Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2017 FBO #5825
DOCUMENT

J -- Maintenance Service for Slide Stainer - Attachment

Notice Date
11/2/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham AL 35233
 
ZIP Code
35233
 
Solicitation Number
36C24718Q0057
 
Response Due
11/8/2017
 
Archive Date
12/8/2017
 
Point of Contact
Evonne A Huggins
 
E-Mail Address
1-6111
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for Janitorial Service 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. A firm-fixed price is anticipated. (ii) The solicitation number is 36C24718Q0057 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is unrestricted and the associated NAICS code 811219 has a small business size standard of $20.5M (v) Contract Line Item Numbers (CLINs): CLIN Description Location Unit Price Qty Unit of Issue Extended Price 0001 ALL LABOR, PARTS, TRAVEL NECESSARY TO PROVIDE FULL MAINTENANCE AND SUPPORT SERVICES TO MAINTAIN A LEICA CV5030-TS5025 SLIDE STAINER AT MANUFACTURER SPECIFICATIONS. EE58478, SN 3969, EQUIP NO. 11522346 12 Months 0002 ALL LABOR, PARTS, TRAVEL NECESSARY TO PROVIDE FULL MAINTENANCE AND SUPPORT SERVICES TO MAINTAIN A LEICA ST5020, BASIC INSTRUMENT SLIDE STAINER AT MANUFACTURER SPECIFICATIONS. EE58476, SN 2071, EQUIP NO. 11522345 12 Months Period Of Performance 1 Oct 2017 30 Sep 2018 | TOTAL BASE YEAR VALUE CLIN Description Location Unit Price Qty Unit of Issue Extended Price 1001 ALL LABOR, PARTS, TRAVEL NECESSARY TO PROVIDE FULL MAINTENANCE AND SUPPORT SERVICES TO MAINTAIN A LEICA CV5030-TS5025 SLIDE STAINER AT MANUFACTURER SPECIFICATIONS. EE58478, SN 3969, EQUIP NO. 11522346 12 Months 1002 ALL LABOR, PARTS, TRAVEL NECESSARY TO PROVIDE FULL MAINTENANCE AND SUPPORT SERVICES TO MAINTAIN A LEICA ST5020, BASIC INSTRUMENT SLIDE STAINER AT MANUFACTURER SPECIFICATIONS. EE58476, SN 2071, EQUIP NO. 11522345 12 Months Period Of Performance 1 Oct 2018 30 Sep 2019 | TOTAL OPTION 1 YEAR VALUE CLIN Description Location Unit Price Qty Unit of Issue Extended Price 2001 ALL LABOR, PARTS, TRAVEL NECESSARY TO PROVIDE FULL MAINTENANCE AND SUPPORT SERVICES TO MAINTAIN A LEICA CV5030-TS5025 SLIDE STAINER AT MANUFACTURER SPECIFICATIONS. EE58478, SN 3969, EQUIP NO. 11522346 12 Months 2002 ALL LABOR, PARTS, TRAVEL NECESSARY TO PROVIDE FULL MAINTENANCE AND SUPPORT SERVICES TO MAINTAIN A LEICA ST5020, BASIC INSTRUMENT SLIDE STAINER AT MANUFACTURER SPECIFICATIONS. EE58476, SN 2071, EQUIP NO. 11522345 12 Months Period Of Performance 1 Oct 2019 30 Sep 2020 | TOTAL OPTION 2 YEAR VALUE CLIN Description Location Unit Price Qty Unit of Issue Extended Price 3001 ALL LABOR, PARTS, TRAVEL NECESSARY TO PROVIDE FULL MAINTENANCE AND SUPPORT SERVICES TO MAINTAIN A LEICA CV5030-TS5025 SLIDE STAINER AT MANUFACTURER SPECIFICATIONS. EE58478, SN 3969, EQUIP NO. 11522346 12 Months 3002 ALL LABOR, PARTS, TRAVEL NECESSARY TO PROVIDE FULL MAINTENANCE AND SUPPORT SERVICES TO MAINTAIN A LEICA ST5020, BASIC INSTRUMENT SLIDE STAINER AT MANUFACTURER SPECIFICATIONS. EE58476, SN 2071, EQUIP NO. 11522345 12 Months Period Of Performance 1 Oct 2020 30 Sep 2021 | TOTAL OPTION 3 YEAR VALUE CLIN Description Location Unit Price Qty Unit of Issue Extended Price 4001 ALL LABOR, PARTS, TRAVEL NECESSARY TO PROVIDE FULL MAINTENANCE AND SUPPORT SERVICES TO MAINTAIN A LEICA CV5030-TS5025 SLIDE STAINER AT MANUFACTURER SPECIFICATIONS. EE58478, SN 3969, EQUIP NO. 11522346 12 Months 4002 ALL LABOR, PARTS, TRAVEL NECESSARY TO PROVIDE FULL MAINTENANCE AND SUPPORT SERVICES TO MAINTAIN A LEICA ST5020, BASIC INSTRUMENT SLIDE STAINER AT MANUFACTURER SPECIFICATIONS. EE58476, SN 2071, EQUIP NO. 11522345 12 Months Period Of Performance 1 Oct 2021 30 Sep 2022 | TOTAL OPTION 4 YEAR VALUE STATEMENT OF WORK B.1 Equipment: Service and maintenance for the following equipment loacated at the Department of Veterans Affairs Medical Center, 700 19th Street South, Birmingham, AL 35233. Leica CV5030-TS5025 Slide Stainer, SN 3969, EE 58478 Leica ST5020, Basic Instrument Slide Stainer, SN 2071, EE 58476 B.1.2 Definitions/Acronyms: A. Biomedical Engineering Supervisor or designee, Room G505, phone # 205-933-8101, extension 5252 or 5501. B. CO - Contracting Officer. C. COR - Contracting Officer Representative. D. PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. E. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. F. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and condition of the contract. G. Acceptance Signature. VA employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. H. Authorization Signature. COR's signature; indicates COR accept work status as stated in ESR. I. NFPA - National Fire Protection Association. J. CDRH - Center for Devices and Radiological Health. K. OSHA - Occupational Safety and Health Administration. L. JCAHO - Joint Commission on Accreditation of Healthcare Organizations. M. FDA - Food and Drug Administration. N. DVAMC - Department of Veterans Affairs Medical Center. O. Normal Working Hours - Monday through Friday, 8:00 a.m. 4:30 p.m., excluding weekends and Federal Holidays, B.1.3 Conformance Standards: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, OSHA, CDRH, JCAHO, FDA and manufacturer specifications. B.1.4 Hours of Coverage: A. Normal hours of coverage shall be Monday through Friday from 8:00 a.m. to 4:30 p.m., excluding weekends and federal holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by COR. B. Preventive maintenance inspections are to be scheduled at least one week in advance with Contracting Officer s Technical Representative (COR). Coordination may be done by telephone. C. Preventive maintenance inspections will be performed at a frequency in accordance with manufacturer recommendations. D. Federal Holidays observed by the DVAMC are: New Year s Day, Labor Day, Martin Luther King Day, Columbus Day, President's Day, Veterans Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day. B.1.5 Unscheduled Maintenance: A. The contractor shall maintain the equipment in accordance with Section B.1.3, Conformance Standards. The contractor shall provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished. B. The CO, COR or designated alternate has the authority to approve/request a service call from the contractor. C. Response Time: Contractor's FSE must respond with a telephone call to the COR and his/her designee within 30 minutes after receipt of telephoned notification 24 hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within four (4) hours after receipt of notification and will proceed progressively to completion without undue delay. For example, if hours of coverage are 8:00 a.m. to 5:00 p.m., a 4 hours response means, if a call is placed at 3:45 p.m. Monday, August 10, the FSE must start on-site service before 10:45 a.m. Tuesday, August 11, except when outside hours of coverage is authorized by the COR. B.1.6 Scheduled Maintenance: A. The contractor shall perform PM Service to ensure that equipment listed in the schedule performs in accordance with Section B.1.3, Conformance Standards. The contractor shall provide and utilize procedures and checklists, with worksheet originals indicating work performed and actual values obtained (as applicable) and shall provide said documentation to the COR at the completion of the PM. PM services shall include, but may not be limited to, the following: 1) Cleaning of equipment. 2) Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. 3) Calibrating and lubricating the equipment. 4) Performing remedial maintenance of non-emergent nature. 5) Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. 6) Inspecting, and replacing where indicated, tubing for wear and fraying. 7) Measuring, adjusting and calibrating as necessary. 8) Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying, 9) Inspecting and replacing where indicated, all mechanical components including, for mechanical integrity, safety, and performance. 10) Image quality assessment. 11) Apply gummed label, dated & signed, certifying performance and safety to meet manufacturer published specifications as of that date. 12) Returning the equipment to the operating condition defined in Section B.1.3, Conformance Standards. 13) Providing documentation (worksheet) of services performed on each machine tested. PM services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it s agreed upon price, unless specifically stated in writing otherwise. B. The contractor shall furnish documentation, including all measurements and calibration data. C. The contractor shall furnish all backup documentation to ensure that the system is performing in accordance with B.1.3, Conformance Standards. B.1.7 Parts: The contractor shall furnish and replace parts to meet up-time requirements (consumables are not covered). The contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts and software. The contractor shall use new parts. Re-built parts or used parts, those removed from other equipment, shall not be installed without approval by the COR. B.1.8 Service Manuals: The DVAMC shall not provide services manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation, (such as operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO or COR upon request. B.1.9 Documentation/Reports: The documentation will include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in Section B.1.3, Conformance Standards. In addition, each ESR shall, at a minimum, document the following data legibly and in complete detail: A. Name of Contractor. B. Name of FSE who performed services. C. Contractor Service ESR Number/Log Number. D. Date, Time (starting and ending), and Hours-On-Site for service call. E. Description of Problem Reported by COR/User. F. Identification of Equipment to be serviced: Inventory ID number, Manufacturer's name, Device Name, Model number, Serial number, and any other Manufacturer's identification numbers. G. Itemized description of service performed, including: labor and travel, parts (with part numbers), materials and circuit location of problem/corrective action. H. Total Cost to be billed. I. Signatures: 1. FSE performing services described. 2. VA Employee who witnessed service described may initial said ESR, but only the COR has the authority to sign the ESR J. Equipment downtime. K. VA Purchase Order Number. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COR BEFORE SERVICE IS COMPLETED. B.1.10 Reporting Requirements: The contractor shall be required to report to the Biomedical Engineering supervisor or designee. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR (s). The FSE shall be required to log out with the Biomedical Section Manager or designee, and submit the ESR (s) to the COR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature". If the COR is unavailable a signed, authorized, copy of the ESR will be sent to the contractor after the work can be reviewed (if request or noted on the ESR). B.1.11 Payment: Invoices will be paid in arrears on a reoccurring basis B.1.12 Additional Charges: There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. B.1.13 Reporting Required Services Beyond the Contract Scope: The Contractor shall immediately, but not later than 24 consecutive hours after discovery notify the CO and COR, in writing, of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. B.1.14 Condition of Equipment: The contractor accepts responsibility for the equipment described in the schedule "as is" condition. Failure to inspect the equipment prior to contract award shall not relieve the contractor from performance of the requirements of this contract. B.1.15 Bidder s Qualifications: SEE SECTION (vi) Requirements of Service Provider B.1.16 Competency of Personnel Servicing Equipment: A. Each respondent shall have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized manufacturer training programs within the last two years, for the equipment identified in the equipment schedule, and annual refresher course. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on equipment listed. C. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the DVAMC. The CO may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any DVAMC equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the DVAMC equipment. D. Subcontractor will not be used under this contract unless authorized and approved by the COR. B.1.17 Test Equipment: Prior to commencement of work on this contract, the contractor shall provide the DVAMC with a copy of the current calibration certification of all test equipment which is to be used by the contractor on DVAMC's equipment. This certification shall also be provided on a periodic basis when requested by the DVAMC. Test equipment calibration shall be traceable to a national standard. B.1.18 Identification, Parking, Smoking, and VA Regulations: The Contractor's FSE shall wear visible identification at all times while on the premises of the DVAMC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the DVAMC Police Service. The DVAMC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the DVAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. B.1.19 Obtaining a VA Identification Badge: Upon arrival on site during normal business hours, the contractor will report to room G520. A temporary identification badge will be issued. The responsible technician will be notified of contractor s arrival. The contractor will identify if removable media is required to perform their duties. The responsible technician will ensure the removable media is scanned with anti-virus software running current virus definitions prior to connection to any device. Any contractor with patient sensitive information that is imported into the removable media device for any reason must purge all patient sensitive information prior to departure from the facility. Once the requested work is completed, the contractor will return to Biomedical Engineering to leave a field service report and give notice that he/she is leaving station. Contractor will also return the temporary badge to room G520. For additional information please refer to Biomedical Engineering Section Vendor/Contractor Temporary Identification Standard Operating Procedure and Center Memorandum 90-1, Outside Sources on Government Property (Vendors/Sales Representatives, Contractors, and/or Repairmen). (vi) Requirements of Service Provider: The Quoter is required to submit sufficient evidence of adequate equipment, facilities, personnel and necessary experience to establish responsibility and integrity to meet the requirements of this contract. Any quoter, who does not have adequate experience, personnel and/or equipment, in the opinion of the Contracting Officer, will be rejected. To assist in this determination, offerors are required to furnish the following information: A. Number of years experience performing the type of services indicated within. B. Number of personnel regularly employed on a full-time basis. (vii) Period of Performance approximate dates Base Year - 20 Nov 2017 19 Nov 2018 Optional Year 1 - 20 Nov 2018 19 Nov 2019 Optional Year 2 - 20 Nov 2019 19 Nov 2020 Optional Year 3 20 Nov 2020 19 Nov 2021 Optional Year 4 20 Nov 2021 19 Nov 2022 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following instructions are added as addenda: INSTRUCTIONS TO QUOTERS: Quote shall include submit up to one page of information describing work experience Quote may include up to 3 references that include point of contact name, phone number, email address and contract number associated with the service, period of performance and description of services rendered. References shall only be of similar scope and size to this solicitation. 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) 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) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) 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: Department of Veterans Affairs Network Contracting Office 7 2008 Weems Road Tucker, GA 30084 (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) 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) 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) 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) 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 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) (End of Addenda to 52.212-1) (ix) In accordance with FAR 13.106-1(a)(2), award will be made to the offeror whose offer the best overall value to the government, considering past performance, experience & price. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: IL 001AL-11-15 LIMITATIONS ON SUBCONTRACTING - MONITORING AND COMPLIANCE This solicitation includes VAAR Clause 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrences. (c) Automobile liability: $200,000 per person; $500,000 per occurrence and $20,000 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 7 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 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 ALABAMA. 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) 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 https://acquisition.gov/far (C$END-OF-CLAUSE) 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-18 Availability of Funds (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8 Utilization of Small Business Concerns (OCT 2014) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (FEB 2016) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 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). 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.223-20 Aerosols (JUN 2016) 52.223-21 Foams (JUN 2016) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (xiii) Additional contract requirements, terms or conditions. PAYMENTS: Invoices will be paid in arrears upon inspection & Acceptance of services (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to Evonne.Huggins@va.gov and received no later than 1pm Eastern Time on the notice response date. (xvi) For information regarding the solicitation, please contact Evonne Huggins at Evonne.Huggins@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC521/BiVAMC521/36C24718Q0057/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q0057 36C24718Q0057.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3888212&FileName=36C24718Q0057-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3888212&FileName=36C24718Q0057-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04729627-W 20171104/171102231030-5a043fbde42f66d1ddb7a057c602cd7e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.