manchester/BST Suite 105
2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:
[X] 52.232-34, Payment by Electronic Funds Transfer-Other Than System For Award Management, or
[] 52.232-36, Payment by Third Party
3. INVOICES: Invoices shall be submitted in arrears:
a. Quarterly []
b. Semi-Annually []
c. Other [X] Quarterly
4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.
All invoices from the contractor shall be submitted electronically as per VAAR Clause 852.232-72
Electronic Submission of Payment Request
http://www.fsc.va.gov/einvoice/asp
ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:
AMENDMENT NO DATE
STATEMENT OF WORK
Inspection, Preventative Maintenance, and Repair of Emergency Generators
1.0 INTRODUCTION
The work includes but is not limited to: provide all equipment, fluids, tools, labor, and to perform regular and periodic examination, semi-annual and annual preventative, 24 hour emergency call back diagnosis and repair of the emergency generator systems at the
2.0 DEFINITIONS/ACRONYMS
" Engineer (ing) - Supervisor or designee.
" CO - Contracting Officer
" COR - Contracting Officer's Representative.
" WHEN Hours- Weekends, Holidays, Evenings, and Nights. Anytime outside of Normal Business Hours (Monday-Friday
" ESR - Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract.
" Authorization Signature - COR signature; indicates work status is accepted as stated in ESR.
" VAMC -
" PM- Preventive Maintenance
3.0 EQUIPMENT TABLE
Make: Model: S/N: Location:
Kohler 350 REOZV 2020812 Bldg 20 (Outside Courtyard)
4.0
This project includes the following tasks:
4.1 Task 1 - Scheduled preventative maintenance:
Provide regularly scheduled annual and semi-annual preventative maintenance services for all the emergency generator systems at the Medical Center noted in the equipment table. Service includes the following:
1. SEMI-ANNUAL CHECK (ENGINE NOT RUNNING)
a. Conduct visual check around the generator.
b. Check the battery's liquids specific gravity, do battery load test, top upfill if necessary.
c. Clean battery terminals and lugs.
d. Check all "V" and fan belts to make sure there are no hair line cracks on the belts, replace if cracked or worn.
e. Check and adjust tension on all V and fan belts.
f. Check coolant level and top upfill if necessary.
g. Check specific gravity of coolant. Replenish as necessary to maintain manufacturers recommended level and specific gravity of coolant additive.
h. Check operation and components of water jacket heating system.
i. Test fuel day tanks for water. Record water levels in tanks.
j. Drain condensate from exhaust condensate trap.
k. Clean air filter element. Inspect all fuel, oil, and water piping for secure mounting.
l. Inspect exhaust piping and muffler insulation.
m. Inspect crankcase breather tube.
n. Check all control panel indication LED's.
2. SEMI-ANNUAL CHECK (ENGINE RUNNING)
a. Turn off the generator circuit breaker and run the generator unloaded for 15 minutes. Check the generator for unusual conditions, such as: excessive vibration, excessive black or white smoke. The following indicators on the control panel also need to be checked and verified while the generator is running: fuel level, oil pressure, water temperature, rpm, voltage, and frequency.
b. With the engine running and the generator circuit breaker open:
i. Jumper water temperature switch
ii. Jumper oil pressure switch
iii. Jumper coolant low-level switch
c. Press emergency stop push button.
i. Each time the switch is "jumpered" or the emergency stop button is pressed the engine should stop and the corresponding failure lamp should illuminate. Reset the shut-down mechanisms after each test.
d. Start unit and run with load bank connected for 1 hour at minimum 30% load. 70% preferred. Any generator operating under 30% load must be supplied with a load bank by the Contractor. The Kohler unit does not operate above 30% currently.
e. Read and record verify all engine and alternator indicators.
f. Check exhaust for excessive black or white smoke. (See manufacture's manual)
g. Check turbocharger for vibrations, check for any abnormal noise during operation.
h. Check generator bearing for noise and overheating.
i. Check exhaust manifold, muffler, and piping for leaks and secure mountings.
j. Check fuel day tank for overheating.
k. Check exhaust backpressure at the Diesel particle filter (Dpf.), if above 24 Inches H20 / 6 kPa, Dpf filters to be removed and cleaned. Or in accordance with the manufacturer's recommendations.
3. SEMI-ANNUAL CHECK (ENGINE STOPPED AFTER RUNNING)
a. Inspect engine water, fuel, and oil systems for leaks while engine is hot.
b. Fill out maintenance checklist and report deficiencies.
c. Confirm that circuit breaker is in closed position, and generator is set in automatic.
4. SEMI-ANNUAL CHECK (ENGINE NOT RUNNING)
a. Perform complete semi-annual 'engine not running' schedule (Section 4).
b. Change fuel and air filters every 250hrs or once a year whichever is sooner
c. Change coolant filters every 250hrs or once a year whichever is sooner
d. Inspect battery charging Alternator and V belt.
e. Inspect engine and generator wiring harness for wear and damages.
f. Inspect supports and spring isolators for soundness and stability.
g. Inspect unit thoroughly for loose fasteners.
h. Clean radiator air passages and exhaust air ducts.
i. Clean intake louvers and ducts.
j. Inspect unit for corrosion. Remove any corrosion, prime and paint.
k. Inspect fan drive idler pivot arm assembly and shock absorber.
l. Inspect Belt driven fan hub.
m. Take fuel oil samples, analyze and report composition and cleanliness.
5. ANNUAL CHECK (ENGINE RUNNING)
a. Perform complete semi-annual 'Engine running' schedule (Section 2).
6. ANNUAL CHECK (ENGINE STOPPED AFTER RUNNING).
a. Perform complete semi-annual 'Engine stopped after running' schedule. (Section 3).
b. Change crankcase oil and filters every 250 hours or once a year, whichever is sooner.
c. Fill out maintenance checklist and report deficiencies.
d. Confirm that circuit breaker is in closed position, and generator is set in automatic.
7. OUT YEAR CHECKS
a. Second Year Checks:
i. Inspect Turbocharger:
1. Inspection to include bearings, seals, exhausts, and air impellers.
2. Change all gasket and seals.
ii. Inspect Rotating rectifier:
1. Inspect and clean rotating rectifier per manufacturer's recommendations.
2. If replacement is warranted, provide a written recommendation to the COR for action to include all material and labor.
iii. Replace batteries:
1. Replace batteries with minimum Caterpillar
2. Provide two (2) batteries for each generator.
3. Replace cooling system temperature regulators with seals.
4.1 Task 2 - Repairs and Emergency Call Back Service:
1. Contractor shall have technician on site within One (1) hour, during normal business hours and two (2) hours, during WHEN hours of request by telephone or otherwise from contacting officer, Chief Engineer and/or designees for emergency services. Response will be in the event of a shut down or emergency trouble developed between regularly scheduled maintenance services. Overtime emergency call back service shall be limited to minor adjustments and repairs required to protect and provide immediate safety of the equipment and persons in and about the generators.
2. The contractor shall be responsible to make all repairs and adjustments necessary. Repairs are defined as unscheduled work required to (1) prevent a breakdown or malfunction of an item of equipment; (2) put a system or a subsystem back in service after a breakdown or malfunction. The emergency generator systems of the medical center must remain operational 24/7. Alternative measures for providing equivalent emergency power during repairs are the responsibility of the Contractor.
3. Repairs shall be completed within 24 hours after the need for repair has been identified by the contractor or by the Government. All repairs shall be in accordance with the equipment manufacturer's requirements andor applicable laws, regulations, codes, etc.
a. An extension may be granted at the discretion of the COR on a case by case basis. Each request for an extension must include and explanation for the delay, and estimated time of completion, and evidence to clearly show that the contractor has made every effort to repair the system as timely as possible.
4. The Contractor shall furnish all supplies, materials, and equipment to perform regularly scheduled service, emergent service, and repairs.
a. All parts and materials shall be of the original manufacturer's design and specification, or equal thereto.
b. The Contractor shall have and maintain on hand locally a supply of spare parts sufficient for normal maintenance and expedient emergency repairs of the generators.
5. Space is not available for storage of equipment or materials. If need the Contractor should make arrangements for storage as part of this contract.
5.0 PERFORMANCE REQUIREMENTS
1. The Contractor, under this Scope of Work (SOW), will be responsible for all supervision, labor, tools, lubricants, cleaning products, and manufacturer replacement parts and equipment required to carry out all services as outlined in this SOW. The medical center is considered a critical facility; therefore, all emergency generator equipment shall be kept in first class condition and proper working order 24/7.
2. The Contractor will be required to evaluate the existing equipment and provide the COR with a proposed maintenance schedule in advance of service.
3. Contractor must submit to the COR for review, work sheet/checklist that will be used for performing and documenting maintenance service.
4. All personnel working in the vicinity shall wear and /or use safety protection equipment and exercise the appropriate cautions while all work is performed. Any questions or injuries shall be brought to the attention of the COR, and Safety Manager or Safety Officer.
5. Safety Data Sheets (SDS) shall be provided by the contactor for all HAZMAT materials. Copies will be provided to the COR for approval. No materials will be allowed to be brought on site until they have been submitted and approved by the COR in advance.
6. Preventive maintenance for Standby generator sets to be performed by a technician or mechanic, who is manufacturer certified to work on
7. All off site calibration of generator components to be performed by an authorized
8. Perform all annual preventive maintenance procedures prior to beginning out-year cycles.
9. COR must immediately be made aware of any condition discovered that could result in equipment failure.
10. Testing and inspection summary report shall be submitted to the COR within three days of completing all work.
11. If any discrepancies are found with the generator system that are not covered under this scope of work then the contractor must provide the following:
I. Detailed report noting the discrepancy found.
II. Bill of Materials (BOM) to include component name, quantity, part #, and assumption of price for any repair material required and material lead time.
12. All work shall be completed during normal business hours in conjunction with the medical center regularly scheduled monthly generator testing , unless called back for emergency service outside of normal business hours. Emergency call back services shall be assumed to be completed during WHEN hours.
13. All travel costs associated with performance of this contract are the responsibility of the Contractor and are provided at no additional cost to the government as part of this contract. Travel costs are defined but not limited to time and vehicle costs for personnel in travel to and from job site for all duties outlined in this specification, normal shipping charges on any parts or materials covered by this contract, costs associated with the normal shipping of parts or equipment out for repair that are covered under this contract, etc.
14. The services shall be completed in accordance with the latest National Electrical Code (NEC), and
15. Contractor shall comply in accordance with all OSHA Safety Guidelines.
16. Upon arrival at the medical center, the Contractor shall check in with the maintenance scheduler, COR or designee. Contractor shall sign in and out in engineering during normal business hours. During WHEN hours the Contractor shall sign in and out at the Boiler Plant. While on property the contractor shall display an appropriate contractor badge at all times.
6.0 DELIVERABLES
1. Submittal of proposed maintenance schedule of activities for review and approval by the COR.
2. Submittal of proposed equipment and materials to be used on site for review and approval by the COR.
3. Submittal of Contractor safety plan and lockout tagout plan.
4. Submittal of Safety Data Sheets (SDS) shall be provided by the contactor for all chemicals proposed to be brought to the medical center. Chemicals must be approved before they can be located on property.
5. Submittal of all maintenance reports. Must be submitted within 3 days of service completion date. Reports should include at a minimum:
a.
b.
c. Date of work performed and hours spent.
d. Description of the work performed including PMI's and equipment worked on. Detailed report noting any deficiencies found.
e. Signature of employee that performed work as well as the COR.
f. Bill of Materials (BOM) to include component name, quantity, part #, and assumption of price for any repair material required and material lead time.
7.0 REFERENCES
" MCP - Medical Center Policy 138-08, Utility Management
" NFPA -
" NEC - National Electrical Code
B.2 Cost - Price Schedule
Price Schedule: Base Year - Date of Award though
CLIN Description ***Qty. Unit Unit Price Total Price
00001 Emergency Hourly Rate Mon-Fri
00002 Emergency Hourly Rate Mon-Fri
00003 Emergency Hourly Rate Weekend & Holidays 5 Hr.
00004 Minimum Hours Charged Per Emergency Call-In 1 Hr.
00005 Routine Hourly Rate Mon-Fri
00006 Routine Hourly Rate Mon-Fri
00007 Routine Hourly Rate Weekend & Holidays 5 Hr.
00008 Mileage Mi.
00009 **Equipment Repairs and Replacement JB Priced as Needed
Total Base Year Cost $
**Equipment Repairs and Replacement is estimated at
***Qty. is estimated only
Price Schedule: Option Year (1) -
CLIN Description ***Qty. Unit Unit Price Total Price
10001 Emergency Hourly Rate Mon-Fri
10002 Emergency Hourly Rate Mon-Fri
10003 Emergency Hourly Rate Weekend & Holidays Hr.
10004 Minimum Hours Charged Per Emergency Call-In Hr.
10005 Routine Hourly Rate Mon-Fri
10006 Routine Hourly Rate Mon-Fri
10007 Routine Hourly Rate Weekend & Holidays Hr.
10008 Mileage Mi.
10009 **Equipment Repairs and Replacement JB Priced as Needed
Total Option Year One (1) Cost $
***Qty. is estimated only
**Equipment Repairs and Replacement is estimated at
Price Schedule: Option Year (2) -
CLIN Description ***Qty. Unit Unit Price Total Price
20001 Emergency Hourly Rate Mon-Fri
20002 Emergency Hourly Rate Mon-Fri
20003 Emergency Hourly Rate Weekend & Holidays Hr.
20004 Minimum Hours Charged Per Emergency Call-In Hr.
20005 Routine Hourly Rate Mon-Fri
20006 Routine Hourly Rate Mon-Fri
20007 Routine Hourly Rate Weekend & Holidays Hr.
20008 Mileage Mi.
20009 **Equipment Repairs and Replacement JB Priced as Needed
Total Option Year Two (2) Cost $
***Qty. is estimated only
**Equipment Repairs and Replacement is estimated at
Price Schedule: Option Year (3) -
CLIN Description ***Qty. Unit Unit Price Total Price
30001 Emergency Hourly Rate Mon-Fri
30002 Emergency Hourly Rate Mon-Fri
30003 Emergency Hourly Rate Weekend & Holidays Hr.
30004 Minimum Hours Charged Per Emergency Call-In Hr.
30005 Routine Hourly Rate Mon-Fri
30006 Routine Hourly Rate Mon-Fri
30007 Routine Hourly Rate Weekend & Holidays Hr.
30008 Mileage Mi.
30009 **Equipment Repairs and Replacement JB Priced as Needed
Total Option Year Three (3) Cost $
*** Qty. is estimated only
**Equipment Repairs and Replacement is estimated at
Price Schedule: Option Year (4) -
CLIN Description ***Qty. Unit Unit Price Total Price
40001 Emergency Hourly Rate Mon-Fri
40002 Emergency Hourly Rate Mon-Fri
40003 Emergency Hourly Rate Weekend & Holidays Hr.
40004 Minimum Hours Charged Per Emergency Call-In Hr.
40005 Routine Hourly Rate Mon-Fri
40006 Routine Hourly Rate Mon-Fri
40007 Routine Hourly Rate Weekend & Holidays Hr.
40008 Mileage Mi.
40009 ***Equipment Repairs and Replacement JB Priced as Needed
Total Option Year Four (4) Cost $
***Qty. is estimated only
**Equipment Repairs and Replacement is estimated at
Base and All Option Costs
Base Year
Option Year (1)
Option Year (2)
Option Year (3)
Option Year (4)
Total Base and All Options
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 52.252-2 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
C.2 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (
(a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12),
(b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government:
(1) When no longer needed for contract performance.
(2) Upon completion of the Contractor employee's employment.
(3) Upon contract completion or termination.
(c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements.
(d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer.
of Clause)
C.3 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (
(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.4 52.217-8 OPTION TO EXTEND SERVICES (
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days.
(End of Clause)
C.5 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 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years.
(End of Clause)
C.6 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (
Funds are not presently available for performance under this contract beyond any given option period. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond any given option period, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
(End of Clause)
C.7 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)
C.8 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (
The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value.
(End of Clause)
C.9 001AL-11-15 SUBCONTRACTING COMMITMENTS - MONITORING AND COMPLIANCE
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of
All prospective awardees must be listed and verified in the database prior to being eligible for award. If a prospective awardee is listed in the database, then the prospective awardee is eligible for Fast Track Verification. However, an award shall not be made to the vendor until verification is complete.
C.10 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)
C.11 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)
FAR Number Title Date
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
(End of Addendum to 52.212-4)
C.12 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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(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:
[] (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 (
[X] (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 (
[] (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 (
[X] (29) 52.222-35, Equal Opportunity for Veterans (
[X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
[X] (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)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for
[] (ii) Alternate I (
[] (36)(i) 52.223-13, Acquisition of EPEAT---Registered Imaging Equipment (
[] (ii) Alternate I (
[] (37)(i) 52.223-14, Acquisition of EPEAT---Registered Televisions (
[] (ii) Alternate I (
[] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b).
[] (39)(i) 52.223-16, Acquisition of EPEAT---Registered Personal Computer Products (
[] (ii) Alternate I (
[X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
[] (41) 52.225-1,
[] (42)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (
[] (ii) Alternate I (
[] (iii) Alternate II (
[] (iv) Alternate III (
[] (43) 52.225-5, Trade Agreements (
[X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (
[] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
[] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
[] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
[] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (
[] (49) 52.232-30, Installment Payments for Commercial Items (
[] (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
[X] (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (
[] (52) 52.232-36, Payment by Third Party (
[] (53) 52.239-1, Privacy or Security Safeguards (
[] (54)(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
See Wage Determination as
referenced on page 1, block 20
[X] (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 (
[X] (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 (
(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)
SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS
D.1 PAST PERFORMANCE REFERENCES
1.
2. Contracting Activity Address:
3. Contract Number: 4. Date of Contract Award:
5. Beginning Date of Contract: 6. Completion Date of Contract:
7. Contract Value: 8. Type of Contract:
9a.
Title: Title:
Address:
Telephone:
Email: Address:
Telephone:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:
SECTION E - 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 52.252-1 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)
E.2 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION) (
(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.3 52.217-5 EVALUATION OF OPTIONS (
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Provision)
E.4 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (
(a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation,
(b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov).
(c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov).
(End of Provision)
E.5 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (
The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.
(End of Provision)
E.6 VAAR 852.273-74 AWARD WITHOUT EXCHANGES (
The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary.
(End of Provision)
FAR Number Title Date
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER
(End of Addendum to 52.212-1)
E.7 52.212-2 EVALUATION-COMMERCIAL ITEMS (
Instruction to Offerors
Lowest Price Technically Acceptable
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation by meeting the requirements for certified technicians for both
1. Price (follow these instructions):
a. Standard Form 1449 (page 1), Solicitation/Contract/Order for Commercial Items, with blocks 12, 17, 30a, 30b, and 30c completed by the offeror.
b. Solicitation Section B.4, Supplies or Services and Prices/Costs, with offerors proposed contract line item prices inserted in appropriate spaces.
c. Solicitation Clauses "Offeror Representation and Certifications -Commercial Items", completed by offeror at (https://SAM.gov).
2. Past Performance:
a. Provide (1) references (but no more than 5 references) of work similar in scope and size performed in the past 3 years with current contact information to include an active contact's name, e-mail, phone number, address, and organization to include a brief description of the work completed, and a contract # (if applicable). References will be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. References can be attached to Standard Form 1449 as specified above in Instruction to Offerors above. Use form "Past Performance References" found in Section D.1 for past performance submittals.
b. Past performance information may also be obtained from other sources available to the Government to include, but not limited to, PPIRS (past performance retrieval system) or other databases; interviews with Program Managers, and other Contracting Officers.
3. Technical
a. The contractor shall submit complete information describing technical capabilities in order to allow the government to evaluate and establish how well the proposed contractor can meet the requirement outlined in the SOW to provide preventive maintenance and repair services for
Once Technical Acceptability and Past Performance have been verified the offerors who represents the quote with lowest price will be awarded the contract.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) 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)
Questions and Submittal Due Dates
Offerors should submit questions concerning this solicitation in writing as soon as possible after issuance of this Request for Quote (RFQs) to the Contracting Officer. The
RFQ submittals are due
Link/URL: https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24116Q0331/listing.html



APRIL International UK Rolls out the red24 Carpet
Despite Obamacare Growth, Indigent Expenses Still Big for Counties
Advisor News
- Why you should discuss insurance with HNW clients
- Trump announces health care plan outline
- House passes bill restricting ESG investments in retirement accounts
- How pre-retirees are approaching AI and tech
- Todd Buchanan named president of AmeriLife Wealth
More Advisor NewsAnnuity News
- Great-West Life & Annuity Insurance Company Trademark Application for “EMPOWER READY SELECT” Filed: Great-West Life & Annuity Insurance Company
- Retirees drive demand for pension-like income amid $4T savings gap
- Reframing lifetime income as an essential part of retirement planning
- Integrity adds further scale with blockbuster acquisition of AIMCOR
- MetLife Declares First Quarter 2026 Common Stock Dividend
More Annuity NewsHealth/Employee Benefits News
- MARKETPLACE 2026 OPEN ENROLLMENT PERIOD REPORT: NATIONAL SNAPSHOT, JANUARY 12, 2026
- Trump wants Congress to take up health plan
- Iowa House Democrats roll out affordability plan
- Husted took thousands from company that paid Ohio $88 million to settle Medicaid fraud allegations
- ACA subsidy expiration slams Central Pa. with more than 240% premium increases
More Health/Employee Benefits NewsLife Insurance News