J– Philadelphia Information Technology Center (PITC) Cyberex Power Distribution Units (PDUs) and Wavestar Static Transfer Switches (STS) Maintenance
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address: Strategic Acquisition Center - Frederick;
Subject: J--
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: 36C10X19Q0282
Contact: Jennifer SwiftContract Specialist 240-215-1714 [email protected] mailto:[email protected]
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 19144
Place of Performance Country:
Description:
VA Strategic Acquisition Center (
VA Strategic Acquisition Center (
Questions for PITC Maintenance Requirement - Solicitation Number: 36C10X19Q0282:
Is there a previous contract for this equipment
Yes. Equipment was installed (new) in
Who is the vendor currently servicing the equipment
Fakouri Electrical Engineering.
What was the cost of the last year's contract and is this the same equipment as last year's contract
Previous contract included the Data Center UPS System and associated batteries which are not covered under a separate extended warranty contract since replaced in
Is the contract available for viewing
The prior contract will not be provided.
Is there a service history available
Preventive Maintenance documentation for each of the 24 Units is available on-site along with results of monthly performance checks completed by local staff.
Is all the equipment up and running
Yes
Will previous test reports be provided during award of contract
Historical data for each of the 24 Units will be available for review to the awarded vendor.
What is the current age of the units installed
All 24 Cyberex Zero Footprint Dual Input Static Switch Power Distribution Units were installed in
Will there be a site visit/pre-bid walkthrough for this project
A site visit is scheduled for
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C10X19Q0282
Posted Date:
Original Response Date:
Current Response Date:
Product or Service Code:
J099
Set Aside:
SB
NAICS Code:
811212
Contracting Office Address
5202 Presidents Ct.
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06, effective
This procurement is set aside for small businesses; however, preference is given to SDVOSBs and VOSBs.
The associated North American Industrial Classification System (NAICS) code for this procurement is 811212, with a small business size standard of
All interested companies shall provide a quotation for the following:
Background
The mission of the
Scope
The Contractor shall provide all labor, supplies, personnel, equipment, tools, materials, supervision and other services necessary to provide corrective and preventative maintenance for the following Cyberex Power Distribution Units (PDUs) and Wavestar Static Transfer Switches (STS).
All PDU and STS critical power distribution equipment shall be covered by this contract, including display monitors, control knobs and all interconnecting wiring.
Description
Model Number
Serial Number
PDU No. 1
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWKXT0
47303-14-1
PDU No. 2
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWKXT0
47303-14-2
PDU No. 3
Cyberex 75kVA Dual Input Static Switch
ZSR-04-6A-62-0LWKXT0
47303-17-2
PDU No. 4 Split System Bay Section
Cyberex 75kVA Dual Input Static Switch
MCDC-2-BCML-226
47303-16-1
PDU No. 4 Split System Distribution Unit
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWK000
47303-15-1
PDU No. 5 Split System Bay Section
Cyberex 75kVA Dual Input Static Switch
MCDC-2-BCML-226
47303-16-2
PDU No. 5 Split System Distribution Unit
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWK000
47303-15-2
PDU No. 6 Split System Bay Section
Cyberex 75kVA Dual Input Static Switch
MCDC-2-BCML-226
47303-16-3
PDU No. 6 Split System Distribution Unit
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWK000
47303-15-3
PDU No. 7 Split System Bay Section
Cyberex 75kVA Dual Input Static Switch
MCDC-2-BCML-226
47303-16-4
PDU No. 7 Split System Distribution Unit
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWK000
47303-15-4
PDU No. 8 Split System Bay Section
Cyberex 75kVA Dual Input Static Switch
MCDC-2-BCML-226
47303-16-6
PDU No. 8 Split System Distribution Unit
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWK000
47303-15-6
PDU No. 9
Cyberex 75kVA Dual Input Static Switch
ZSR-04-6A-62-0LWKXT0
47303-17-3
PDU No. 10
Cyberex 75kVA Dual Input Static Switch
ZSR-04-6A-62-0LWKXT0
47303-17-1
PDU No. 11
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWKXT0
47303-14-3
PDU No. 12
Cyberex 75kVA Dual Input Static Switch
ZSR-04-6A-62-0LWKXT0
47303-17-4
PDU No. 13
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWKXT0
47303-14-4
Description (Continued)
Model Number
Serial Number
PDU No. 14
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWKXT0
47303-14-7
PDU No. 15
Cyberex 75kVA Dual Input Static Switch
ZSR-04-6A-62-0LWKXT0
47303-17-6
PDU No. 16
Cyberex 75kVA Dual Input Static Switch
ZSR-04-6A-62-0LWKXT0
47303-17-7
PDU No. 17
Cyberex 75kVA Dual Input Static Switch
ZSR-04-6A-62-0LWKXT0
47303-17-8
PDU No. 18
Cyberex 75kVA Dual Input Static Switch
ZSR-04-6A-62-0LWKXT0
47303-17-5
PDU No. 19
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWKXT0
47303-14-6
PDU No. 20
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWKXT0
47303-14-5
PDU No. 21 Split System Bay Section
Cyberex 75kVA Dual Input Static Switch
MCDC-2-BCML-226
47303-16-5
PDU No. 21 Split System Distribution Unit
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWK000
47303-15-5
PDU No. 22
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWKXT0
47303-14-8
PDU No. 23
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWKXT0
47303-14-10
PDU No. 24
Cyberex 75kVA Dual Input Static Switch
ZSL-04-6A-62-0LWKXT0
47303-14-9
STS A Data Center Switchgear Room B
Wavestar 75kVA Dual Input Static Switch
STS-WS-STD-480-150-60
411-0075-2
Wavestar 75kVA Dual Input Static Switch
STS-WS-STD-480-150-60
411-0075-1
Price/Cost Schedule
Item Information
Item No.
Description of Supplies/Services
Qty
Unit
Unit Price
Amount
0001
PDU and STS Performance Checks
Base Period:
4
Each
0002
Emergency Remedial Maintenance Services
Base Period:
12
Month
0003
On-Site Scheduled Services
Base Period:
20
Hours
0004
Parts
Base Period:
-
-
-
Base Period Total:
$
1001
PDU and STS Performance Checks
Option Period 1:
4
Each
1002
Emergency Remedial Maintenance Services
Option Period 1:
12
Month
1003
On-Site Scheduled Services
Option Period 1:
20
Hours
1004
Parts
Option Period 1:
-
-
-
Option Period 1 Total:
$
2001
PDU and STS Performance Checks
Option Period 2:
2
Each
2002
Emergency Remedial Maintenance Services
Option Period 2:
4
Month
2003
On-Site Scheduled Services
Option Period 2:
20
Hours
2004
Parts
Option Period 2:
-
-
-
Option Period 2 Total:
$
Specific Requirements
Any equipment, which was maintained under a previous contract, shall be deemed acceptable for maintenance under any contract resulting from this solicitation. Inspections and Preventive Maintenance shall consist of, but shall not be limited to, technical inspections, cleaning, adjusting, calibrating, replacing minor parts (as not outlined in Section VI Scope of Work;
Within ten (10) days after award of the contract, the contractor shall submit a schedule of Preventive Maintenance Inspections for each piece of equipment listed. Preventive Maintenance Inspections will be performed according to a mutually agreeable schedule. In no event shall more than three (3) months elapse between inspections. In the event a Preventive Maintenance Inspection service call is canceled by the
If the performance of the Preventive Maintenance Inspection will for any reason interfere with the continued operation of the Data Center, the Contractor shall obtain prior written authorization before proceeding with the said inspection event. Official notification of the Preventive Maintenance Inspection event must be made to the Contracting Officer Representative (COR) fourteen (14) calendar days prior to the event for approval.
Prior to arrival at the
The contractor shall demonstrate a successful transfer of each Cyberex Power Distribution Unit into
The Contractor shall provide a 24-hour answering service for both the primary and back-up engineers for the purpose of contact in the event of a requirement for emergency service by the
The
Following the PDU and STS Preventive Maintenance Inspections, a written report will be provided detailing the results of the inspection, and making specific recommendations toward future remedial action and upgrades within seven days of the completion of this work.
PDU Preventive Maintenance
The Contractor shall perform Performance Checks on each of the Data Center Cyberex Power Distribution Units in accordance with the following and as described in the equipment s Operation and Maintenance Manual. Upon completion of work, all equipment will be returned to normal operation:
The following shall be performed with the Power Distribution Units on-line:
Record preferred source alignment and verify Kirk-Key configuration for each unit.
Record all metering data (Source A, Source B and Static Switch) and check operation of all displays verifying status of all indicators and alarm lights.
Verify unit has the correct time and date displayed. Adjust accordingly.
Inspect/clean all inlet and outlet ducts to insure that each is free of dirt, dust, debris and any other foreign objects which may impede the air flow requirements for equipment.
Remove covers from power distribution unit. Perform visual inspection of all equipment including internal subassemblies, wiring harnesses, contactors, cables, etc.
With covers removed, measure and record the actual input and output voltage readings. Compare/verify meter display reading for accuracy. Recalibrate input and output voltages as required.
With covers removed, measure and record the actual output current readings. Compare/verify meter display reading for accuracy. Recalibrate output currents as required.
Measure and record the Power Supply positive and negative voltages.
Measure and record the Gate Drive Signal voltages on the drive boards for each source.
Verify the SCR gate status and record the Transfer Count Screen Information.
Inspect inside of each unit using an infrared scanning device to detect loose connections, signs of overheating, worn insulation, etc.
Check capacitors for swelling of leakage. Inspect all printed circuit boards for signs of overheating, loose connection or corroded terminals, etc.
Annually, in addition to the above, the Contractor will perform the following:
Once annually, the contractor will secure electrical power to the PDU control logic by placing the PDU Unit into
Upon completion of the scheduled event, the Contractor will provide customer consultation (to include review
STS Preventive Maintenance
The Contractor shall perform Performance Checks on each of the Static Transfer Switch Units in accordance with the following and as described in the equipment s Operation and Maintenance Manual. Upon completion of work, all equipment will be returned to normal operation:
The following shall be performed with the Static Transfer Switch Units on-line:
Record preferred source alignment and verify Kirk-Key configuration for each unit.
Record all metering data (Source A, Source B) and check operation of all displays verifying status of all indicators and alarm lights.
Verify unit has the correct time and date displayed. Adjust accordingly.
Inspect/clean all inlet and outlet ducts to insure that each is free of dirt, dust, debris and any other foreign objects which may impede the air flow requirements for equipment.
Remove covers from Static Transfer Switch unit. Perform visual inspection of all equipment including internal subassemblies, wiring harnesses, contactors, cables, etc.
With covers removed, measure and record the actual input and output voltage readings. Compare/verify meter display reading for accuracy. Recalibrate input and output voltages as required.
With covers removed, measure and record the actual output current readings. Compare/verify meter display reading for accuracy. Recalibrate output currents as required.
Inspect inside of each unit using an infrared scanning device to detect loose connections, signs of overheating, worn insulation, etc.
Check capacitors for swelling of leakage. Inspect all printed circuit boards for signs of overheating, loose connection or corroded terminals, etc.
Once yearly download all system data/event logs using the front display module USB Port provide an electronic and printout copy of the logs with the service report.
Upon completion of the scheduled event, the Contractor will provide customer consultation (to include review
Emergency Remedial Maintenance Services
The Contractor shall provide local on-call availability of emergency service twenty-four (24) hours per day, seven (7) days per week, with an onsite arrival response time of four (4) hours after notification, regardless of the time requested (i.e. off-shift, weekend or holiday). Four (4) hours shall be the maximum allowable onsite arrival response time.
Emergency service will cover corrective maintenance on the Cyberex PDU or Wavestar STS equipment, including repair parts (as outlined in Section VI Scope of Work;
The Contractor shall provide a twenty-four (24) hour answering service for the contact of primary and back-up personnel in the event of an emergency. The location and telephone number of the primary service office, the field office, and the names of employees involved with this contract shall be provided to the COR. No additional billing shall be submitted to the
On-Site Scheduled Services
The Contractor shall provide, on a per-call basis, on a mutually agreeable date, on-site services to repair, troubleshoot and/or provide corrective maintenance as a result of a failure of any component or system that affects the operation of the Cyberex PDU or Wavestar STS equipment but does not interrupt or jeopardize
Such services may be requested to make engineering changes to improve the capabilities of the Cyberex PDU or Wavestar STS equipment, replace damaged or worn out parts, or to cover corrective maintenance outside the scope of this contract (i.e. replace PDU circuit boards during the triennial data center shutdown event, neglect, fire, flood, accident, vandalism, lightning, misuse, or misapplication).
Time billing shall commence upon sign-in at the
Parts
Only current manufacturer new parts shall be furnished by the contractor as repair/replacement parts. No alternate vendor repair/replacement parts shall be used without prior written approval by the COR.
If required, the contractor shall furnish, (at a favorable rate to the government) spare parts, circuit boards, and modular assemblies which are not included in the terms of this contract and are required to maintain the Cyberex PDU or Wavestar STS equipment. All parts shall be of current manufacturer and shall have full versatility with presently installed equipment. The contractor shall provide an itemized listing of these parts, including price quotation, to the COR for review and approval prior to shipping to the
If required, the Contractor may use components from the
If required, the Contractor may be requested to repair defective system circuit boards. The
No repairs to the system circuit boards shall be performed without prior written approval by the COR. System circuit board repairs shall be billed at a favorable rate to the government.
The following is a sample listing of repair part expenses that the contractor is responsible for under the terms of this contract (generally, repair parts with a market value less than
Power Distribution Unit Internal Fuses.
Display monitor Control Knobs.
Emergency Power Off Pushbutton with wiring harness.
The following is a sample listing of repair part expenses that the contractor is not responsible for under the terms of this contract (generally, repair parts with a market value greater than
Power Distribution Unit Internal Circuit Boards.
Main Circuit Breaker.
Stepdown Transformer.
Method and Distribution of Deliverables
Whenever work is performed under the terms of this contract, a preliminary service report shall be provided to the COR as part of the official notification of work completed before the contractor representative departs from the VA Facility. This reports will specify in detail the work performed, adjustments made, etc. The following information is mandatory: date, time, purpose of report, preventive maintenance check readings, initial symptoms, trouble diagnosis, repair steps taken and adjustments made. If repair parts or component replacement was required, the report should specify where new items were obtained and a copy of the
No later than one week (5 business days) after the completion of each scheduled event, the contractor shall provide a formalized written report on company letterhead to the COR detailing the results of the inspections. Report shall include all measured readings and metering values recorded, noting any adjustments made to the existing system setup. Preventive maintenance and inspections shall be thoroughly documented using, as a minimum, a checklist to certify the installation and operational status of the overall system in accordance with the Maintenance and Operation Manual and as required by Section VI Scope of Work for the equipment. Where the terms of this contract require certain data to be taken that is not contained on the maintenance contractors standard checklist, then that data shall be recorded and provided separately.
The formalized written report on company letterhead shall also include detailed equipment manufacturer field change order information, equipment discrepancies not resolved during the maintenance event and the contractors future recommendations to enhance system/equipment reliability accompanying the contractors invoice for payment.
The Contractor shall deliver documentation in electronic format, unless otherwise directed in Section B of the solicitation/contract. Acceptable electronic media include: MS Word 2007/2010, MS Excel 2007/2010, MS PowerPoint 2007/2010,
Performance
All emergency work shall commence within four (4) hours after receipt of telephonic, written or verbal notification and will proceed progressively to completion without undue delay.
Upon arrival at the
All work shall be performed by competent technicians, experienced and qualified to work on the specific equipment listed herein, and all work performed shall be of good quality in accordance with good commercial practice.
The Contractor must supply all tools, equipment, etc. necessary to perform maintenance as specified herein or as may be required or specified in the Operation and Maintenance manual.
Product Improvements
As product improvements are generated which are applicable to the equipment covered in this contract, the contractor shall provided a detailed explanation and installation pricing information to the COR for review for future installation.
Upon approval by the COR, the contractor shall make suitable modification kits available for retrofit installation into the equipment on a scheduled basis.
The cost for such modifications and installations are not included under the provisions of this contract and shall be billed individually upon completion of such modifications.
Facility Access and Security
Contractor personnel shall satisfy all security requirements as specified below. Failure to meet these requirements within a reasonable time period, unless otherwise explicitly specified, will be grounds for suspension or termination of al building and/or computer privileges and removal from work on this Contract until such time as the requirement is fulfilled.
Contractor personnel requiring unescorted physical access to the Government facilities will be required to submit personal identifying information (full legal name (first, middle, and last), date of birth, state-issued driver's license or identification card number and the state that issued it, and name as it appears on the card) and may be subject to a criminal history check. Visitors who are not subjected to the criminal history check will be escorted at all times by someone who has been issued a permanent Government Identification Badge. The cost of conducting the criminal history check is the responsibility of the Government. The contractor shall pre-screen all personnel requiring physical access to the property to ensure they are legally able to work in the
If authorized access to a Government facility, each contractor representative shall have their picture taken and a permanent badge issued. Contractor personnel shall conspicuously display, on his/her person, a Government-provided identification badge while on-site. The identification badge and associated data shall be kept in a Government-maintained computer database for security purposes. All contractor personnel must provide photo identification when requested by any Government security personnel. Badges issued to the contractor's personnel remain the property of the Government, must be protected from loss or damage, and must be relinquished to any Government security personnel when requested, or upon completion of the Contract work.
Contractor employees performing on this Contract are required to complete the
When contractor personnel are on-site at the Government facility, contractor personnel shall follow all established regulations, policies and standard operating procedures applicable to the facility. Violations of Government regulations and policies may result in the contractor's personnel being removed from the premises and may result in termination of the Contract for default. The Government shall not be responsible for any of the contractor's costs for replacement of personnel removed from the premises for reasons associated with safety, security, and unprofessional or inappropriate conduct.
The contractor shall obtain all necessary licenses and/or permits required to perform the work. The contractor shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this Contract.
Failure to complete the work by the required completion date, caused by delays in requesting security clearances, or due to revocation of access privileges resulting solely from the actions of the contractor or their personnel, is not sufficient reason to warrant an extension in the Contract time or amount.
The Government reserves the right to order contractor personnel off the premises and take other security precautions in the event of an emergency, Government shutdown, times of elevated security risk, or any other reason deemed necessary by Government management or security staff. Contractor personnel must immediately leave the site and may not return until authorized by the COR.
Only business directly related to this Contract may be conducted at the Government facility. Contractors may only be on-site when conducting business actually associated with the performance of this Contract.
The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under this Contract.
Failure to comply with the personnel security requirements may result in termination of the Contract for default.
The delivery/task order period of performance is:
Base Period:
Option Period 1:
Option Period 2:
Place of Performance
Address:
Postal Code:
19144
Country:
This requirement is set aside for small businesses; however, preference will be given to offerors who are a SDVOSB or VOSB. Award shall be made to the offeror whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance identified in CPARS, and (3) price.
Technical and past performance are more important than price.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (
FAR 52.212-2, Evaluation Commercial Items (
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (
The following subparagraphs of FAR 52.212-5 are applicable:
(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 (
(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 & 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]
[ X ] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
[ ](ii) Alternate I (
[ ](iii) Alternate II (
[ ] (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 (
[ ] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
[X] (22) 52.219-28, Post Award Small Business Program Representation (
[ ] (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 (
[ ] (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)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (
[ ] (ii) Alternate I (
[ ] (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (
[ ] (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (
[ ] (38)(i) 52.223-13, Acquisition of EPEAT--Registered Imaging Equipment (
[ ] (ii) Alternate I (
[ ] (39)(i) 52.223-14, Acquisition of EPEAT--Registered Televisions (
[ ] (ii) Alternate I (
[ ] (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (
[ ] (41)(i) 52.223-16, Acquisition of EPEAT--Registered Personal Computer Products (
[ ] (ii) Alternate I (
[X] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
[ ] (43) 52.223-20, Aerosols (
[ ] (44) 52.223-21, Foams (
[ ] (45)(i) 52.224-3, Privacy Training (
(ii) Alternate I (
[X] (46) 52.225-1, Buy American'upplies (
[X] (47)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
[ ] (ii) Alternate I (
[ ] (iii) Alternate II (
[X] (iii) Alternate III (
[ ] (48) 52.225-5, Trade Agreements (
[X] (49) 52.225-13, Restrictions on Certain Foreign Purchases (
[ ] (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
[ ] (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
[ ] (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
[ ] (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (
[ ] (54) 52.232-30, Installment Payments for Commercial Items (
[X] (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (
[ ] (56) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (
[ ] (57) 52.232-36, Payment by Third Party (
[ ] (58) 52.239-1, Privacy or Security Safeguards (
[ ] (59) 52.242-5, Payments to Small Business Subcontractors (
[ ] (60)(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 (
[ ] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
[ ] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (
[ ] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (
[X] (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 (
The Following Clauses are incorporated by reference:
FAR 52.222-48 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT -- CERTIFICATION
VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION)
VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (
All Offerors shall submit the following: One (1) quote
All quotes shall be sent to the Contracting Officer,
This is an open-market combined synopsis/solicitation for services as defined herein.----The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Offeror shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to
Point of contact
Contracting Officer:
Contract Specialist:
Link/URL: https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/36C10X19Q0282/listing.html
Billboard-busting Mount Laurel succumbs to ad signs for new emergency station
Marketing Company UE.co Celebrates 11th Anniversary, Nears $500 Million in Revenue
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News