Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 01, 2020 SAM #6698
SOLICITATION NOTICE

65 -- Omaha Pkg. 48 - Sterilizer

Notice Date
3/30/2020 9:31:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
PCAC ACTIVATIONS (36A776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36A77620Q0223
 
Response Due
4/7/2020 12:00:00 AM
 
Archive Date
06/06/2020
 
Point of Contact
Nick Council Nick.Council@va.gov
 
E-Mail Address
Nick.Council@va.gov
(Nick.Council@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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; proposals are being requested and a written solicitation will not be issued. The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) requires a contractor to provide a Steam Sterilizer, to include installation and warranty, for ambulatory requirements within the VA Nebraska-Western Iowa Healthcare System Ambulatory Care Clinic. These Sterilizers are designed for fast, efficient sterilization of heat- and moisture-stable materials, in addition to sterilization of items for immediate use. The referenced solicitation clauses and provisions are in effect through Federal Acquisition Circular 2020-05, dated February 27, 2020. Solicitation number 36A77620Q0223 is being issued as a Request for Quote (RFQ). This RFQ is being conducted in accordance with FAR Parts 12 and 13. The associated North American Industry Classification System (NAICS) code for this procurement is 339113 (size standard 750 Employees). This RFQ is set-aside for Small Business concerns. Price Schedule (Price shall be inclusive of Steam Sterilizer and associated items installation) Contract Line Item (CLIN) Unit Qty Item Description Item Price 0001 EA 1 Prevacuum Small Steam Sterilizer 20X20X38 $ 0002 EA 1 Loading Car, Transfer Carriage &Track Assembly $ 0003 EA 1 1 Year Preventative Maintenance $ 0004 EA 1 2 Years of All-Inclusive Service Coverage $ Salient Characteristics Touch-screen Help screens for programming and troubleshooting alarm conditions Automatic check of control program and cycle data Service reprogrammable flash ROM memory Vertical sliding door with hands-free loading and unloading Foot pedal activated door opening and closing Non-lubricated, steam-activated door seal 20 x 20 x 38"", Prevacuum with Liquid Cycle a high capacity chamber with capacity to sterilize up to three 25lb instrument trays. Ability to accommodates larger sets. 12 programmable cycles include Immediate Use Prevac 4+1, Gravity and Liquids. Customizable cycle names. Ability for large visible panel reading Ink on paper impact printer provides permanent cycle record. Automated flush and drain capability. Installation of Sterilizer and Cabinet(turn-key) Loading car, transfer carriage & track assembly 1 year of preventive maintenance All preventive maintenance including PM parts, lubricants, testing and adjustments if necessary 2 year service coverage Parts, labor, and travel for all scheduled preventive maintenance inspections and unlimited repairs. Place of Delivery VA Nebraska-Western Iowa Healthcare System Ambulatory Care Center Clinic 4001 Woolworth Ave. Omaha, NE 68105 Period of Performance The anticipated contract period is 30 to 45 Days after award for Delivery. For Delivery and Receiving specifications, please see Attachment 1 Steam Sterilizer Statement of Work, Section 2.4, Subsections 2.4.1 2.4.5. ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR CLAUSES INCORPORATED BY REFERENCE: FAR 52.204-13 System for Award Management and Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR CLAUSES INCORPORATED BY REFERENCE: VAAR 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.246-71 Rejected Goods (OCT 2018). VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (End of Addendum to 52.212-4) 52.212-5� CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2020) � (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ��� (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ��� (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). ��� (3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115 232). ��� (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). � � (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). ��� (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). � (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ��� [X]� (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). ��� [X]� (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). ��� [X]� (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ��� [X]� (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). �� [X]� (26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). ��� [X]� (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). ��� [X]� (28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). ��� [X]� (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). ��� [X]� (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). ��� [X]� (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) ��� [�]� (47)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ��� [X]�(iii) Alternate II (MAY 2014) of 52.225-3. ��� [X]� (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ��� [X]� (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). � (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause ����� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). ����� (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ����� (iii) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). ����� (iv) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115 232). ����� (v) 52.219 8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219 8 in lower tier subcontracts that offer subcontracting opportunities. ����� (vi) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. ����� (vii) 52.222-21, Prohibition of Segregated Facilities (APR 2015). ����� (viii) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). ����� (ix) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). ����� (x) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). ����� (xi) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). ����� (xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. ����� (xiii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). ����� (xiv)(A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). ������� (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ����� (xv) 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). ����� (xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). ����� (xvii) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). ����� (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). ����� (xix) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). ����� (xx)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). ��� ��� (B) Alternate I (JAN 2017) of 52.224-3. ����� (xxi) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ����� (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. ����� (xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. ��� (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 852.232-72�ELECTRONIC SUBMISSION OF PAYMENT REQUESTS As prescribed in 832.7001-2, insert the following clause: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a)� Definitions.� As used in this clause- (1)� Contract financing payment has the meaning given in FAR 32.001. (2)� Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices.� This office can be contractually designated as the receiving entity.� This office may be different from the office issuing the payment; (3)� Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause.� Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests; (4)� Invoice payment has the meaning given in FAR 32.001; and (5)� Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b)� Electronic payment requests.� Except as provided in paragraph (e) of this clause, the Contractor shall submit payment requests in electronic form.� Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c)� Data transmission.� A Contractor must ensure that the data transmission method and format are through one of the following: (1)� VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2)� Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI) (d)� Invoice requirements.� Invoices shall comply with FAR 32.905. (e)� Exceptions.� If, based on one of the circumstances below, the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office.� Submission of payment requests by mail may be required for (1)� Awards made to foreign vendors for work performed outside the United States; (2)� Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3)� Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4)� Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5)� Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of clause) 852.203-70�COMMERCIAL ADVERTISING (MAY 2018). The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of clause) FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Oct 2018) applies to this solicitation. RFQ RESPONSE REQUIREMENTS: Offerors are responsible for providing all required elements as indicated by relevant sections of the Statement of Work (SOW) and per items listed below. The offeror is responsible for submitting sufficient information to enable the Government to determine that the quoted items meet the salient characteristics identified in the SOW. SUBMISSION OF OFFERS: Quotations shall be received on or before Tuesday, April 7, 2020 at 1:00 PM (Eastern Standard Time). Quotations received after the due date and time may not be considered. Quotations shall be submitted electronically to the Contract Specialist, Nick Council, at Nick.Council@va.gov. The Offeror agrees to hold the prices in its quotation firm for no less than 90 calendar days from the date specified for receipt of quotations. Questions of a technical nature shall be submitted electronically via email to the Contract Specialist, Nick Council, at Nick.Council@va.gov, no later than Thursday, April 2, 2020 at 1:00 PM (Eastern Standard Time). FAR 52.212-2 Evaluation-Commercial Items (Oct 2014) applies to this solicitation. EVALUATION OF OFFERS: Basis of Award 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, price and other factors considered. The following factors shall be used to evaluate offers: Technical Price [LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA)] A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Evaluation Approach Evaluation of offerors will be made on an LPTA basis. The following factors will be used to evaluate offers: 1) Technical (meets salient characteristics/specifications detailed in Attachment 1 Steam Sterilizer Statement of Work, including delivery and warranty information) and 2) Price a. Technical. Meets specifications/salient characteristics listed in Attachment 1 Steam Sterilizer Statement of Work (SOW). This factor will be determined through Government evaluation of the quoted equipment against the Governments minimum requirements as identified in the SOW. If the offerors quote is not an exact match to the line items, the quote must adequately identify the equipment s characteristics in order to confirm the offered equipment meets the Government's minimum needs. The Offeror shall provide an electronic copy of the manufacturer s specifications for all items quoted, when applicable. These manufacturer specifications shall contain adequate specifications for the Government to determine the product meets the specifications identified in the SOW. If the Offeror did not respond to Request For Information (RFI) 36A77620Q0105 with a completed OEM Authorized Dealer Letter, the response shall include a completed Attachment 2 Example OEM Authorized Dealer Letter by the manufacturer, unless the response is submitted by the manufacturer. Not providing this information may render the quote technically unacceptable and, thus, ineligible for award. b. Price. Total evaluated price will be determined by multiplying the quantities identified for each Contract Line Item (CLIN) by the proposed unit price for each Contract Line Item (CLIN). The extended amounts for each CLIN will then be added together to determine the total evaluated price. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the evaluation in the most effective manner. Specifically, the Government may first evaluate the total proposed price of all Offerors. Thereafter, the Government will evaluate the technical quotation of the lowest priced Offeror only. If the lowest priced Offeror s technical quotation is determined to be rated as Acceptable, the Government may make award to that Offeror without further evaluation of the remaining Offerors technical quotations. If the lowest priced Offeror s technical quotation is determined to be rated as Unacceptable, then the Government may evaluate the next lowest priced technical quotation, and so forth and so on, until the Government reaches the lowest priced technical quotation that is determined to be rated as Acceptable. However, the Government reserves the right to evaluate all Offerors technical quotations, should it desire. FAR 52.212-3 OFFEROR REPRESENTATONS AND CERTIFICATIONS-COMMERICAL ITEMS (DEC 2019) A completed copy of provision 52.212-3 is to be included with any response to this solicitation. The completed response is to adhere to the applicable paragraph(s) identified below. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM 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), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs . (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246 (1) Previous contracts and compliance. The offeror represents that (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of domestic end product. The terms commercially available off-the-shelf (COTS) item, component, domestic end product, end product, foreign end product, and United States are defined in the clause of this solicitation entitled Buy American Supplies. (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Free Trade Agreements Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Free Trade Agreements Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product, commercially available off-the-shelf (COTS) item, component, domestic end product, end product, foreign end product, Free Trade Agreement country, Free Trade Agreement country end product, Israeli end product, and United States are defined in the clause of this solicitation entitled Buy American Free Trade Agreements Israeli Trade Act. (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled Buy American Free Trade Agreements Israeli Trade Act : Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled Buy American Free Trade Agreements Israeli Trade Act. The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of domestic end product. Other Foreign End Products: Line Item No. Country of Origin ____...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9b59b6cf35ce47cea506604065e8bfcd/view)
 
Place of Performance
Address: VA Nebraska-Western Iowa Healthcare System;Ambulatory Care Clinic;4101 Woolworth Avenue;Omaha, NE 68105, USA
Zip Code: 68105
Country: USA
 
Record
SN05604713-F 20200401/200330230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.