Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2018 FBO #6119
DOCUMENT

R -- Document Destruction/Shredding Services - Attachment

Notice Date
8/23/2018
 
Notice Type
Attachment
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Contracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24718Q9445
 
Response Due
8/27/2018
 
Archive Date
12/4/2018
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
ment
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation: Document Destruction/Shredding Services Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) Solicitation Number 36C24718Q9445 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. The acquisition procedures at FAR Part 13 are being utilized. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-99, June 21, 2018. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). (iv) This combined/synopsis solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The North American Industry Classification System (NAICS) code is 561990, All Other Support Services. The small business size standard is $11 million. For more information on size standards, please visit http://www.sba.gov/size. Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be considered non-responsive and ineligible for award as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. The VIP database will be checked both upon receipt of an offer and prior to award. (v) Subcontracting Commitments--Monitoring and Compliance (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract 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 compliance with the subcontracting commitments. (vi) Limitations on Subcontracting-- Monitoring and Compliance (JUN 2011) This solicitation includes FAR 52.219-6 Notice of Total 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. (vii) The Environment Management Service at the Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC is seeking to procure Document Destruction/Shredding Services. This requirement is for a base year and four (4) one-year option periods. Offerors are therefore asked to completed Price/Cost Schedule-Item Information for each period of performance in their response, and to include a Grand Total for Base year and 4 one-year Option Periods. PRICE/COST SCHEDULE-ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 DOCUMENT DESTRUCTION/ SHREDDING SERVICES FOR VAMC AND ALL CBOCS AND LEASED SPACES. 12.00 MO __________ ____________ Contractor to provide all labor, equipment, supplies and materials to collect and destroy confidential and/or recyclable materials generated at the Ralph H. Johnson VA Medical Center(VAMC) and all affiliated Community Based Outpatient Clinics (CBOCs), Telemental Health Building, CRRC Building and leased spaces as specified in the Statement of Work (SOW). Contractor will ensure that all material is pulped, macerated or shredded to a degree that definitively ensures they are not readable or reconstructable to any degree. Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 1001 DOCUMENT DESTRUCTION/ 12.00 MO __________ _____________ SHREDDING SERVICES FOR VAMC AND ALL CBOCS AND LEASED SPACES. Contractor to provide all labor, equipment, supplies and materials to collect and destroy confidential and/or recyclable materials generated at the Ralph H. Johnson VA Medical Center(VAMC) and all affiliated Community Based Outpatient Clinics (CBOCs), Telemental Health Building, CRRC Building and leased spaces as specified in the Statement of Work (SOW). Contractor will ensure that all material is pulped, macerated or shredded to a degree that definitively ensures they are not readable or reconstructable to any degree. Contract Period: Option 1 POP Begin: 10-01-2019 POP End: 09-30-2020 2001 DOCUMENT DESTRUCTION/ SHREDDING SERVICES 12.00 MO ______________ ______________ FOR VAMC AND ALL CBOCs AND LEASED SPACES Contractor to provide all labor, equipment, supplies and materials to collect and destroy confidential and/or recyclable materials generated at the Ralph H. Johnson VA Medical Center(VAMC) and all affiliated Community Based Outpatient Clinics (CBOCs), Telemental Health Building, CRRC Building and leased spaces as specified in the Statement of Work (SOW). Contractor will ensure that all material is pulped, macerated or shredded to a degree that definitively ensures they are not readable or reconstructable to any degree. Contract Period: Option 2 POP Begin: 10-01-2020 POP End: 09-30-2021 3001 DOCUMENT DESTRUCTION/ 12.00 MO _______________ ______________ SHREDDING SERVICES FOR VAMC AND ALL CBOCs AND LEASED SPACES Contractor to provide all labor, equipment, supplies and materials to collect and destroy confidential and/or recyclable materials generated at the Ralph H. Johnson VA Medical Center(VAMC) and all affiliated Community Based Outpatient Clinics (CBOCs), Telemental Health Building, CRRC Building and leased spaces as specified in the Statement of Work (SOW). Contractor will ensure that all material is pulped, macerated or shredded to a degree that definitively ensures they are not readable or reconstructable to any degree. Contract Period: Option3 POP Begin: 10-01-2021 POP End: 09-30-2022 40001 DOCUMENT DESTRUCTION/ 12.00 MO _______________ SHREDDING SERVICES FOR VAMC AND ALL CBOCs AND LEASED SPACES Contractor to provide all labor, equipment, supplies and materials to collect and destroy confidential and/or recyclable materials generated at the Ralph H. Johnson VA Medical Center(VAMC) and all affiliated Community Based Outpatient Clinics (CBOCs), Telemental Health Building, CRRC Building and leased spaces as specified in the Statement of Work (SOW). Contractor will ensure that all material is pulped, macerated or shredded to a degree that definitively ensures they are not readable or reconstructable to any degree. Contract Period: Option 4 POP Begin: 10-01-2022 POP End: 09-30-2022 ______________ GRAND TOTAL __________________ (viii) All interested companies shall provide quotation for the following services: CONFIDENTIAL SHREDDING-STATEMENT OF WORK A. GENERAL: 1. The contractor shall provide all labor, personnel, equipment, supplies, secured vehicles, materials, supervision and other related services necessary to provide commercial document destruction services for the facilities within Department of Veterans Affairs: Ralph H. Johnson Veterans Administration Medical Center, 109 Bee St. Charleston, South Carolina 29401 Storm Thurmond Research VA, 171 Ashley Avenue, Charleston South Carolina 29425 Charleston Veterans Center, 3625 West Montague Avenue, North Charleston, South Carolina 29418 Ralph H. Johnson VAMC Warehouse, 3151 West Montague Avenue, North Charleston, South Carolina 29418 Ralph H. Johnson VAMC Montague Admin, 3355 West Montague Avenue, North Charleston, South Carolina 29418 Community Resource and Referral Center, 2424 City Hall Lane Suite B, North Charleston, South Carolina 29406 Trident Mental Health, 9229 University Boulevard, North Charleston, South Carolina 29406-9808 Trident OPC, 9237 University Boulevard, North Charleston, South Carolina 29406-9808 Goose Creek Primary Care Clinic (JACC), 110 NNPTC Circle, Goose Creek, South Carolina 29445 Compensation & Pension Clinic (C&P), Joint Base Charleston-Weapons Station Building 754 Pulaski Street, Goose Creek, South Carolina 29445 Optometry Clinic JBC, Joint Base Charleston-Weapons Station, Bldg #745, Pulaski Street, Goose Creek, South Carolina 29445 James Island Annex, 325 Folly Road, James Island, South Carolina, 29412 Beaufort OPC, 1 Pickney Boulevard, Beaufort, South Carolina 29902 Myrtle Beach OPC, 3381 Phillis Boulevard, Myrtle Beach, South Carolina 29577 Myrtle Beach Vet Center, 1101 Johnson Avenue, Suite 204, Myrtle Beach, South Carolina 29577 Myrtle Beach Annex, 1101 Johnson Avenue, Myrtle Beach, South Carolina 29577 Hinesville GA OPC, 500 East Oglethorpe Highway, Hinesville, Georgia 31313 Savannah CBOC, 1170 Shawnee Street, Savannah, Georgia 31419 Savannah Vet Center, 321 Commercial Drive, Savannah, Georgia 31406 2. The contractor shall furnish approximately 200-250 top loaded locked security waste containers or front access locked cabinets as required for each facility without additional cost to the Government. Container size will be from 27 to 95-gallon capacity, will be clean and have minimal marks and scratches to be compatible with the facility s quality of appearance. Containers will be locked throughout the facilities. The contractor will provide additional containers for clean outs or purges as required at no additional cost to the Government. 3. Service will be provided at least once a week or as needed and shredding is done on-site at every location. Contractor will ensure that upon interim destruction, i.e., macerating, pulverizing or shredding, the records are not readable or reconstruct able to any degree without extraordinary effort. Contractor will ensure that final destruction of records preformed away from the facility by macerating, pulverizing or shredding is performed by a National Association for Information Destruction (NAID) certified, bonded and insured recycler or paper mill and that nay intermediary process must protect the records until final destruction is completed. Documents upon final destruction must not be readable or reconstruct to any degree and must be recycled. 4. The locations for the bulk containers are subject to change by the Government. The Government shall notify the contractor, in writing, of location changes or adding of additional bins. 5. The contractor shall prepare and submit to the VAMC COR, two signed Certificates of Destructions. One will be provided for each pickup for each site on the date of services preformed and the second certificate for final destruction from the certified pulping plant. The Contractor shall maintain proper records concerning each Certificate of Destruction issued. B. WORK HOURS: 1. Normal Work Hours: Monday through Friday, 0800-1630, not including National Holidays (unless approved otherwise by the COR) 2. National Holidays: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. C. SHREDDING SPECIFICATIONS: Materials collected for destruction and disposal shall be secured until the confidential material is rendered unrecognizable in accordance with National Institute of Standards and Technology (NIST) 800-88 Guidelines for Media Sanitization and Federal Information Processing Standards (FIPS) 199 Security Categorization of the System Confidentiality. The contractor shall protect, safeguard, control, manage and destroy VA designated confidential documents complying with VA Directive 6371. The VAMC will not be required to separate documents by color or grade of paper nor remove paper clips and other fasteners. The contractor will provide the Contracting Officer Representative (COR), a written statement of recycling method used. The following items will be acceptable in the security bins: Business forms, carbonless forms, computer paper, copy paper, haft paper, drawings/blueprints, envelopes, fluorescent paper, goldenrod paper, laser printouts, letterhead, magazines, manila file folders, newspaper, pastel colored paper, post-it-notes, ream wrapper, slick/coated paper, staples/paperclips, white paper. The following will not be acceptable in the security container: aluminum cans, boxes, carbon paper, chipboard, large metal clips, paper cups & plates, plastic, rubber bands, trash, and wax paper. D. TASKS: 1. Contractor shall perform tasks described below: Collection Points: i. Contractor shall pick up, secure, transport and store all security bins until destruction. The contractor will maintain a chain of security/custody from pick up to final destruction. Contractor to provide Government number bins shredded prior to departing the facility. i. Multiple Collection Sites: If the container is less than half full do not empty. Contractor will secure, transport and store until destruction. The contractor will maintain a chain of security/custody from pick up to final destruction. Contractor to provide Government number bins shredded prior to departing the facility. 2. Shredding to be conducted On Site. 3. If shredding is not the final destruction method and shredding is only an interim step in the destruction process, then the shredded material must be secured until it is no longer readable or reconstructable which means material must be pulverized, bleached, pulped or fully destroyed by other means. 4. Contractor will provide facility pounds of shredded materials (monthly, quarterly, annually, and as requested by the COTR). 5. Estimated weights provide by Government for document destruction are based on the best available information at the time of issuance of this solicitation. The Government does not guarantee these estimated weights to be factual. 6. Contractor shall deliver industry standard Certificates of Destruction for completed destruction according to NIST and FIPS Regulations. 7. Contractor shall provide in-service training about recycling and destruction of confidential materials to VAMC personnel at the request of the COR. E. NON-DISCLOSURE OF SENSITIVE INFORMATION 1. Contractor staff involved in this contract will have access to some privileged and confidential materials of the US Government. These printed and electronic documents are for internal use only and remain the sole property of the US Government. Some of the materials are protected by Privacy Act of 1974 (Amended) and Title 38. Unauthorized disclosure of Privacy Act or Title 38 covered materials, by any contractor or subcontracted staff, is a criminal offense. The contractor is responsible for actions of contract employees. 2. The contractor acknowledges that in the performance of this contract, the contractor will have access to sensitive information, including information provided on a proprietary basis by carriers, equipment manufacturers, and other private or public entities. The contractor agrees to safeguard these privileges and use the information exclusively in the performance of this contract. The contractor shall comply with applicable Government regulations regarding information document security to prevent disclosure of sensitive information to unauthorized individuals or organizations. F. INSPECTION: Representatives of the Government shall have the right to inspect the contractor s and/or Subcontractor s facilities and operations provided for the performance of work under this agreement. G. CONTRACTOR QUALITY CONTROL: The contractor shall develop and maintain quality control programs to ensure destruction services are performed in accordance with mandated specifications, regulations and laws. The contractor shall develop and implement procedures to identify and prevent the occurrence of defective services. H. CERTIFICATION OF DESTRUCTION: The contractor shall prepare and submit to the medical facility s COTR an original signed Certificate of Destruction for each pick up for each site. The contractor shall maintain proper records concerning each Certificate of Destruction issued. The Certificate of Destruction shall as a minimum contain the following: 1. Pickup/Delivery Location 2. Pickup/Delivery Date 3. Name of Government COTR at Pickup Location 4. Amount of shredded waste (number of containers picked up and pounds shredded) 5. Destruction Certification Document Number 6. Destruction Certification Date 7. Any other information as determined necessary by the COTR. I. CONTRACTOR PERSONNEL, BADGES AND PARKING: 1. While on VA premise, all contractor personnel shall comply with the rules, regulations, and procedures governing conduct of personnel and the operation of the facility. 2. An Access Badge will be given to the contractor s employee upon entrance into VA buildings, unless under escort by a government employee. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward). The contractor s employee must return access badges to the COR or designee at the end of each pick-up process. 3. It is the responsibility of the contractor personnel to park in appropriate designated spaces. Parking information shall be coordinated with the COR. The government does not validate or make reimbursement for parking violations of contracted personnel under any circumstances. 4. The contractor shall be required to comply with all security policies/requirements of the Ralph H. Johnson VA Medical Center and Joint Base Charleston. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security clearance requirements shall not be allowed to perform work under this contract. 5. The contractor will be provided keys or allowed access to all areas where security waste containers when full. Keys provided to the contractor shall not be duplicated. In the even that a key is lost or duplicated, all locks and keys on that system will be replaced by the government. The contractor shall be responsible for the total cost involved in replacing keys and cores. The contractor shall be responsible for immediately reporting the occurrence of a lost keys and badges to the COR or their designee. 6. Contracted employees shall not allow any unauthorized person to use any keys or badges in their possession. They shall not open locked rooms or areas to permit entrance by persons other that contractor employees performing assigned duties. All rooms and areas will be secured by contractor personnel after completion of duties. J. INTERFERENCE TO NORMAL FUNCTION: 1. Contractor may be required to interrupt their work at any time so as not to interfere normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. 2. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. 3. Contractor personnel shall inform the COR or designee of the need to gain access to secure areas. If access is required to secure access, prearranged scheduling will be made with the COR or designee. -----END OF SOW----- (ix) The estimated Performance Period is as follows: Base Year: 10-01-2018 through 09-30-2019 Option Year 1: 10-01-2019 through 09-30-2020 Option Year 2: 10-01-2020 through 09-30-2021 Option Year 3: 10-01-2021 through 09-30-2022 Option Year 4: 10-01-2022 through 09-30-2023 (x) The Place of Performance is the Ralph H Johnson VA Medical Center, Biomedical Engineering Section, G200, 109 Bee Street, Charleston, SC 29403 and surrounding CBOCs. (xi) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (xii) The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (Aug 2018), applies to this solicitation in addition to the following addendums to the provision. Addendum to FAR 52.212-1 Show FAR provisions followed by VAAR provisions in numeric order. List all provisions incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); 52.204-17 Ownership or Control of Offeror (NOV 2014); 852.215-70-Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009). 52.212-2 Evaluation Commercial Items (Oct 2014), the Government will award a firm fixed price contract, resulting from this solicitation on the basis of the lowest evaluated price of the offers meeting or exceeding the acceptability standards for nonprice factors, to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability to meet the Government requirement; (ii) price; and (iii) past performance. Nonprice factors will be rated on an Acceptable/Unacceptable basis. Failure to meet any of the requirements will result in a Unacceptable rating and eliminate the offeror from further consideration for contract award. To be eligible for award, an offer must be rated no less than acceptable in the non-price factors. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Technical: The offeror s quote shall be evaluated to determine if offer has the capabilities to provide Document Destruction/Shredding services as detailed in the Statement of Work. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: The offeror must provide documentation of all state and federal licenses and/or certifications necessary to provide Document Destruction/Shredding services as identified in the statement of work. The offeror must provide a narrative on the overall technical approach methods and procedures used to meet the requirements identified in the Statement of Work. This narrative should provide evidence that the offeror understands the objectives that the contract intends to meet, the nature of the required work and the level of effort necessary to accomplish all the work. The offeror must provide a contingency narrative identifying how they will ensure continuity of services in the event of inclement weather, driver absence or equipment unavailability. Past Performance: offeror must provide three (3) or more references of work, similar in scope, volume, magnitude and complexity for Document Destruction/Shredding services as detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant). References may be checked by the Contracting Officer to ensure offer can perform the required services as outlined in the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Price: Offeror shall complete the Price/Cost Schedule in Section (vii), with offerors proposed contract line item prices inserted in appropriate spaces. Price shall be evaluated for fair and reasonableness in accordance with FAR 12.209; price will not be evaluated adjectivally. The price stated in the offer s Price/Cost Schedule shall be inclusive of all necessary and appropriate labor, administrative functions, insurance coverage, and all other costs to provide Document Destruction/Shedding Services in accordance with the terms, conditions, specifications, and requirements as specified in the Statement of Work. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Unrealistically low or high proposed prices, initially or subsequently, may be grounds for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or the offeror has provided an unrealistic proposal. Pricing should be considered FOB DESTINATION, and MUST be good for 180 calendar days after close of solicitation. (End of Evaluation Criteria) (xiii) This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offerors shall list exception(s) and rationale for the exception(s). (xiv) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. (xv) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017). The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-9, 52.204-18, 52.217-8, 52.217-9, 52.232-18, VAAR 852.203-70, VAAR 852.219-10, VAAR 852.232-72 and VAAR 852.237-70. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2018). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204 10, 52.209-6, 52.219-6, 52.219-8, 52.219-9, 52.219-27, 52.219-28, 52.219-3, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.222-41, 52.222-42, 52.222-43, 52.222-55, 52.222-62,52.223-18, 52.225-1, 52.225-13, 52.232-33, and 52.232-34. (xvi) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xvii) The Department of Labor Wage Determination applicable to this requirement is: WD 15-4427 (Rev -9) dated 07/17/2018. Descriptions for the occupations for this requirement and determining the appropriate wage determinations are the responsibility of the contractor, and the offeror is encouraged to coordinate with the Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor s determination of the appropriate classification. http://www.wdol.gov/sca.aspx (xviii) SITE VISIT: A site visit is not contemplated at this time. (xix) QUESTIONS: All questions regarding this solicitation need to be electronically submitted (email) no later than August 26, 2018 at 12:00 pm EST to Janica Francis-Hunter, Contract Officer at Janica.Francis@va.gov. No questions received after this date will be answered. The solicitation number must be identified on all submitted questions. (xx) SUBMISSION OF OFFERS: Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. Files should be sent in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotes/offers submitted must include the Solicitation Number and Title in the subject line of the email. ONLY ELECTRONIC MAIL (EMAIL) OFFERS WILL BE ACCEPTED. Hand deliveries or facsimile will not be accepted. Telephone responses shall NOT be accepted. Offerors must be submitted via email to the Contracting Officer (CO), Janica Francis-Hunter at Janica.Francis@va.gov no later than 4:00pm (EST) on August 31, 2018. Offerors received after this date and time will be considered late offers. (xxi) CONTACT INFORMATION Contracting Office Address: Contracting Office (90) Ralph H Johnson VA Medical Center Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412-2507 Primary Point of Contact: Janica Francis-Hunter Contracting Officer, NCO 7 Janica.Francis@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q9445/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9445 36C24718Q9445.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557718&FileName=36C24718Q9445-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557718&FileName=36C24718Q9445-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Ralph H Johnson VAMC;Deaprtment of Veterans Affairs;Environment Management Services;109 Bee Street;Charleston, SC
Zip Code: 29403
 
Record
SN05053125-W 20180825/180823231522-0cfd695393a2b953eda6a3cfc87a4d35 (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.