J– SERVICES: Fuel Tank Maintenance
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: J-- SERVICES: Fuel Tank Maintenance
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: 36C24818Q0225
Contact: Kevin Pendleton10000 Bay Lines Blvd. Bay Pines, FL 33744 727-399-3386 [email protected] mailto:[email protected] [Contracting Officer]
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 33744
Place of Performance Country:
Description:
Page 1 of
Page 1 of
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
GENERAL INFORMATION:
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24818Q0225
Posted Date:
Original Response Date:
Current Response Date:
N/A
Product or Service Code:
H119
Set Aside (SDVOSB/VOSB):
Small Business
NAICS Code:
811130 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance.
CONTRACTING OFFICE ADDRESS:
Bay Pines VA Healthcare System Network Contracting Office (NCO 8)
Bay Pines,
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; and quotes that 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) 2005-96 effective
The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of
CONTRACTOR QUESTIONS:-- All questions regarding this RFQ shall be sent by e mail to [email protected]. Questions must be received no later than
All interested companies shall provide QUOTES for the following:
PRICE SCHEDULE:
Line Item (CLIN)
Description / Requirement
Quantity
Unit Price
Total Price
0001
The CONTRACTOR shall provide all labor, tools, materials and specialized equipment to blend fuel additives into the fuel storage tanks at Bay Pines VA HealthCare Center, Bay Pines, FL 33744.
1 Job (JB)
$________
$_________
SERVICES:
STATEMENT OF WORK (SOW)
FUEL TANK TREATMENT
(
General: The CONTRACTOR shall provide all labor, tools, materials and specialized equipment to blend fuel additives into the fuel storage tanks at Bay Pines VA HealthCare Center, Bay Pines, FL 33744.
Scope: The CONTRACTOR shall circulate approximately 20% of the fuel from each fuel tank and filter it to 2 microns then return it to the tank blending it with two fuel additives at the rate of 1 oz./40 gallons.
Provide Product: The CONTRACTOR shall furnish the required products Biobor JF and
YES - we intend to use Biobor JF and
NO - we intend to use another product for the completion of this requirement which is listed on the lines below.
Products(s): ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
Fuel Tanks to be Treated and Locations:
Building ID Tank Type Tank Capacity (GAL.)
Bldg. 100 -1 UST 30000
Bldg. 100 -2 UST 30000
Bldg. 100 -3 UST 30000
Bldg. 100 -4 UST 30000
Bldg. 100 -5 UST 40000
Bldg. 100 -6 UST 40000
Bldg. 100 -7 UST 40000
Bldg. 1 UST 4000
Bldg. 19 AST 285
Bldg. 24 AST 400
Bldg. 37 AST 500
Bldg. 46 AST 1500
Bldg.
Bldg.
Bldg. 103 UST 4000
Bldg.
Special Requirements: The CONTRACTOR shall have on site a Mobile Fuel Filtration System capable of filtering Diesel fuel to 2 microns, complete with multiple stage filters, motors and pumps and an injector system capable of injecting the fuel additive into the fuel.
The CONTRACTOR shall have in their possession all necessary personal protective equipment (PPE) as required by
The CONTRACTOR shall provide a contingency plan for spillage of fuel, contaminates, and wastes.
The period of performance (POP) is 45 days after notice to proceed is sent to the awarded CONTRACTOR.
Tour of Duty: The CONTRACTOR shall perform the work
The ten holidays observed by the
Work performed at the request of the Contracting Officer (CO) or Contracting Officer Representative (COR) outside of the tour of duty listed above shall be billed separately.
Delivery/Period of Performance: 45 DAYS FROM CONTRACT AWARD.
(End of SOW)
The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitment or issue changes that will affect price, quantity or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred thereof.
All contract administration matters will be handled by the following individuals:
Contractor ____________________________________________________
Address _____________________________________________________
City, State, Zip ________________________________________________
Point of contact: ______________________________________________
Phone No.___________________________________________
Fax Number__________________________________________
E-mail ______________________________________________
DUNS Number________________________________________
GOVERNMENT:
INVOICES: Invoices shall be submitted in arrears in accordance with:
852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (
Only upon completion of services and/or delivery of items:
GOVERNMENT INVOICE ADDRESS: The
Contractor shall submit an electronic invoice to VAFSC e-Invoice by the tenth (10th) of the following month services were performed through the following website: https://portal.ob10.com/Login.aspx.--
For questions re garding the submission of
FACSIMILE, E-MAIL, AND SCANNED DOCUMENTS ARE NOT ACCEPTABLE FORMS OF SUBMISSION FOR PAYMENT REQUESTS
*-For assistance setting up e-Invoice, the below information is provided:
Tungsten Network e-Invoice Registration: [email protected]
Tungsten Network e-Invoice Setup Information: (877)752-0900 (Option 2 Enrollment)
OB10 Portal to submit electronic invoices: https://portal.ob10.com/Login.aspx
Tungsten Network Customer Service: (877)489-6135
VAFSC for Invoice receipt or payment questions, call: (877)353-9791 or
VAFSC Email: [email protected] --
INSTRUCTIONS TO QUOTERS:
*-
Submitting your quote. Submit your company s quote via email to [email protected]. You may not submit more than one quote. If a concern submits more than one quote all quotes will be rejected from that concern. Quotes received that do not contain all information being requested in this solicitation will be considered unacceptable.
Submission deadline. We must receive your quote at the address specified by the deadline specified on page one. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order and considering it will not delay our purchase. In case of an emergency that delays our operations and makes submission or receipt of your quote impossible, we will extend the deadline by one working day.
Terms and content of your quote. Your quote must be based on the terms of this RFQ. We may reject any quote that is not based on these terms in every respect. Your quote must contain all of the information described below.
Information to be submitted.
Enter the following information on the first page of your quote:
RFQ Number ____36C24818Q0225_________________________
Contractor _____________________________________________--
Address _______________________________________________
City, State, Zip __________________________________________
Point of contact __________________________________________
Phone _________________________________________________
Email _________________________________________________
DUNS number __________________________________________
Your payment address_____________________________________
Beginning on the second page of your quote, provide the following information in the following order:
All quotes shall include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the synopsis solicitation numbered and dated as follows:
AMENDMENT NO
DATE
Add rows as needed.
The above amendment section must be filled-out in the event that an Amendment(s) is sent to the offeror or posted to www.fbo.gov and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the quote.
Only one quote shall be submitted by an offeror.
Technical Requirements that the Contractor Shall Provide:
The Government intends to award a contract resulting from this RFQ to the lowest priced, technically acceptable offeror that is deemed responsible. Quotes shall be evaluated for acceptability or unacceptability. Award will be made to the lowest priced quote meeting the acceptability standards for the non-cost factors. Quotes shall be initially screened for the content listed below. Quotes shall be initially evaluated either acceptable or unacceptable based on whether the specified sections are included in the quotes. Quotes must have the following items; those that do not shall receive an unacceptable and will be considered non-responsive.
To be considered for this award the Contractor must provide the following information:
Price Schedule: Quotes shall include pricing for all work identified in the SOW. The Government will utilize a comparison of quoted prices amongst the technically qualified sources.
Technical: The technical portion of the quote will be used to make an evaluation and arrive at a determination as to whether the quote will meet the requirements established by the Government in the Statement of Work (SOW). Past performance is considered part of the technical portion of the quote.
Technical Information
The VENDOR shall provide all labor, tools, materials and specialized equipment to blend fuel additives into the fuel storage tanks at Bay Pines VA HealthCare Center, Bay Pines, FL 33744.Offeror shall confirm that they are an authorized value added reseller for the
The VENDOR shall furnish the required products Biobor JF and
YES - we intend to use Biobor JF and
NO - we intend to use another product for the completion of this requirement which is listed on the lines below.
PRODUCT(S): ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
Past Performance (Past Performance is Part of Technical)
The Contractor and/or Sub-contractor shall be established in the business of providing the services identified in the SOW.
The Offeror s present and past work record will be used to assess the Government s confidence in the Offeror s probability of successful performance. The Government will evaluate the Offeror s reputation for a record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the Offeror s business-like concern for the interest of the customer.
In investigating relevant past performance, the Government considers information in the offeror s proposal and information obtained from other sources. Other sources may include past & present customers & their employees, other Government agencies including state and local, consumer protection agencies pre-award surveys, and better business bureaus & others who may have useful information, including the Government s Contractor Performance Assessment Reporting System (CPARS) & Past Performance Information Retrieval System (PPIRS).
The following information from two references for the same or similar work for each contract/or agreement is requested:
Contract/Project Name:
Location
Start Date of Project:
End Date of Project:
Reference s
Scope of project:
Quality of work performed:
Whether the contract/project was completed timely:
Past performance will be evaluated on an acceptable or unacceptable basis. Offerors without a record of relevant past performance or for whom information on past performance is not available, will not be evaluated as neither favorable nor unfavorable, and, as a result, will receive a Neutral/Unknown Confidence rating for past performance.
Price: The Government will utilize a comparison of quoted prices amongst the technically qualified sources.
Per FAR 13.106-2 -- Evaluation of Quotations or Offers:
The Government intends to award a contract as a result of this RFQ to the responsible offeror whose offer conforms to the RFQ requirements using the Lowest Price Technically acceptable (LPTA) evaluation procedure. Quotes shall be evaluated for acceptability only and shall not be rated. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. Potential vendors shall provide a minimum quote acceptance period of 90 days after RFQ closing for offers.
Award and documentation will be in accordance with FAR Part 13.106-3.
Award shall be made to the offeror who offers who quote is (1) technically acceptable, (2) has a favorable past performance history, and (3) 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 52.212-3, 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 52.252-2,
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 (FAR)
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
(End of clause)
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
52.204-7
SYSTEM FOR AWARD MANAGEMENT
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
52.225-25
PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO
52.222-55
MINIMUM WAGES UNDER EXECUTIVE ORDER 13658
52.232-39
UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS
52.247-34
F.O.B. DESTINATION
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
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.2 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.3 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.4 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.5 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)
(End of Addendum to 52.212-4)
C.6 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 (
[] (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 (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 (
[] (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 Items (
[] (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 (DEC 2007)(42 U.S.C. 8259b).
[] (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 (
[] (46) 52.225-1,
[] (47)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (
[] (ii) Alternate I (
[] (iii) Alternate II (
[] (iv) 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 (JAN 2017)(15 U.S.C. 637(d)(12)).
[] (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 (
[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) 52.222-62 Paid Sick Leave Under Executive Order 13706 (
(xviii)(A) 52.224-3, Privacy Training (
(B) Alternate I (
(xix) 52.225 26, Contractors Performing Private Security Functions Outside the United States (
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
(xxi) 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)
Page 19 of 19
SECTION E - SOLICITATION PROVISIONS
FAR Number
Title
Date
52.212-4
CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
52.212-1
INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
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 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JUL 2016)(DEVIATION)
(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 (https://www.vip.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 (https://www.vip.vetbiz.gov).
(End of Provision)
FAR Number
Title
Date
52.212-3
OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
(End of Addendum to 52.212-1)
(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.
All quoters shall submit the following:
Quote (pricing information) for the entire job as listed on statement of work (SOW).
Page 2 - Price Schedule
Page 2 - Answer questions
Page 3 - Complete Product(s) section (if applicable)
Page 4 and 5 - Contract Administration Information
Page 6 - Contract Information
Page 8 - Complete Product(s) section (if applicable)
All quotations and requested information shall be sent via email to:
This is an open-market combined synopsis/solicitation for FUEL TANK MAINTENANCE as defined herein.----The government intends to award a CONTRACT and 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:"
Quoters shall list exception(s) and rationale for the exception(s).
Email submissions shall be received not later than
Late submissions will not be accepted. NO EXCEPTIONS!
Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to
POINT OF contact:
PHONE NUMBER: 727-399-3386
EMAIL ADDRESS: [email protected]
Link/URL: https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/36C24818Q0225/listing.html
Genetic Analyzer Corrective/Remedial Repair and Preventive Maintenance Service
Collaborative Areas – Glass Wall Installation
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News