SOLICITATION NOTICE
V -- 36C24921Q0025 HOPTEL Requirement
- Notice Date
- 10/20/2020 12:57:02 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24921Q0025
- Response Due
- 11/10/2020 6:00:00 AM
- Archive Date
- 02/17/2021
- 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: 36C24921Q0025 Posted Date: 10/20/2020 Response Date/Time: November 10, 2020 at 8:00am CST Set Aside: SDVOSB NAICS: 721110 PSC: V231 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 2021-01 Effective 10-01-2020. 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 721110. The Alvin C. York VA Medical Center is seeking a vendor to provide HOPTEL, overnight lodging accommodations. All interested companies shall provide quotations for the following: STATEMENT OF WORK Alvin C. York VA Medical Center Veteran Patient Care Lodging Rooms INTRODUCTION The U.S. Department of Veterans Affairs requires the use of furnished hotel rooms for their HOPTEL program. HOPTEL is a VA program designed to provide temporary, overnight lodging accommodations to eligible Veterans. The rooms offered shall be within a ten-mile radius of the Alvin C. York VA Medical Center (ACYVAMC), 3400 Lebanon Road, Murfreesboro, TN 37129. SCOPE The contractor shall provide forty (40) fully furnished hotel rooms per week. The following is the daily room estimate: Sunday 5 rooms, Monday 9 rooms, Tuesday 10 rooms, Wednesday 8 rooms, Thursday 6 rooms, Friday 2 rooms, Saturday 0 rooms. The lodging facility must block off this number of rooms per day/week. The fully furnished hotel rooms will include contractor provided utilities and other specified services. The hotel rooms shall comply with all city, county and state building codes and ordinances applicable to the ownership and operation of the building in which the rooms are located. Rooms shall comply with NFPA 101, 29CFR. It is agreed by the contractor that the rooms will be held until 5:00 pm each day. Any of the rooms that are not reserved by the VA by 5:00 pm will be available for the contractor to place back in their inventory for sale and the VA will not be billed for the rooms not used. Contractor shall provide a point of contact with name, phone number, and email address for submission of reservations and for invoice reconciliation. This person will serve as liaison between the VA hospital and the facility and have the authority to secure and provide confirmation numbers for each reserved room. The Veteran beneficiary s name allowed guest(s), and authorized dates and length of stay will be documented on the hotel voucher issued by the authorized personnel of the ACYVAMC and presented to the contractor by the referred Veteran beneficiary. If a Veteran beneficiary or allowed guest(s) refuses to leave the room, the contractor shall immediately notify authorized personnel of the ACYVAMC, the AOD, or the Contracting Officer Representative (COR). If a Veteran beneficiary checks in the day before treatment is to be received and decides to leave or check out without prior notice, the contractor shall immediately notify authorized personnel of the ACYVAMC as eligibility for utilizing the HOPTEL service is tied to the Veteran beneficiary keeping his or her appointment. REQUIREMENTS All rooms shall be located in a single hotel. Each room shall be double occupancy and handicapped accessible or be ADA compliant 28 C.F.R. pt. 36, Appendix A. Access to rooms shall be from interior hallways that are accessed directly from the front desk/elevator lobby area. There shall be no physical barriers. Rooms shall be in a reasonably quiet or tranquil part of the hotel/motel. The rooms shall be smoke free. Breakfast, either full or continental, if available shall be provided at no additional charge. On-site parking shall be available at no additional charge. Services shall be performed 6 days a week, Sunday through Friday except on any evening preceding a Federal Holiday unless authorized in advance by authorized personnel of the ACYVAMC. It is agreed by the Contractor that the rooms shall be held until 5:00 p.m. each day. The VA will notify the contractor by 4:00 p.m. to release any remaining rooms. All other rooms not reserved by the VA by 5:00 p.m. will be available for the Contractor to place back into their inventory. The contractor shall use its standard check in and checkout times. Federal holidays are as follows: New Year's Day Martin Luther King Jr. s Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Contractor shall allow the occupancy of the room covered by this contract only of the Veteran beneficiary and allowed guest(s) referred by authorized personnel of the ACYVAMC and shall be at the double occupancy rate. Any additional occupants that are not noted as an allowed guest(s) by authorized personnel from the VAMC are the responsibility of the Veteran beneficiary and shall not lodge at VAMC s expense. Authorized personnel or the Administrator Officer of the Day (AOD) will call and inform the contractor of the individual s name, allowed guest(s), and the arrival date at the contractor s motel/hotel. Stays will be limited to one night unless additional nights are specifically authorized by the ACYVAMC. It is the contractor's responsibility to ensure that they have a valid and approved authorization for any Veteran beneficiary and allowed guest(s) occupying a room. Personnel of the ACYVAMC who are authorized to provide referrals to the contractor will be identified following award of the contract and will be accessible to the contractor from 7:30 A.M. to 4:00 P.M Central Time., Monday through Friday at (615) 225-3804. An AOD will be assigned for any after hours, weekends, holiday referrals, or contractor issues and will be accessible to the contractor at (615) 867-6000 extensions 24715 or 24716. If the AOD does not answer, call the ACYVAMC operator and have the AOD paged. The Veteran beneficiary s name allowed guest(s), and authorized dates and length of stay will be documented on the hotel voucher issued by the authorized personnel of the ACYVAMC and presented to the contractor by the referred Veteran beneficiary. If a Veteran beneficiary or allowed guest(s) refuses to leave the room, the contractor shall immediately notify authorized personnel of the ACYVAMC, the AOD, or the Contracting Officer Representative (COR). If a Veteran beneficiary checks in the day before treatment is to be received and decides to leave or check out without prior notice, the contractor shall immediately notify authorized personnel of the ACYVAMC as eligibility for utilizing the HOPTEL service is tied to the Veteran beneficiary keeping his or her appointment. The requirement is intended for a base period and four ordering periods. The period of performance for the base is intended from 01/01/2021 through 09/30/2021 and four additional option years from 10/01/2021 through 09/30/2025. The ACYVAMC will take occupancy of the rooms no more than 14 calendar days following the award of the contract and rooms must be in full compliance with all requirements of the contract by that date. Daily room rates shall include all fees and any other no-charge services offered to guests such as shuttle service and or a continental breakfast when available. Contractor shall provide under the authority of Public law 100-355 on-call transportation for the VA referred occupants from the contractor's hotel rooms to the VA Medical Center and from the VA Medical Center to the hotel rooms. The Veteran Transportation Service will provide shuttle services to VA patients from 06:00 a.m. through 11:00 p.m. and must be arranged during business hours. If the contractor fails to furnish the required lodging services, the ACYVAMC reserves the right to obtain the service from another source and charge the contractor with any cost that may result there-from. The contractor shall provide signed written documentation with an explanation when contract services are unavailable within 2 calendar days and the ACYVAMC will issue a Bill of Collections for any costs incurred during the period of service unavailability. Failure to pay as charged within timeframes specified in the Bill of Collections will result in cost deduction from the next month's invoice. In the event the Veteran beneficiary is in an emergency of any kind, the contractor shall first contact 911 emergency medical services to respond and then immediately notify authorized personnel of the ACYVAMC, the COR, or the AOD at (615) 867-6000, ext. 24715 or ext. 24716 if the emergency occurs in other than normal business hours. A list of designated staff and contact information will be provided to the contractor upon contract award. The ACYVAMC will inspect each room prior to contract award to ensure compliance with all contract requirements. If necessary, a list of noted issues to bring the rooms into full compliance will be provided to the contractor to be corrected no later than 14 calendar days following the award of the contract as referenced in paragraph 2.1 of this document. The award of the contract is contingent upon acceptable air quality test results. Testing is to be at expense of contractor. At any given time but at a minimum of once per quarter, the Government reserves the right to inspect the premises and any accessible areas to ensure a safe and healthy environment for the Veteran beneficiaries and allowed guests. This inspection may be scheduled or unannounced. If the Veteran beneficiary is admitted to the ACYVAMC or any medical center for inpatient medical care, the authorized stay is only valid the first day of check in. Any allowed guest(s) that was residing with the Veteran beneficiary during the authorized period /stay may remain at the contractor s motel/hotel but at his or her own expense. The ACYVAMC will not authorize payment for rooms occupied by the Veteran beneficiary s allowed guest(s), nor will it count toward the contractor's required lodging services as stated in this document per the contract. The ACYVAMC is not responsible for lost revenues resulting from terminated authorizations. The contractor is to submit monthly invoices per the contract s payment clause instructions. The contractor shall reference the Veteran beneficiary s name in the invoice so it may be matched with the ACYVAMC s records of authorized stays. Ceilings shall be at least 8 feet tall and no more than 11 feet clear from floor to the lowest obstruction. Each room shall have acoustical treatment with a flame spread of ""5"" or less and smoke development rating of 50 of less (ASTME 84). All type floor coverings shall be clean, free of stains, odor-free, and free of cracks or tears. Shag style carpets used as floor covering shall be ½ or less in length. Exterior doors to rooms shall open into a climate-controlled hallway. GENERAL BUILDING REQUIREMENTS & SPECIFICATIONS No activity to the building and/or grounds that would cause an increase in dust, dirt or spores to be airborne (i.e., renovation to the building, movement of earth on the grounds) shall take place without the contractor's written notification and confirmed receipt to the ACYVAMC at least seven (7) calendar days in advance of the event. The contractor shall ensure that the premises are free of bugs and pests and provide to the COR a copy of the pest control inspection conducted each month. The contractor shall refer complaints received directly from the Veteran beneficiary to the COR within 2 calendar days. All complaints received by the COR will be forwarded to the Contracting Officer (CO) for documentation in the contract file and shall be promptly investigated within 24 hours upon receipt of complaint. Quality deficiencies identified by the COR shall be remedied promptly by the contractor. If at any time the contractor's facilities become unsafe or uninhabitable due to circumstances beyond the contractor's control such as but not limited to severe storms, flooding, renovations, or other extreme weather events, the contractor is responsible for establishing alternative lodging services for the duration of the event. The contractor is responsible for ensuring the quality of the alternative lodging services, that there is no interruption of authorized services, and that all impacted lodgers are provided transportation to the alternative lodging services. 4.5 The contractor shall notify the ACYVAMC if lodging relocation is required and the alternative lodging arrangements that were established. Verbal notification is required within one (1) hour of the event's origination. Written notification with an accompanying action plan and timeframe for reestablishment of lodging services is required within six (6) hours of the event s origination. 5.0 PERFORMANCE OBJECTIVES 5.1 The service requirements are summarized into performance objectives that relate directly by mission essential items. The Performance Threshold briefly describes the minimum acceptable levels of service required for each Performance Objective. These thresholds are critical to the contractor's success. PERFORMANCE OBJECTIVE PERFORMANCE THRESHOLD Delivery and response time Services shall be performed with the specified time 95% of the time. Invoice procedures and inspections. Contractor and employees of the contractor shall abide by all State and Federal requirements, including any applicable training. Adherence to invoice and reporting requirements as specified 95% of the time. Customer satisfaction. 95% Customer satisfaction rating or higher based on individual customer evaluations reports and independent surveys conducted by the COR. Business Relations. Business and management problems are resolved timely, effectively and efficiently. No more than two (2) unresolved incidents per year. SCHEDULE: All interested parties shall provide a quotation for the following: CLIN Description Quantity Price 0001 Hotel Rooms for Lodging Program, Provide 40 rooms weekly. Base Year POP: 01/01/2021 - 09/30/2021 1 year 1001 Hotel Rooms for Lodging Program, Provide 40 rooms weekly. Option Year One POP: 10/1/2021 - 09/30/2022 1 year 2001 Hotel Rooms for Lodging Program, Provide 40 rooms weekly. Option Year Two POP: 10/1/2022 - 09/30/2023 1 year 3001 Hotel Rooms for Lodging Program, Provide 40 rooms weekly. Option Year Three POP: 10/1/2023 - 09/30/2024 1 year 4001 Hotel Rooms for Lodging Program, Provide 40 rooms weekly. Option Year Four POP: 10/1/2024 - 09/30/2025 1 year Total Pricing $ 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 11/10/2020 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 52.232-40 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) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30; 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. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. 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 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (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, 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] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [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] (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). [X] (ii) Alternate I (MAR 2020) of 52.219-28. [X] (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (ii) Alternate I (JULY 2014) of 52.222-35. [X] (32)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (33) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (51) 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] (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). [X] (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [X] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). Point of Contact Any questions or concerns regarding this solicitation shall be sent in writing only via email addressed to crystal.baird@va.gov subject line: 36C24921Q0025. Questions shall be submitted NO LATER THAN October 27, 2020 @ 8:00am CST. Reference the following wage determinations applicable to this requirement: 2015-4647 Rev. 14 https://beta.sam.gov/wage-determination/2015-4647/14?index=wd&keywords=&is_active=true&sort=-modifiedDate&date_filter_index=0&date_rad_selection=date&wdType=sca&state=TN&county=14764&prevP=prevPerfYesLocality&page=1 See attached document: Copy of Attachment 1 HOPTEL Voucher See attached document: Attachment 2 Veteran Beneficiary Responsibilities.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d3f9ac29b57f491b9e860cd5ada144af/view)
- Place of Performance
- Address: Alvin C. York VA Medical Center 3400 Lebanon Pike, Murfreesboro 37129
- Zip Code: 37129
- Zip Code: 37129
- Record
- SN05832336-F 20201022/201020230141 (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 |