DOCUMENT
R -- A0001 - Attachment
- Notice Date
- 10/4/2018
- Notice Type
- Attachment
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- 36C10E19Q0008
- Response Due
- 10/18/2018
- Archive Date
- 10/21/2018
- Point of Contact
- Raymond Tracey
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The government anticipates award of a single firm fixed price contract. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. The government intends to award without discussion. Solicitation 36C10E19Q0008 is issued as a request for quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-99A, effective June 15, 2018. The combined synopsis/solicitation is set aside for Service Disabled Veteran Owned Small Business Concerns. Only quotes submitted by Disabled Veteran Owned Small Business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a verified Service Disabled Veteran Owned Small Business in VIP will not be considered for award. The applicable NAICS Code for this solicitation is 561990 and the Small Business Size limitation is $11M. Offers from SDVOSB concerns must be registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time and date set for receipt of offers and at the time and date of award to be considered for award. Offers from SDVOSB concerns that are not registered in VIP shall be rejected as non-responsive and shall not be considered for award. The contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision to for the destruction of documents and electronic media FOB Destination pricing to include most favored customer discounts. This action is subject to availability funds for the next fiscal year. Wage Determination: WD 15-4089 (Rev.8) 07/10/2018. Pricing considering should factor in consideration for final destruction of shredded documents and media by the contractor. Please provide all requested information and pricing for all CLIN as shown: Company Name: Company DUNS Number: Company Tax ID Number: Point of Contact: Telephone: SCHEDULE PAGE RFQ 36C10E19Q0008 \ ITEM NUMBER DESCRIPTION QTY PRICE 0001 BASE YEAR: Onsite Shredding Services once a week for 1 each 95 GL per week POP Begin: 1/01/2019 POP End: 12/31/2019 BASE YEAR Total Monthly Cost for 1 bin per week 1 SUB TOTAL 12 MONTHS BASE YEAR 52 wks. 1001 OPTION YR I, Onsite Shredding Services once a week for 1 each 95 GL per week POP Begin: 1/01/2020 POP End: 12/31/2020 1 OPTION I Total Monthly Cost for 1 bin per week. 1 SUB TOTAL 12 MONTHS OPTION I 52 wks 2002 OPTION YR II, Onsite Shredding Services once a week for 1 each 95 GL per week POP Begin: 1/1/2021 POP End: 12/31/2021 1 OPTION II Total Monthly Cost for 1 bin per week 1 SUB TOTAL 12 MONTHS OPTION II 52 wks 3003 OPTION YR III, Onsite Shredding Services once a week for 1 each 95 GL per week POP Begin: 10/01/2021 POP End: 9/30/2022 1 OPTION III Total Monthly Cost for 1 bin per week 1 SUB TOTAL 12 MONTHS OPTION III 52 wks 4004 OPTION YR IV, Onsite Shredding Services Pickup one a month, 2 each 4-wheel 95 GL bins per month POP Begin: 10/01/2022 POP End: 9/30/2023 1 OPTION IV Total Monthly Cost for 1 bin per week 1 SUB TOTAL 12 MONTHS OPTION IV 52 wks TOTAL ALL YEARS 5 YRS RFQ 36C10E19Q0008 STATEMENT OF WORK DOCUMENT DESTRUCTION SERVICES FOR HUNTINGTON REGIONAL OFFICE (VBA) SCOPE OF WORK The Contractor shall provide all services, labor, equipment, tools, transportation, facilities and equipment to furnish on site document destruction of paper documents in accordance with Department of Veterans Affairs (VA) Directive 6371. The contractor shall provide for one scheduled service during normal working hours (Monday through Friday, 8am 4pm) per week and unscheduled services that may arise from time to time when Department of Veterans Affairs is purging records. Contractor shall perform all services on site at the Huntington VA Regional Office, 640 4th Ave. Huntington, WV, 25701 2 REQUIREMENTS Contractor shall provide one vehicle capable of shredding all types of media at time of service. Contractor shall shred paper documents in accordance with VA Directive 6371. Destruction of Temporary Records. See Appendix A. Contractor shall allow for on site vehicle inspection of shredded media for compliance of VA Policy. Contractor shall allow for the inspection of the contractor warehouse at least annually if requested. Contractor is responsible for safeguarding documents until final destruction and shall provide safeguard addendums to the service contract as required by Directive 6371. See Appendix A. Contractor is responsible for moving containers from holding area to contractor s vehicle for on site destruction. Contractor shall provide 95 gallon bins for on site storage. All Contractor employees that will handle VA Sensitive Information shall be required to adhere to the Contractor Rules of Behavior for safeguarding of VA Sensitive Information. Prior to the start of work, the Contractor shall submit to the Contracting Officer a signed copy of the Rules of Behavior for each employee who will handle VA Sensitive Information in the performance of the contract. The Contractor shall also provide the Contracting Officer a list of those employees that have reviewed the Contractor Rules of Behavior at the beginning or the Contract, whenever there is a change to the employee list, or at least annually. CONFIDENTIALITY Confidentiality: Contractors shall keep all VA records and related information strictly confidential. CERTIFICATION & ACCREDITATION The C&A requirements do not apply, and a C&A package is not required. SHREDDING ESTIMATES: The Huntington VA Regional Office estimates but does not guarantee that it will destroy one (1) 95 Gallon bin per week. BILLING Contractor will provide the Huntington VA Finance Department with a monthly invoice to include: Weekly invoices showing the total number of bins destroyed. Date and time service was provided. Invoice Number Total monthly charge The Contractor shall comply with all security requirements imposed by the Regional Office Director at all times while on the installation. Contractor personnel involved in civil crimes and/or other incidents of misconduct may be restricted from entry onto the installation. 8 VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY REQUIREMENTS GENERAL All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA, including the Privacy Act, 5 U.S.C. §552a, and VA personnel, regarding information and information system security. Contractors must follow policies and procedures outlined in VA Directive 6500, Information Security Program which is available at: http://www1.va.gov/vapubs and its handbooks to ensure appropriate security controls are in place. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS The Contractor will not have access to VA Information and/or VA Information Systems. SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A 130. To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in Contract Security located in the VA Handbook 65000.6. VA INFORMATION CUSTODIAL REQUIREMENTS VA information provided to the Contractor for either the performance or administration of this contract shall only be used for those purposes. No other use is permitted without the CO s express written authorization. This clause expressly limits the Contractor s rights to use data as described in Rights in Data General, FAR 52.227 14(d)(1). The Government shall retain the rights to all data and records produced in the execution or administration of this contract. Information generated by the Contractor as part of the contractor s normal business operations, such as medical records created in the course of providing treatment, is subject to review by the Office of General counsel OCG to determine if the information is the property of VA and subject to VA policy. If the information is determined by OCG to not be the property VA, the restrictions required for VA information will not apply. VA information will not be co mingled with any other data on the contractors/subcontractors information systems/media storage systems in order to ensure VA requirements related to media sanitization can be met. VA also reserves the right to conduct on site inspection of information destruction/media sanitization procedures to ensure they are in compliance with VA policy requirements. Prior to termination or completion of this contract, Contractor will not destroy information received from VA or gathered or created by the Contractor in the course of performing this contract without prior written approval by the CO. A Contractor destroying data on VA s behalf must do so accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, and applicable VA Records Control Schedules Contractor will receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of this contract and applicable federal and VA information confidentiality and security laws, regulations and policies. Applicable federal information security regulations include all Federal Information Processing Standards (FIPS) and Special Publications (SP) issued by the National Institute of Standards and Technology (NIST). If federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies, including FIPS or SP, in this contract. Contractors collecting, storing, or disseminating personal identifiable information (PII) or protected health information (PHI) data must conform to all pertinent regulations, laws, and VA directives related to privacy. Contractors must provide access for VA privacy reviews and assessments and provide appropriate documentation as required. The Contractor shall not make copies of VA information, electronic or otherwise, except as necessary to perform the terms of the agreement or to preserve electronic information stored on Contractor electronic storage media for restoration in case any electronic equipment or data used by the Contractor needs to be restored to an operating state. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to terminate the contract for default or terminate for cause under Federal Acquisition Regulation ( FAR ) part 12. The Contractor will store, transport or transmit VA sensitive information in an encrypted form, using a VA approved encryption application that meets the requirements of NIST s FIPS 140 2 standard. The Contractor s firewall and Web services security controls, if applicable, shall meet or exceed VA s minimum requirements. VA directives are available on the VA directives Web site at: https://www.va.gov/vapubs. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA s prior written approval. The contractor will refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA Contracting Officer for response. Notwithstanding the provision above, the contractor shall not release medical quality assurance records protected by 38 U.S.C. 5705 or records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus protected under 38 U.S.C. 7332 under any circumstances, including in response to a court order, and shall immediately refer such court orders or other inquiries to the VA contracting officer for response. The Contractor shall not use technologies banned in VA in meeting the requirements of the contract (e.g., Bluetooth enabled devices). SECURITY INCIDENT INVESTIGATION The term security incident means an event that has, or could have, resulted in loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor shall immediately (within 1 hour) notify the COTR and simultaneously, the VA Incident Management and Response (privacyservice@va.gov.) the designated ISO/Privacy Officer for the contract of any known or suspected security/privacy incident, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor has access. To the extent known by the contractor, the contractor s notice to VA will identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information/assets were placed at risk or compromised), and any other information that the contractor considers relevant. Contractor will simultaneously report the incident to the appropriate law enforcement entity(ies) of jurisdiction in instances of theft or break in. The contractor, its employees, and its subcontractors and their employees will cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor will cooperate with VA in any civil litigation to recover VA information, to obtain monetary or other compensation from a third party for damages arising from any incident, or to obtain injunctive relief against any third party arising from, or related to, the incident. To the extent practicable, contractor shall mitigate any harmful effects on individuals whose VA information was accessed or disclosed in a security incident. In the event of a data breach with respect to any sensitive personal information processed or maintained by the contractor or subcontractor under the contract, the contractor is responsible for liquidated damages to be paid to VA. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government, and shall be submitted to the COTR at the conclusion of the task order. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. PERIOD OF PERFORMANCE The period of performance under this contract is January 1, 2019 December 31, 2019 unless the term of the contract is extended through the exercise of the clause at FAR 52.217 9, Option to Extend the Term of the Contract. The ultimate completion date of the contract considering the award of the Base Period and all Option Periods shall not exceed December 31, 2023. HOLIDAYS The contractors shall not be required to perform any under this contract on any of the following federal holidays: New Year's Day, Martin Luther King Jr s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. Print or type your full name Signature Contractor s Company Name Position Title Office Phone vii. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this solicitation. The following provisions are added as addenda: 52.217-5 Evaluation of Options (JUL 1990) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) 852.270-1 Representatives of Contracting Officers (JAN 2008) (End of Addendum to 52.212-1) 52.212-2, Evaluation Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Technical i. AAA NAID CERTIFIED ii. Must be compliant with VA Directive 6371. iii. What is your final destruction process? What do you do with the shredded documents and media? Past Performance Submit three At least 3 references. Technical and Past Performance when combined are more important than price. Submission of Offers: Offers are due no later than October 18, 2018 by 4:00 PM EST. Offers shall be submitted electronically to Raymond.tracey@va.gov The email subject line must contain the following: Quote in Response to 36C10E19Q0008, Shredding services for Huntington WV, 25701. Offers shall be based on the requirements of the request for quotation and must contain the following: A cover page including the following information: Business Name, Socioeconomic category (i.e. SDVOSB, VOSB), Address, DUNS Number, Name, Phone number, and email address for the Primary Point of Contact, Tax Identification Number (TIN), and any GSA contract number if applicable to this solicitation. Detailed information showing the specifics of the proposed equipment and monitoring/reporting platform. A completed price schedule in the format as provided in the attachment. Acknowledgement of any amendments (if applicable). Solicitation Questions: Questions of a technical nature shall be submitted to the Contracting Officer in writing via e-mail. No phones calls will be taken. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is October 9, 2018 by 4:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the responses. Questions must be submitted via email NO PHONE CALLS. Amendments: Amendments to this solicitation will be posted at http://www.fedbizopps.gov(FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable. 52.212-2, Evaluation Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. 1.Technical: a. AAA NAID CERTIFIED b. Must be compliant with VA Directive 6371. c. What is your final destruction process? 2. Past Performance: Submit three At least 3 references. 3.Technical and Past Performance when combined are more important than price. viii. FAR 52.212-3, Offeror Representations and Certifications -Commercial Items (NOV 2017) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs N/A. ix. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions clauses are added as addenda: 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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) 52.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (JAN 2017) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. 52.227-14 Rights in Data-General (MAY 2014) 52.232-18 Availability of Funds (APR 1984) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.246-4 Inspection of Services Fixed Price (AUG 1996) 52.252-6 Authorized Deviations in Clause (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.273-74 Award without Exchanges (Jan 2003) 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-Disabled Veteran-owned small business concern or SDVSOB: (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. (2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled Veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled Veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled Veteran-owned small business concern. (c) Agreement. A service-disabled Veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR § 125.6. (d) A joint venture may be considered a service-disabled Veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled Veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 852.252-70 Solicitation Provisions or Clause Incorporated by Reference (Jan 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71 Inspection (JAN 2008) (End of Addendum to 52.212-4) xii. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph a clause applicable: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.233-1 Disputes (May 2014) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (Alt.I) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits Recycling Laborer $12.71 (End of clause) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) xiii. Additional Contract Requirements or terms and conditions: None xiv. Defense Priorities and Allocations Systems and assigned rating: N/A xv. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E19Q0008/listing.html)
- Document(s)
- Attachment
- File Name: 36C10E19Q0008 0001 36C10E19Q0008 0001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4621809&FileName=36C10E19Q0008-0001000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4621809&FileName=36C10E19Q0008-0001000.docx
- File Name: 36C10E19Q0008 0001 Appendix A.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4621810&FileName=36C10E19Q0008-0001001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4621810&FileName=36C10E19Q0008-0001001.docx
- File Name: 36C10E19Q0008 0001 Appendix B.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4621811&FileName=36C10E19Q0008-0001002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4621811&FileName=36C10E19Q0008-0001002.docx
- File Name: 36C10E19Q0008 0001 Appendix C.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4621812&FileName=36C10E19Q0008-0001003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4621812&FileName=36C10E19Q0008-0001003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C10E19Q0008 0001 36C10E19Q0008 0001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4621809&FileName=36C10E19Q0008-0001000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Veterans Benefits Administration;Huntington VA Regional Office RO 315;640 4t Avenue;Huntington, WV
- Zip Code: 25701
- Zip Code: 25701
- Record
- SN05115377-W 20181006/181004230703-a8d2400ad50b69c419a33d7a43b85c41 (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 |