DOCUMENT
R -- TED MED Conference - Attachment
- Notice Date
- 10/29/2015
- Notice Type
- Attachment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
- ZIP Code
- 21703
- Solicitation Number
- VA119A16R0020
- Response Due
- 11/4/2015
- Archive Date
- 12/4/2015
- Point of Contact
- Contract Specialist
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. Solicitation # VA119A-16-R-0020 is issued as a Request for Proposal (RFP). This solicitation is being conducted under FAR Part 13, Simplified Acquisition Procedures (SAP), and FAR Part 12, Acquisition of Commercial services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective August 3, 2015. The NAICS Code is 541990 All Other Professional, Scientific, and Technical Services. The Small Business size is $15 million. The Government intends to award a firm-fixed price (FFP) contract to TEDMED, LLC a Small Business concern for the procurement of Customize Live Stream of "Week of Breakthrough Innovation for Veterans" annual live event to selected VA Medical Centers at locations across the Continental United States (CONUS). This is a lowest priced technically acceptable selection in accordance with the Statement of Objectives (SOO). Contents SECTION B - CONTINUATION OF SF 1449 BLOCKS4 B.1 PRICE/COST SCHEDULE4 B.2 STATEMENT OF OBJECTIVES (SOO)4 SECTION C - CONTRACT CLAUSES8 C.1 52.252-2 -- Clauses Incorporated by Reference (Feb 1998)8 C.2 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014)8 C.3 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)8 C.4 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (NOV 2014)8 C.5 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)8 C.6 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2015)8 C. 7 52.227-17 RIGHTS IN DATA-SPECIAL WORKS (DEC 2007)8 C.8 52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997)8 C.9 52.232-18 AVAILABILITY OF FUNDS (APR 1984)8 C.10 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015)8 C.11 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2015)9 C.12 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)16 C.13 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)16 C.14 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)16 SECTION D - CONTRACT ADMINISTRATION DATA, DOCUMENTS, EXHIBITS, OR ATTACHMENTS19 D.1 CONTRACT ADMINISTRATION DATA19 D.2 INVOICING INSTRUCTIONS22 D.3 DELIVERABLES24 D.4 CHANGES TO SOO24 D.5 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION24 SECTION E - SOLICITATION PROVISIONS25 E.1 INSTRUCTIONS TO QUOTERS25 E.2 52.212-2 EVALUATION-Commercial Items Addendum26 E.3 52.252-1 -Provisions Incorporated by Reference (Feb 1998)27 E.4 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (NOV 2014)28 E.5 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (NOV 2014)28 E.6 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAR 2015)28 E.7 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012)28 E.8 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION) (FEB 2015)28 E.9 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012)28 E.10 52.216-1 TYPE OF CONTRACT (APR 1984)29 E.11 52.233-2 SERVICE OF PROTEST (SEP 2006)29 E.12 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008)30 E.13 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998)30 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 PRICE/COST SCHEDULE ITEM NUMBERDESCRIPTION OF SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Raw content video snippets of innovators for "Week of Breakthrough Innovation for Veterans". Period of Performance: 11/06/2015-03/30/20161.00EA_________________________ 0002Video stream of TEDMED live with VA innovator video Period of Performance: 11/06/2015-03/30/20161.00EA_________________________ 0003Travel Period of Performance: 11/06/2015-03/30/2016_________________________ GRAND TOTAL_________________ B.2 STATEMENT OF OBJECTIVES (SOO) 1.0 BACKROUND The Department of Veterans Affairs (VA), Veterans Affairs Center for Innovation (VACI) is a leader in healthcare innovation. Specifically, VA's employees have been the source of some of VA's most notable innovations. However, cultural and operating constraints have increasingly diminished the organization's ability to leverage the considerable energies and talents of our staff. A new approach is needed - a bold, program that partners Department of Veterans Affairs in collaboration with a recognized brand with healthcare innovation to celebrate, amplify, and accelerate innovations for our nation's Veterans and their supporters at VA. VA wishes to partner with a unique, forward-thinking healthcare innovation contractor and its associated community. This program will allow VA to be a part of a multidisciplinary community of thinkers and doers all committed to making a difference in health and medicine. This community recognizes that advancements in health and medicine are not going to be made in individual organizations but rather by bringing together all sectors of society across all fields of study. Most organizations in health and medicine today are focused on a single silo (i.e., Digital Health, Cardiology, Oncology) and represent a singularly focused initiative and community. The contractor should be identified as one of the most credible and recognized idea sharing platforms in health and medicine -the brand and what it stands for is recognized around the world. Our vision for this program is to provide live stream access to the contactors live program to VA Medical Centers to amplify the message behind a "Week of Breakthrough Innovation for Veterans." The goal is to amplify VA's incredible innovation efforts in an engaging way to draw excitement and interest to innovation efforts at VA and to accelerate the development of game-changing, breakthrough innovations to develop the best possible services, technologies, and experiences for Veterans and their supporters. This will also provide a fantastic opportunity for VA to recruit clinicians and technologists to join and partner with VA to develop the best possible experience for our Veterans and their supporters. 2.0 Objective To create a program called the "Week of Breakthrough Innovation for Veterans" at VA Medical Centers across the United States led by the Department of Veterans Affairs (VA) supported by a health innovation ecosystem contractor. 3.0 Scope To obtain an experienced contractor to provide support for the identified efforts. The selected contractor shall provide all resources necessary to accomplish the requirements described in this SOO, except as otherwise specified. 4.0 Objectives and Program Components The Government is seeking a vendor to reinforce and amplify the innovative spirit and objectives of VA. The Government plans to leverage the contractor's annual live event by providing access to a customized live stream feed of the important stories of progress and innovation and creating a "week of innovation" across VA Medical Centers. These important stories are selected by VACI's Innovation Specialists as part of VA Center for Innovation's Innovators Network System. The contractor shall provide the following: I.Customized Video Stream of the full three (3) day annual live event to all VA Medical Centers across the Continental United States. This customized stream will be provided as an "iframe or other approved content" to play on the VA Center for Innovation website. II.The customized feed shall include VA stories of innovation and progress. These important VA messages/stories shall be integrated via video at the opening and closing of each live streamed session. These messages/stories shall include presentations from VA leaders and VA innovators -this custom feed shall be distributed to select VA audiences i.e. VA Employees, Innovators, Affiliates and simulcast across the country to help kickoff a "week of innovation" at each of the VA Medical Centers. III.Access to video shall be available from contract award through March 31, 2016. The contractor will provide an "iframe or other approved content" for the video to be available on VA Center for Innovation's Website. IV.Acknowledgement and branding as part of the contractor's printed and online program and signature, livestream video, social media mentions, and listed as an 'Innovation Partner' on the contractor's site. Operating Constraints/Timeline The breakthrough week of innovation will be executed primarily during calendar year 2015. Constraints: i.Breakthrough weeks of innovation will need to be held across the United States at various medical centers. ii.Breakthrough weeks of innovation will occur simultaneously across the United States at various sites during the week of November 16th. The video stream will be available until March 31, 2016 for viewing. Technical and Management Constraints: For every task, deliverable, and / or milestone, the contractor shall: i.Identify in writing all necessary sub-tasks (if any), together with associated sub-milestone dates. ii.Phrase all written deliverables in plain English. Statistical and other technical terminology shall not be used without providing an accompanying glossary of terms. iii.The Government will complete review of all draft deliverables within 1 calendar day from the date received from the contractor. The contractor shall then provide the final deliverable no later than 1 calendar day from the date of receipt of the Government's comments. The Government has 2 calendar days to provide approval. If no comments are received within the 3 calendar day period, then the deliverable is deemed approved. iv.Implement the tasks shown in the PMP on a timely basis. v.Brief the VA Project Team on the PMP, including the COR. vi.VA shall retain all rights to information developed through the program included in the deliverables and otherwise. vii.Document and develop plans to support business outcomes, operational metrics, and quality management. 5.0 DELIVERABLE ARaw content video snippets of innovators for "Week of Breakthrough Innovation for Veterans"; B. Video stream of TEDMED live with VA innovator video snippets provided until March 31, 2016 6.0 METHOD AND DISTRIBUTION OF DELIVERABLES The Contractor shall deliver documentation in electronic format, unless otherwise directed in Section B of the solicitation/contract. Acceptable electronic media include: MS Word 2000/2003/2007/2010, MS Excel 2000/2003/2007/2010, MS PowerPoint 2000/2003/2007/2010, MS Project 2000/2003/2007/2010, MS Access 2000/2003/2007/2010, MS Visio 2000/2002/2003/2007/2010, AutoCAD 2002/2004/2007/2010, and Adobe Postscript Data Format (PDF). 7.0 RECOGNIZED HOLIDAYS Any work at the Government site shall not take place on Federal holidays or weekends unless directed by the COR. There are ten (10) Federal holidays set by law (5 U.S.C. §6103) that VA follows: New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence Day Christmas Day 8.0 Travel Travel and per diem shall be reimbursed in accordance with Federal Travel Regulations. Each Contractor invoice shall include copies of all receipts that support the travel costs claimed in the invoice. Travel must be pre-approved by the COR. Travel shall be priced separately in the price schedule. Local travel within a 50-mile radius from the contractor's facility is considered the cost of doing business and will not be reimbursed. This includes travel, subsistence, and associated labor charges for travel time. Travel performed for personal convenience and daily travel to and from work at the contractor's facility will not be reimbursed. Travel, subsistence, and associated labor charges for travel time for travel beyond a 50-mile radius of the contractor's facility are authorized for reimbursement on a case-by case basis and must be pre-approved by the COR. 9.0 Period of Performance Date of award (approximately November 5, 2015) through March 31, 2016. SECTION C - CONTRACT CLAUSES C.1 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 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://farsite.hill.af.mil/: C.2 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) C.3 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) C.4 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (NOV 2014) C.5 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) C.6 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2015) C. 7 52.227-17 RIGHTS IN DATA-SPECIAL WORKS (DEC 2007) C.8 52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997) C.9 52.232-18 AVAILABILITY OF FUNDS (APR 1984) C.10 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of Clause) C.11 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2015) (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 (DEC 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (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 (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [ ] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509)). [ ] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUNE 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [ X ] (4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUL 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [ ] (5) [Reserved] [ ] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (PUB. L. 111-117, section 743 OF DIV. C). [ ] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (PUB. L. 111-117, section 743 OF DIV. C). [ X ] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C. 6101 note). [ ] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). [ ] (10) [Reserved] [ ] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [ ] (ii) Alternate I (NOV 2011) of 52.219-3 [ ] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [ ] (ii) Alternate I (JAN 2011) of 52.219-4 [ ] (13) [Reserved] [ X ] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [ ](ii) Alternate I (NOV 2011) of 52.219-6. [ ](iii) Alternate II (NOV 2011) of 52.219-6. [ ] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). [ ] (ii) Alternate I (OCT 1995) of 52.219-7. [ ](iii) Alternate II (MAR 2004) of 52.219-7. [ X ] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). [ ] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). [ ](ii) Alternate I (OCT 2001) of 52.219-9. [ ](iii) Alternate II (OCT 2001) of 52.219-9. [ ](iv) Alternate III (OCT 2014) of 52.219-9. [ ] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [X ] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [ ] (20) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). [ ] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657 f). [ X ] (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). [ ] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (JUL 2013) (15 U.S.C. 637(m)) [ ] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the Women-Owned Small Business Program (JUL 2013) (15 U.S.C. 637(m)) [ X ] (25) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). [ X ] (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [ X ] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X ] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [ X ] (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). [X ] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [ X ] (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). [ X ] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) [ X ] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [ X ] (34) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [ ] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [ ] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [ ] (36)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (JUN 2014) (E.O. 13423 and 13514). [ ] (ii) Alternate I (JUN 2014) of 52.223-13. [ ] (37)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (E.O. 13423 and 13514). [ ] (ii) Alternate I (JUN 2014) of 52.223-14 [ ] (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 (JUN 2014) (E.O. 13423 and 13514). [ ] (ii) Alternate I (JUN 2014) of 52.223-16. [ X ] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) [ ] (41) 52.225-1, Buy American--Supplies (MAY 2014) (41 U.S.C. chapter 83). [ ] (42)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). [ ] (ii) Alternate I (MAY 2014) of 52.225-3. [ ] (iii) Alternate II (MAY 2014) of 52.225-3. [ ] (iii) Alternate III (MAY 2014) of 52.225-3. [ X ] (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [ X ] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O'.s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [ ] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (JUL 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) [ ] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150) [ ] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150) [ ] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [ ] (49) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f). [ ] (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). [ X ] (51) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). [ ] (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [ ] (53) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C.552a). [ ] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C.2631). [ ] (ii) Alternate I (APR 2003) of 52.247-64. (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, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [ ] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [ ] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C.chapter 67). [ ] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C.chapter 67). [ ] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C. 206 and 41 U.S.C.chapter 67). [ ] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (MAY 2014) (41 U.S.C.chapter 67) [ ] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (MAY 2014) (41 U.S.C.chapter 67). [ ] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (E.O. 13658). ). [ ] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [ ] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEPT 2008) (31 U.S.C. 5112(p)(1)). (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 the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (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, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212) (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (MAY 2014), (41 U.S.C.chapter 67). (xi) __(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (MAY 2014) (41 U.S.C.chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (MAY 2014) (41 U.S.C.chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (AUG 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (JUL 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (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) C.12 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 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 Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) C.13 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 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 State of. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) C.14 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (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) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (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 United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (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 VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) SECTION D - CONTRACT ADMINISTRATION DATA, DOCUMENTS, EXHIBITS, OR ATTACHMENTS All administration matters will be handled by the following individuals: D.1 CONTRACT ADMINISTRATION DATA 1. CONTRACTOR: TBD Name: ___________________ Address: ___________________ ___________________ Email: ___________________ Phone:___________________ DUNS:___________________ TIN: ___________________ CAGE: ___________________ Contractor Performance Assessment Reporting System (CPARS) representative: Name:________________________ Email:________________________ Phone: _______________________ 2.GOVERNMENT: Strategic Acquisition Center Frederick Department of Veterans Affairs 321 Ballenger Center Drive, Suite 125 Frederick, MD 21703 Contracting Officer (CO): Kimberly McLaughlin / Kimberly.McLaughlin2@va.gov / 240-215-1664 Contracting Specialist (CS): Maribel Fratina / maribel.fratina@va.gov / 240-215-1742 Contracting Officer's Representative (COR): TBD Program Manager: TBD 3.AMENDMENTS: AMENDMENT NO.DATE D.2 INVOICING INSTRUCTIONS CONTRACTOR INSTRUCTIONS FOR STATION 101 ORDERS OB10/IPPS ELECTRONIC INVOICE SUBMISSION FSC e-INVOICE PROGRAM THRU AUSTIN PORTAL FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS Vendor Electronic Invoice Submission Methods: Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below. "VA's Electronic invoice presentment and payment system-The FSC uses a third party contractor, OB10, to transition vendors from paper to electronic invoice submission. Please see OB10 contact information below to begin submitting electronic invoices, free of charge. "A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). "The X12 EDI Web site (http://www.x12.org). Vendor e-invoice Set-up information: Please contact OB10 at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the e-invoicing program or OB10, please contact the FSC at the phone number or email address listed below. "OB10 e-Invoice setup information: 1-877-489-6135 "OB10 e-Invoice email: VA.Registration@ob10.com "FSC e-Invoice contact information: 1-877-353-9791 "FSC e-Invoice email: vafsccshd@va.gov "http://www.fsc.va.gov/einvoice.asp COMMUNICATIONS: "https://www.federalregister.gov/articles/2012/11/27/2012-28612/va-acquisition-regulation-electronic-submission-of-payment-requests "http://fcw.com/articles/2012/11/27/va-epayments.aspx?s=fcwdaily "VAFSCFiscalSection101@va.gov or you can call 512-460-5401 1.Submission of Proper Invoice - The following data must be included in an invoice for it to constitute a proper invoice: a. Name and address of the contract b. Invoice date and number c. IFCAP Purchase Order No.: ______________________ d. Contract No. : ______________________ e.Item number, description, quantity, unit of measure, price, extended price and a total of supplies delivered or services performed. 1.Cumulative billing (per line item and total) 2.Final invoices must be marked 'FINAL INVOICE' 3.Proof of supplies delivered or services performed MUST also be provided. Signature, printed name and title of Government receiving official and date of delivery or performance period must be included. INVOICES THAT DO NOT COMPLY WITH THESE REQUIREMENTS SHALL BE REJECTED. 2.Contractor Remittance Address - All payments by the Government to the contractor will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer -Other than System for Award Management 3.Invoice shall be submitted in the arrears - a. Other [X] Upon delivery and acceptance by COR D.3 DELIVERABLES All contractor provided work products are to be furnished within the specified delivery dates established by schedule of deliverables. Any changes to delivery dates shall be discussed with and requested in writing to the COR and CO. If for any reason any deliverable cannot be delivered within the scheduled due date, the contractor is required to explain why in writing to the COR and CO including a firm commitment of when the work shall be completed. This notice to the COR and CO shall cite the reasons for the delay, modified delivery date, impact on the overall project. The COR and CO shall then review the facts and issue a response approving or disapproving the request. D.4 CHANGES TO SOO Any changes to the SOO shall be authorized and approved only through written correspondence from the CO. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. D.5 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION See attached document: P03 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION TED MED 29Oct15 - redacted. SECTION E - SOLICITATION PROVISIONS E.1 INSTRUCTIONS TO QUOTERS SUBMISSION: Proposal Instructions: Instructions for submitting quotes under this request for proposal must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Proposals that are non-responsive may be excluded from further evaluation and rejected without further notification to the proposal submitter. The signed proposal shall be submitted via e-mail to maribel.fratina@va.gov and Kimberly.McLaughlin2@va.gov no later than 11:00 AM EST on 11/04/2015. The contractor shall be registered in the System for Award Management (SAM) with NAICS 541990 All Other Professional, Scientific, and Technical Services in order for the Government to proceed with award. For registration information and/or to update profile information, https://www.sam.gov/portal/SAM/. Questions: Any questions regarding this solicitation should be directed to Kimberly McLaughlin at Kimberly.McLaughlin2@va.gov and Maribel Fratina at maribel.fratina@va.gov, no later than 11AM. EST on 11/02/2015. At a minimum the vendor shall provide the following information: a) Point of contact name, telephone and E-mail address; b) DUNS Number Proposals should be submitted in accordance with the following: a. Format. Page size shall be no greater than 8 ½" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1") each. Font size shall be no smaller than 12-point. Arial or Times New Roman are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. The submission shall be clearly indexed and logically assembles. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. b.Content Requirements. All information shall be confined to the appropriate file. The vendor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Vendor is responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Volume NumberFactorFile NamePage Count Volume ITechnical ApproachTech.doc/pdf10 Volume IIPricePrice.doc/pdf/xlsn/a VOLUME I TECHNICAL APPROACH FACTOR Contractor shall propose a detailed approach that addresses the following: A complete description of the technical approach to satisfying task requirements. The technical approach shall be clear, complete, and feasible, and shall include a description of the facilities, tools and processes necessary to successfully prepare and execute the tasks in the SOO. VOLUME II PRICE FACTOR The contractor shall complete the Pricing Schedule (B.1 PRICE SCHEDULE) of the solicitation. The contractor shall propose pricing for each contract line item number (CLIN). Price Rounding Issue - The Government requires the contractor to propose unit prices and total prices that are two (2) decimal places and requires the unit prices and total prices to be displayed as two (2) decimal places. Ensure that the two (2) digit unit price multiplied by the item quantity equals the two (2) digit total item price (there should be no rounding). (End of Provision) E.2 52.212-2 EVALUATION-Commercial Items Addendum PROPOSAL EVALUATION AND AWARD DECISION Evaluation and award will be conducted in accordance with FAR Part 12, Acquisition of Commercial Items. A. BASIS FOR AWARD The Department of Veterans Affairs (VA), Strategic Acquisition Center - Frederick (SAC-F) is issuing this Request for Proposal (RFP) for the purpose of awarding a firm-fixed price contract for the procurement of Customize Live Stream of "Week of Breakthrough Innovation for Veterans" annual live event to all of the selected VA Medical Centers at distributed locations across the United States in accordance with the S00 (see section B.2) to the vendor that provides the lowest priced technically acceptable proposal in accordance with the SOO. Award shall only be made if the technical approach is determined to be acceptable and the price is fair and reasonable. FACTORS TO BE EVALUATED Non-Price Factor: Technical Approach; Price Factor: Price B.EVALUATION APPROACH The proposal shall be subject to evaluation by an individual or team of Government personnel. The Government reserves the right to award based upon the initial evaluation of the proposals. 1.TECHNICAL APPROACH EVALUATION APPROACH The Government will evaluate the technical approach to determine the extent to which the proposal demonstrates the vendor's understanding of the problem, the extent to which it constitutes a feasible approach, and the extent to which the proposed solution satisfies all requirements specified in the solicitation. The approach will be evaluated for acceptability. 2.PRICE EVALUATION APPROACH Price will not be evaluated adjectivally or assigned a score. The Government will evaluate by adding the total of all line item prices. The Total Evaluated Price will be that sum. The price will be evaluated to determine whether it is fair and reasonable. (a) A written notice of award or acceptance of a the proposal, mailed or otherwise furnished to the successful proposal submitter within the time for acceptance specified in the proposal, shall result in a binding contract without further action by either party. Before the proposal's specified expiration time, the Government may accept a proposal (or part of a proposal), unless a written notice of withdrawal is received before award. (End of Provision) E.3 52.252-1 -Provisions Incorporated by Reference (Feb 1998) 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://farsite.hill.af.mil/: E.4 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (NOV 2014) E.5 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (NOV 2014) E.6 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAR 2015) E.7 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012) E.8 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION) (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of Provision) E.9 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that- (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of Provision) E.10 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a firm-fixed price contract resulting from this solicitation. (End of Provision) E.11 52.233-2 SERVICE OF PROTEST (SEP 2006) 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: Hand-Carried Address: Strategic Acquisition Center - Frederick Department of Veterans Affairs 321 Ballenger Center Drive, Suite 125 Frederick MD 21703 Mailing Address: Department of Veterans Affairs Acquisition Operations Service (049A3) 810 Vermont Avenue Washington DC 20420 (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) E.12 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (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 Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) E.13 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) 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, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A16R0020/listing.html)
- Document(s)
- Attachment
- File Name: VA119A-16-R-0020 VA119A-16-R-0020_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2394390&FileName=VA119A-16-R-0020-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2394390&FileName=VA119A-16-R-0020-000.docx
- File Name: VA119A-16-R-0020 P03 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION TED MED 29Oct15 - redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2394391&FileName=VA119A-16-R-0020-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2394391&FileName=VA119A-16-R-0020-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA119A-16-R-0020 VA119A-16-R-0020_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2394390&FileName=VA119A-16-R-0020-000.docx)
- Place of Performance
- Address: Contractor Facilities
- Zip Code: USA
- Zip Code: USA
- Record
- SN03933481-W 20151031/151029234737-3505b265b93238ad1c2e77400bd9ae68 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |