Y– Repair, Replace and install new awnings for Miami VA Medical Center
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Y-- Repair, Replace and install new awnings for
Classification Code: Y - Construction of structures and facilities
Solicitation Number: 36C24818Q9897
Contact: Mario LantiguaContract Specialist (Intern) 561-422-1270 mailto:[email protected]
Description:
West Palm Beach VAMC
FedBizOppsCombined Synopsis/Solicitation Notice
*
*
*
*
*
*
*
CLASSIFICATION CODE
SUBJECT
CONTRACTING OFFICE'S
ZIP-CODE
SOLICITATION NUMBER
RESPONSE DATE (MM-DD-YYYY)
ARCHIVE
DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
SET-ASIDE
NAICS CODE
CONTRACTING OFFICE
ADDRESS
POINT OF contact
(POC Information Automatically Filled from
User Profile Unless Entered)
DESCRIPTION
*
See Attachment
AGENCY'S URL
URL DESCRIPTION
AGENCY contact'S EMAIL
ADDRESS
EMAIL DESCRIPTION
ADDRESS
POSTAL CODE
COUNTRY
ADDITIONAL INFORMATION
GENERAL INFORMATION
PLACE OF PERFORMANCE
* = Required Field
FedBizOpps Combined Synopsis/Solicitation Notice
Rev.
Y
Replace/Repair Awnings
33125
36C24818Q9897
30
N
14
238190
Network Contracting Office (NCO) 8
33125
Contract Specialist
Page 3 of 19
(i) This is a combined synopsis/solicitation for commercial items, FAR 13.5 Simplified Procedures for Certain Commercial Items, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The
(ii) The combined synopsis solicitation number is 36C24818Q9897. It is issued as a Request for Quotation (RFQ).
(iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-95.
(iv) The combined synopsis solicitation is 100% Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB) following - cascade procedures. The NAICS is 238190. Business size standard is
(v) This combined synopsis solicitation is for the replacement and repairs of the awnings outside the
Statement of Work
Repair/Replace Facility Awnings
1.0 INTRODUCTION
The Government requires the repair / replace and install awnings at the
2.0 DESCRIPTION/
Contractor shall furnish sufficient technical, supervisory, and administrative personnel to insure the expeditious accomplishment of the work specified in this Performance Work Statement (PWS). Additionally, Contractor shall furnish all services, materials, supplies, equipment, investigations, studies, and travel required in connection with this PWS.
3.0 PERFORMANCE REQUIREMENTS
3.1 Contractor shall Install (6) Parking covers (Fabric) and frames (12x12) for existing tables in Southeast parking areas.
-Northwest should read Southeast
-All fabric must meet or exceed hurricane requirements
-Blue covers
3.2 Contractor shall Remove and replace existing frame to be replaced with Aluminum construction powder coated in Southeast Corner.
-Powder coating is a type of finish. --Powder coating is a type of coating that is applied as a free-flowing, dry powder. The main difference between a conventional liquid paint and a powder coating is that the powder coating does not require a solvent to keep the binder and filler parts in a liquid suspension form. The coating is typically applied electrostatically and is then cured under heat to allow it to flow and form a "skin". The powder may be a thermoplastic or a thermoset polymer. It is usually used to create a hard finish that is tougher than conventional paint. Powder coating is mainly used for coating of metals, such as household appliances, aluminum extrusions, drum hardware and automobile and bicycle parts. Newer technologies allow other materials, such as MDF, to be powder coated using different methods. The powder coating process was invented around 1945 by Daniel Gustin US Patent 2538562
3.3 Contractor shall remove of existing awning and install a new re-design 58 x 10 continuous awning and frame over existing benches opposite of south lobby.
3.5 Contractor shall remove existing awning and install new awning to existing legs across from Engineering offices.
-Blue canvass
-Engineering office is located first floor, southwest corner of the hospital.
3.6 Contractor shall install new on sail design circular to include digging footers, cement work for spinal cord area.
- Spinal Cord area is located in Northeast section of the facility
-Cement work- Footers must meet local, state and federal hurricane code
-Type of cement- Most concrete mix designs use the same type of raw materials: cement, water and aggregate (usually sand and stone), in different ratios. Some types of concrete have additional materials added to give specialist qualities, such as: Fibers - enhanced strength.
3.7 Contractor shall re-cover (2) awnings by CLC patio (112 x 12 and 8 x 4 )
-Blue color
-Material Fabric must meet or exceed hurricane standard------------------------
3.8 Contractor shall recover existing frame for west patio area (61 x 24 x 4 and 43 x 24 x
4 ) approx. 250yds of fabric.
3.9 Contractor shall install new awning and frame for MRI trailer area (21 x 12 x 1 -6 )
-MRI trailer area located in the Northeast facility
-Color blue
3.10 Contractor shall provide barricades and daily general clean-up for this requirement.
3.11 Have a minimum of three years of specialized, continuous experience as required by this PWS.
3.12 All work performed shall be fully documented and signed by the contractor and supplied to the facility.
3.13 All work shall be performed at the
3.14 All required State of Florida Contractor licenses and permits shall be the responsibility of the Contractor.
4.0 PERFORMANCE LOCATION AND HOURS
Work to be performed during normal business hours and coordinated with Contracting Officer Representative at
5.0 DELIVERABLES
Contractor shall provide warranty of New installation and material associated with this requirement in support of the Miami VA Medical center.
6.0. Contractor Personnel and Management.
1. Contractor Personnel. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements.
2. Government Badges. The COR will coordinate the issuance of required access badges to Contractor personnel. Contract personnel shall wear laminated identification badges provided by the Government at all times when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard.
3. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract.
8.4. Contractor Badges. Notwithstanding the requirement to wear a Government furnished badge, Contractor personnel shall also wear a laminated contractor identification badge at all times when performing services under this Contract, including when on Government directed travel The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard.
4. All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or
5. Safety/Security Requirements. The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract.
6. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data.
7. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR.
8. Standards of conduct
9. Conduct of Personnel. Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel.
10. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract.
11. Working Attire and Appearance. Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities.
12. The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority.
7. TRAVEL: Not Applicable
8. NON-PERSONAL SERVICE STATEMENT (Note: shall be included in all service contracts.)
10.1. Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the PWS. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work.
9. PERSONNEL QUALIFICATIONS (Note: some subparagraphs may be deleted or altered to suit your requirement. The following subparagraphs must be included in all service contracts: 11.1, 11.2 (tailor the subparagraphs following this header), 11.3 (tailor the description to suit your requirement).)
10.1. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. The normal manner of dress is business casual.
10.2. Specific Personnel Qualifications Requirements Personnel assigned to or utilized by the contractor in the performance of this contract shall, as a minimum: be certified to work on this equipment.
10.2.1. Be a United States Citizen or permitted to work in the
10.2.2. Contractor should have a minimum of three years of specialized, continuous experience.
10.2.3 Contractor/Technician must be fluent in English.
11.0 PERFORMANCE STANDARDS AND QUALITY MEASUREMENT
Contractor will be required to repair/ replace and install new awnings for the facilities.
(vi) A description of the items to be acquired is as follows:
See Schedule of Items included in this solicitation.
(vii) The replacement/repair is to be completed on or before 90 days after receipt of order (ARO), at the expense of the offeror, FOB destination to
(ix) Provision 52.212-2, Evaluation Commercial Items (
Technical Features
Past performance
Price
Technical features, past performance, and price is how the Government will make its determination in accordance with the salient characteristics provided (Please see item description and salient characteristics listed above). Government will conduct comparative evaluations of all quotes and award to the vendor which represents the best value on the basis of technical acceptability, past performance and price.
Once the government determines that there is a vendor that is the best suited to meet the requirements of this RFQ; the government reserves the right to communicate with only that vendor to address any remaining issues.
ADDENDUM 1 to 52.212-2 EVALUATION--COMMERCIAL ITEMS (
Small Business Set-Aside CASCADE PROCEDURE
1. Any award(s) resulting from this solicitation will be made using the following cascade order of precedence:
1.1. In accordance with FAR Subpart 19.14 and PL 109-461, award under this solicitation will be made on a competitive basis to qualified, responsible, eligible Service Disabled Veteran Owned Small Business (SDVOSB) concerns (see Section 15(k) of the Small Business Act (15 U.S.C. '' 644(k)) FAR 52.219-1, Small Business Program Representations for small business size definition) who submits a responsive offer, provided that there is adequate competition among such firms and award can be made at a reasonable price.
1.2. Make award to an eligible SDVOSB at a fair and reasonable price in accordance with FAR 19.202-6.
1.3. If award cannot be made to a SDVOSB concern at a fair and reasonable price, award will be made to an eligible Veteran Owned Small Business (VOSB) concern at a fair and reasonable price.
1.4. If award cannot be made to a VOSB concern at a fair and reasonable price, award will be made to a HUBZone, Woman-Owned Small Business (WOSB) or small business concern.
1.4. If award cannot be made to a HUBZone or WOSB, or small business concern at a fair and reasonable price, award will not be made as a small business set-aside.
1. If fair and reasonable pricing cannot be established with any small business concern, then award will be made to other than a small business on the basis of full and open competition considering all responsive quotes submitted by responsible business concerns.
2. Award can be made if only one quote is received and that quote is a fair and reasonable price and from a vendor that is qualified, responsible, and eligible.
3. Pricing will be firm fixed price for each line item identified. After receipt of quotes, a determination shall be made of which quote(s) are in the competitive range for the purpose of conducting written and/or oral discussions, if necessary. Offerors should note that award may be made on the initial quote.
END OF ADDENDA TO 52.212-2
(x) 52.212-3 Offeror Representations and Certifications Commercial items (
(xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
(xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues 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 (
(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:
[x] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
[X] (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 (
[X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
[x] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
[] (10) [Reserved]
[] (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
[] (ii) Alternate I (
[] (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
[] (ii) Alternate I (
[] (13) [Reserved]
[] (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (
[] (ii) Alternate I (NOV 2011).
[] (iii) Alternate II (NOV 2011).
[x] (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (
[] (ii) Alternate I (
[] (iii) Alternate II (
[x] (16) 52.219-8, Utilization of Small Business Concerns (
[x] (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 (
[x] (20) 52.219-16, Liquidated Damages Subcontracting Plan (
[X] (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 Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (
[] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (
[X] (25) 52.222-3, Convict Labor (
[] (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (
[] (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 (
[] (31) 52.222-37, Employment Reports on Veterans (
[x] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
[](33) (i) 52.222-50, Combating Trafficking in Persons (
[ (ii) Alternate I (
[x] (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) (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 (
[X] (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 (
[X] (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,
[] (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 (
[] (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 (
[] (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
(End of Clause)
VAAR 852.246-70 GUARANTEE (
The contractor guarantees the equipment against defective material, workmanship and performance for a period of duration of lease, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental
(End of Clause)
(xiii) Statement regarding any Additional Provisions and Clauses, or other terms and conditions important to the requirement/procurement process consistent with commercial practices:
Provisions in full text:
52.225-18 Place of Manufacture (MAR 2015).
(a) Definitions. As used in this clause
Manufactured end-product means any end product in product and service codes (PSCs) 1000-9999, except
(1) FPSC 5510, Lumber and Related Basic Wood Materials;
(2) Product or
(3) PSG 88, Live Animals;
(4) PSG 89, Subsistence;
(5) PSC 9410, Crude Grades of Plant Materials;
(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) PSC 9610, Ores;
(9) PSC 9620, Minerals, Natural and Synthetic; and
(10) PSC 9630, Additive Metal Materials.
Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly
(1) [] In
(2) [] Outside the United States.
(End of provision)
52.252-1
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)
852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008).
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer.-- Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1,
(End of provision)
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)
52.216-1 TYPE OF CONTRACT (
The Government contemplates award of one firm-fixed-price contract resulting from this solicitation.
(End of Provision)
52.233-2 SERVICE OF PROTEST (
Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:
Contracting Specialist
Hand-Carried Address:
Mailing Address:
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)
VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (
(a) Any protest filed by an interested party shall:
(1) Include the name, address, fax number, and telephone number of the protester;
(2) Identify the solicitation and/or contract number;
(3) Include an original signed by the protester or the protester's representative and at least one copy;
(4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents;
(5) Specifically request a ruling of the individual upon whom the protest is served;
(6) State the form of relief requested; and
(7) Provide all information establishing the timeliness of the protest.
(b) Failure to comply with the above may result in dismissal of the protest without further consideration.
(c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the
(End of Provision)
VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (
As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team,
(End of Provision)
PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:
Deputy Assistant Secretary for Acquisition and Logistics,
Risk Management Team,
Or for solicitations issued by the
Director,
VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (
The supplies or equipment required by this invitation for bid or request for proposal must conform to the standards of the Federal, State, Local, Industry and manufacturer as to any and all applicable legal or otherwise doctrine. The successful bidder or offeror will be required to submit proof that the item(s) he/she furnishes conforms to this requirement. This proof may be in the form of a label or seal affixed to the equipment or supplies, warranting that they have been tested in accordance with and conform to the specified standards. Proof may also be furnished in the form of a certificate from one of the above listed organizations certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards.
(End of Provision)
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)
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)
Provisions incorporated by reference are:
52.203-11 Certification and Disclosure regarding payments to Influence Certain Federal Transactions (SEP 2007);
52.204-7 System for award management (
52.204-16 Commercial and Government Entity Code Reporting (
52.204-17 Ownership or Control of Offeror (
52.211-6 Brand Name or Equal (
52.212-1 Instructions to Offerors Commercial Items (APR 2014);
52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran Representation and Certification (
Clauses in Full Text:
52.252-2
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)
52.204-13 System for Award Management Maintenance (
52.204-18 Commercial and Government Entity Code Maintenance (
52.222-20 Contracts for materials, supplies, articles, and equipment exceeding
52.232-1 Payments (APR 1984);
52.232-8 Discounts for prompt payment (FEB 2002);
52.243-1 Changes Fixed Price (AUG 1987);
852.203-70
852.246-71 Inspection (JAN 2008);
852.215-71 Evaluation Factor Commitments (
(xiv) DPAS is N/A
(xv) The RFQ is due no later than
(xvi) Quotes must include contractor name, address, point of contact, email, phone number, DUNS, and Tax Identification Number (TIN).
(xvii) For further information contact the Contracting Specialist
Contracting Office Address:
Point of contact(s):
Contracting Officer:
Link/URL: https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/36C24818Q9897/listing.html
Life Insurance for Locally Employed Staff at Embassy Ankara
Florence remnants leave mark in Massachusetts
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News