Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2020 SAM #6832
SOLICITATION NOTICE

61 -- 36C24920Q0383 Electrical Power Distribution Testing Maintenance/Inspection

Notice Date
8/11/2020 12:55:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0383
 
Response Due
9/8/2020 6:00:00 AM
 
Archive Date
12/16/2020
 
Point of Contact
Crystal Baird, Contracting Officer, Phone: 615-225-5427
 
E-Mail Address
crystal.baird@va.gov
(crystal.baird@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis Solicitation Solicitation Number: 36C24920Q0383 Posted Date: 8/11/2020 Response Date/Time: September 8, 2020 at 8:00am CST Set Aside: SDVOSB NAICS: 811310 PSC: 6110 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 Effective 08-03-2020. This solicitation is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a size standard of $7.5 million. The Alvin C. York VA Medical Center is seeking to electrical distribution testing services. All interested companies shall provide quotations for the following: DEPARTMENT OF VETERANS AFFAIRS TVHS Alvin C. York VA MEDICAL CENTER Statement of Work Maintenance, Inspection and Testing of the Electrical Distribution System PART I - GENERAL Introduction This contract requirement is for the Veterans Health Administration (VHA), National Fire Protection Association (NFPA) required 36-month interval maintenance, inspection, NETA testing, operation and /or calibration of the Electrical Power Distribution System and all the electrical distribution components at TVHS, Murfreesboro Campus, 3400 Lebanon Pike, Murfreesboro TN, 37129. Background The Electrical Distribution system is required to be tested under the requirements of VHA Directive 1028, NFPA and The Joint Commission. Maintenance, Inspections and testing will adhere to the requirements of the NFPA codes and standards including the National Electrical Code (NFPA 70), Recommended Practice for Electrical Equipment Maintenance (NFPA 70B), Standard for Electrical Safety in the Workplace (NFPA 70E), Health Care Facilities Code (NFPA 99), Life Safety Code (NFPA 101) and Standard for Emergency and Standby Power Systems (NFPA 110) as the basis for the requirements of the design, installation, operation, testing, and maintenance of the Electrical Power Distribution System at VHA facilities. Scope of work The contractor is to provide all supervision, transportation, qualified labor, tools, test equipment and materials to perform all NETA Standards for Maintenance Testing and Inspections of all electrical distribution equipment at the York Campus. Distribution equipment to include but not limited to 4160-volt distribution equipment such as substation breakers and associated protective relays and controls, switches (manual and automatic), cables and manholes and transformers, motor starters. 480- and 208-volt unit substations - switchboards and associated breakers, dry type transformers, panel boards and associated breakers, disconnect switches, variable speed drives, contactors etc. D. Scheduling a. This contract performance will be accomplished in multiple stages and will require work to be performed during normal working hours, after normal working hours as well as extended hours on weekends. No work will be performed on any Federal holidays. Normal working hours are from 7:00 am to 3:30 pm Monday through Friday. Weekend work hours will be from 7:00 am until the planned work for that day is complete and all electrical equipment under test for the facility is back in proper working order. b. Performance of this contract will be complete within 120 days of the proposed start date December 1, 2020. December Complete site survey of all electrical equipment and prepare all required test sheets for all equipment requiring to be reported upon. Data sheets are to be ready with all identifying information prior to power outages for testing. Perform inspection of the installed lightning suppression systems. Perform manhole survey. The Contractor and the Electrical Supervisor to structure a plan of schedule for power outages during the required to permit testing of the electrical equipment. Due to the power outages required for maintenance and testing, and the power requirements for the medical center, all outages and testing are to be coordinated and scheduled with the Electrician Supervisor, any requirements for adjusting the schedule (e.g. to minimize disruption to the VAMC) shall be incorporated by the Contractor. At no time will both emergency source and normal source of power be permitted to be out of service for any single building. January complete Infrared inspection of all electrical equipment under this requirement. Infrared scan is to be accomplished during the time frame of the facilities highest electrical load, 8:30 am to 3:00pm Monday through Friday. The last weekend in January of 2021 will start weekend power outages and electrical device testing. February The weekend of February 13, 2021, continuation of building power outages for electrical testing to meet the VHA directive working on de-energized equipment. Continues each weekend until all buildings electrical equipment has been tested. March actual date to be determined, the Contractor and the Electrical Supervisor to coordinate with Middle Tennessee Electric for a 100% normal power outage and separation from Middle Tennessee Electric utility power and complete testing of all Bldg. 111 substation equipment and all other 4160 distribution equipment not tested under building outages. Part II Requirements A. Safety a. The Contractor shall adhere to all OSHA, EPA, NFPA Life Safety Codes, and all other regulatory requirements. b. In performance of this contract, the Contractor shall follow VAMC safety policy and standard for safe work practices and take such safety precautions as the Safety Officer or designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. c. The Contractor shall comply with VAMC smoking policy, the facility is a smoke free environment, no smoking at the facility. d. Patient, employee, visitors, and contractor personnel safety shall always be maintained. The contractor is responsible for the occupation safety and health of his/her employees. The Contractor shall comply with all applicable OSHA safety and health standards. e. The Contractor is responsible to identify, provide and maintain all personal protective equipment required to perform the duties outlined in the contract. In addition, the contractor is responsible for identifying and providing all applicable safety programs (i.e. lockout/tag out, confined space entry, universal precautions, etc.) required while performing the work. Training on required safety programs and the proper use of PPE s shall be provided, and documentation maintained by the contractor. f. The Contractor is responsible for the supervision of all their employees while on government property. It is the Contractor s responsibility to assure compliance with the scope of work and requirements referenced in this contract. Provisions provided in the scope of work are not intended to relieve the Contractor of this responsibility. B. Qualifications a. Contractors shall be experienced Electrical Contractors, having properly trained and certified permanent staff required to perform the contracted work. Electrical Contracting (i.e. the construction, repair, testing and maintenance of industrial and commercial electrical distribution systems) shall be the primary interest/specialty of the Contractor s business. b. Contractors and their employees shall be certified by the International Electrical Testing Association (NETA) or equivalent certifying organization as Certified Technicians with each having completed the appropriate Occupational Safety & Health Administration (OSHA) approved construction safety training. c. Contractors shall have technical training and demonstrable track records of working experience in maintenance, inspection, and testing of the Electrical Power Distribution Systems and related components in healthcare, industrial, educational, and commercial facilities for a minimum of five (5) continuous years. Electrical components on which the Contractors have experience shall include, but not be limited to, switchboards & switchgear (low and medium voltage); low voltage controls; emergency and standby generators; automatic transfer switches, wiring, transformers, meters, and other electrical appurtenances. d. Contractors shall have safety trainings either on-the-job or class-room type in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations(CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for Electrical Safety in the Workplace. Training certification shall be provided indicating each technician is a Qualified Person as defined by NFPA 70E. Training certifications shall be submitted to the VA Contracting Officer prior to work. e. Contractors shall have ready access to the latest versions of the following references: 1) NFPA 70, National Electrical Code .A. NFPA 70B, Recommended Practice for Electrical Equipment Maintenance. 2) NFPA 70E, Standard for Electrical Safety for the Workplace. 3) NFPA 110, Standard for Emergency and Standby Power System. 4) OSHA Standard 29 CFR 1910, Subparts I & S. 5) Inter-National Electrical Testing Association, Inc. (NETA) Maintenance and Testing Specifications. 6) Operating /Maintenance manuals and specifications of the electrical equipment to be maintained and tested. These documents may be obtained from the VHA Medical Center, or the equipment manufacturers. 7) VHA Directive 1028 D 2020 02 24, Facility Electrical Power Systems C. Contractor Equipment a. Contractors shall have and provide ample quantity qualified labor, necessary tools, all proper test equipment, and PPE to perform the work safely, effectively, efficiently and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. b. Prior to initiating work, Contractor shall provide documentation that all instruments, test equipment, tools and PPE have current calibration. Dated calibration labels shall be visible on all instruments, test equipment, tools and PPE as appropriate. c. The use of impact guns on reassembly of electrical equipment is prohibited, hand starting screws and fasteners is required and the use of electric/battery operated screw drivers with a properly set clutch will be allowed. D. Maintenance and Inspection a. Infra-Red Scanning/Thermo graphic Survey shall be performed on all electrical equipment listed in the inventory Attachment 1. 1.Use an infra-red scanning camera to detect hot spots in the Electrical Power Distribution System. Objective of this work is to detect any loose, broken, overloaded or corroded connections in the system. Survey will be conducted during the hours of 8:30am 3:00pm Monday-Friday during the times of peak load. 2.Note that since this work item must be done while the Electrical Power Distribution System is energized, appropriate safety precautions with proper PPE must be taken before, during and after scanning the system. A permit for working on live electrical equipment will be completed prior to this work and approved by the VA chain of command. 3.Contractor shall provide 2 separate hard copy reports on the Infra-Red/Thermographic study indicating all detected items needing corrections. Include thermal images of detected items within the report and recommendations for correction. b. Contractor is to perform a non-destructive, non-invasive visual inspection and test of the installed lightning suppression system for each building containing a lightning suppression system, inventory and brief description of each building is in attachment 4. The system inspection is to include; checking for proper mounting and attachment to the building, inspection for weakened connections due to corrosion, inspect for loose connections that could create continuity high resistance problems, tighten as necessary, check condition of down leads, ensure leads are not loose from the structure or severed at ground level, provide a ground resistance check of each down leg for each building , reference NFPA780 Annex D. Contractor shall provide documentation of the inspection, results of the resistance checks and provide any recommendations for corrective actions and estimated costs of the corrective actions. c. Work items, definitions, and references shall comply with the latest edition of the NETA Maintenance Testing Specifications (MTS) and with the VHA Directive1028, Electrical Power Distribution System. Below is a representative list and requirements (* denotes additional requirements) of electrical equipment that shall be maintained and tested: 1.Switchgear and Switchboard Assemblies. 2.Transformers, Dry Type, Air-Cooled, Low-voltage, Small. 3.Transformers, Dry Type, Air-Cooled, Low-voltage, Large. 4.Transformers, Liquid-Filled. * 5.Voltage regulators-single phase step type, medium voltage 6.Metal Enclosed Busways. 7.Switches, Air, Low-Voltage. 8.Switches, Air, Medium-Voltage, Metal-Enclosed. 9.Switches, Oil, Medium-Voltage. 10. Switches, Vacuum, Medium-Voltage, Automatic Transfer Switches**. 11. Switches, SF6, Medium-Voltage. 12. Circuit Breakers, Air, Insulated-Case/ Molded-Case. *** 13. Circuit Breakers, Air, Low-Voltage Power. 14. Circuit Breakers, Air, Medium-Voltage. 15. Circuit Breakers, Vacuum, Medium-Voltage. 16. Protective Relays, Mechanical, and Solid State. 17. Protective Relays, Microprocessor Based. 18. Grounding Systems. *** 19. Ground-fault Protection Systems. 20. Motor Control, Motor Starters, Low-Voltage. 21. Motor Control, Motor Starter, Medium-Voltage. 22. Emergency Systems, Engine Generators. 23. Emergency Systems, Automatic Transfer Switches. ***** 24. Manholes and associated underground cables and connections. ****** 25. Unit substation, battery charger, battery cleaning and battery load testing. * (Item 4) Transformers/regulators, Liquid-Filled shall have the oil tested additionally for the presents of PCB s. If none are detected, labels for each transformer/regulator shall be affixed/replaced to each oil filled device indicating the unit as PCB free. Contractor is to remove any existing labels and replace with new. ** (Item 10) Medium Voltage Transfer Switches, manufactured by G & W electric, repair voltage sensing problem on PMSG-3 and repair motor circuit failure on PMSG-8, Attachment 2. ***(Item 12) Perform a continuity check of all molded case circuit breakers (frames size 225 amps or less) to determine if all contacts open and reclose when breaker is manually tripped and restored. All molded case breakers in all panels are to be tested including emergency panels. Breakers in panels with no attached loads are to be tested and restored to the OPEN position upon completion of testing. Panels feeding the Fire Alarm system: ensure proper FIRE ALARM CIRCUIT red labeling of the panel and the proper branch circuit breaker, ensure proper installation of the breaker locking device and label. Ensure the Fire Alarm Panel is labeled and matches the correct breaker and panel information. (Reference NFPA 72, 10.6.5.2.1 through 10.6.5.4 and NFPA 70, 760.121) **** (Item 18) Inspect and tighten ground connections. Test ground resistance for the entire facility electrical distribution grounding system. Provide an individual ground testing report including each location of the ground resistance test and the resistance detected. Include recommended corrective actions and cost estimates within the report. ***** (Item 23) All EPSS automatic transfer switches (ATSs) considered part of the Emergency Power Supply System shall have all maintenance, testing and functional tests of the transfer switches performed by a manufacturer s factory trained and authorized service technician. Inventory of all ATSs shall be provided by the VA. Most of this work is performed during normal working hours and with the equipment is energized, there are a few none by-passable switches that will require service during a power outage, Attachment 3. ****** (Item 24) Perform IR scan of all electrical distribution manholes. Perform functional tests of all installed submersible pumps and associated receptacles. Provide a list of discrepancies noted for each manhole. This requirement to be performed a minimum of 28 calendar days prior to the separation of the utility power so corrective actions can be performed during the electrical outage. d. 4-Hour Power Outage Test The Contractor shall include in their bid proposal all costs associated with the disconnect/reconnect services of the local utility company (MTEMC) for the duration of the test. The estimated duration of the Contractor s involvement is between 8 12 hours. The Contractor shall assist the VAMC staff with troubleshooting and correcting malfunctioning electrical equipment discovered during the test. The Contractor shall provide a separate document stating the completion of the EES system outage test. The Contractor shall be present for and will participate in the required VAMC 4-hour test of the Essential Electrical System (EES)and provide separate documentation of this test. This test shall fulfill the requirements of VHA Directive 1028, Electrical Power Distribution System, NFPA 110 (e.g. Para. 8.4.9.) and the Joint Commission. This test will be in conjunction with the testing and maintenance of the facilities Unit Sub-station equipment and will include opening of all utility service connections serving the VAMC for a minimum of 4-hours. During the test period, the contractor will verify operation of all EES components including the transfer to emergency power and return to normal service. Contractor shall record hourly generator stats and make any required adjustments and/or re-calibrations to all equipment which has been otherwise maintained, inspected, and tested under this Scope of Work. The VA recognizes the majority of TVHS York Campus installed emergency power generators do not meet the 30% data tag load requirement set by The Joint Commission and have performed a 4 hour load bank test in conjunction with the building load to satisfy The Joint Commission and the NFPA110 requirements. e. Contractors shall immediately report to the Contracting Officers Representative and or the Electric Shop Supervisor or the Maintenance and Operations Supervisor any deficiencies that are deemed critical or catastrophic. f. VA to provide an inventory list of electrical items to be tested under this contract. Due to construction and changes of the electrical distribution system from the time this contract is written, the inventory list is subject to change and shall not be considered 100% inclusive. Contractor shall accept a 5% change of equipment contained in the inventory, inventory may change due to construction removal of equipment or additions of equipment. Cleaning a. Contractor is required to clean all insulating boots and insulating tape during inspection of all medium voltage switches. Contractor to replace any insulating tape that appears to have lost the ability to adhere to itself. b. The contractor will ensure to remove by vacuum and/or lint free cloth all dust and debris from all equipment under test in this contract. F. Lubrication a. All manually operated switches and moving parts of automatic type switches shall be lubricated and functionally tested for proper operation. Lubricants used shall be approved or recommended by the manufacturer of the equipment or a suitable non-flammable substitute listed in the NETA standard. G. Summary of Work a. A complete written report of the work performed shall be provided to the VA within14 working days of contract work completion. Information shown in the report shall meet the following: 1)Company s name, addresses, telephone, & FAX numbers. 2)Name and signature of all contractors who performed the maintenance and testing. 3)VA Work Contract Number, name and number of VA Contracting Officer. 4)Date and Time of work. 5)Copies of contractors valid licenses, professional and training certificates. 6)Descriptions and model number of specialized tools and equipment used, such as torque wrench or infra-red scanning camera. 7)Equipment items shall be listed in the report in a manner as the distribution system is installed (MV equipment, Bldg. MV equipment, switch boards, switch board breakers, Normal power panels, panel breakers, Emergency power panels, panel breakers, switches etc. 8)Location, Type, Name, and nameplate information of electrical equipment maintained and tested. 9)Descriptions of work items. 10)Test data. 11)Reference materials such as equipment manufacturer s specifications, coordination study, etc. 12)Provide an individual ground testing report including each location of the ground resistance test and the resistance detected. Include recommended corrective actions and cost estimates within the report. 13)Provide a separate document stating the completion of the EES system outage test. 14)Remarks on conditions of electrical equipment. List all deficiencies, if any. 15)Recommended corrective actions and cost estimates, if any. b. Submit two (2) hard copies of the complete written report, and one (1) CD-ROM of the electronic version of the report in Microsoft Word or Excel format to the Contracting Officers Representative (COR-Electrical Supervisor) within fourteen (14)calendar days of contracted work completion. Contractor shall present the report by4160 equipment then by building number and the equipment tested will be listed in the report as it would follow a 1-line diagram. Separate report document for the disconnect of the utility and the recording of the EPSS, separate report for the infrared testing, separate report for the lightning suppression inspection. All reference materials shall be included in the electronic version of the report, either through scanning or other means of electronic text import methods. H. Notes and Other Information a. There are no known security issues with this Statement of Work. b. Schedule of electrical equipment is attached. c. The Contractor shall provide the COR with pertinent emergency telephone numbers, in order to summon assistance in case an electrical emergency develops. At least one of the emergency telephone numbers shall be manned twenty-four (24) hours per day. This information shall be provided in writing to the COR, prior to the contract start date. SCHEDULE: All interested parties shall provide a quotation for the following: CLIN Description Quantity Price 0001 Electrical Distribution Testing, Maintenance, and Inspection for the Alvin C. York VA Medical Center POP: 12/1/2020-03/31/2021 1 Place of Performance Alvin C. York VA Medical Center 3400 Lebanon Pike Murfreesboro, TN 37129 EVALUATION OF QUOTES: Award will be made to the lowest price offeror that is determined to bring the BEST VALUE to the Government and meets the technical requirement of the solicitation. Award shall be made to the vendor whose quotation offers the best value to the government, considering technical acceptability, past performance, and price. QUOTE FORMAT AND SUBMISSION REQUIREMENTS: Offerors shall provide only one quote. Quote should be emailed to crystal.baird@va.gov NLT 09/08/2020 at 8:00 AM CST. Non-compliance with this requirement may result in disqualification of the quote. All vendors must be registered and complete all entries in the System for Award Management (SAM) to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM All Quote submissions must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. The government intends to award a Firm Fixed Price contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Offeror shall list exception(s) and rationale for the exception(s). Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items March 2020 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders MAR 2020 FAR Number Title Date 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST DEC 2011 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS APR 2014 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER MAY 2011 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.232-18 AVAILABILITY OF FUNDS APR 1984 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR APR 1984 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 (End of Clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30. (End of Clause) VAAR 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) VAAR 852.232-72 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, email, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; 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 in this paragraph (e), 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) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Clause) The following subparagraphs of FAR 52.212-5 are applicable: (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...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1ae0f3e348e8455d8e02447439c33e7d/view)
 
Place of Performance
Address: Alvin C. York VA Medical Center 3400 Lebanon Pike, Murfreesboro 37129
Zip Code: 37129
 
Record
SN05753503-F 20200813/200811230149 (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.