Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2020 SAM #6903
SOLICITATION NOTICE

R -- Extend RFQ Date/ Changes

Notice Date
10/21/2020 1:18:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24921Q0017
 
Response Due
10/27/2020 11:00:00 AM
 
Archive Date
12/26/2020
 
Point of Contact
Scott Dickey, Contracting Specialist (Intern), Phone: 615-225-5635
 
E-Mail Address
scott.dickey@va.gov
(scott.dickey@va.gov)
 
Awardee
null
 
Description
A.1 Submitted Questions and Answers Question 1: What was the cost of the final full option year of the previous contract? Answer 1: $288,750.00 Total for Base plus 4 option years Question 2: How many drivers/vehicles are currently used to service the current contract? Answer 2: There are currently at least 3 drivers that service the CBOC s during the week and at least 1 that services the as-needed service from Sousley Campus on the nights and weekends. It is unknown how many back-up or on-call drivers they have at any given time. There are back-up drivers for each of the various routes in the case of vacations, call-ins, emergencies, vehicle problems, etc. We do not have vehicle or personnel requirements. It is the courier contractor s responsibility that there are enough drivers to meet the delivery requirements listed. Question 3: What is the vehicle size currently servicing this location? Answer 3: No specific type or size is required. A variety of cars and SUV s are currently servicing the contract Question 4: Is the contractor responsible for supplying dry ice? Answer 4: No. No dry ice is used or needed. Question 5: What is the size, weight, and average daily quantity of items transported to/from the VA for each trip? Answer 5: On average most of the CBOCs will transport 2 coolers a day. The current coolers in use are approximately 14 x 13 x 10 inches (L x H x W). This size is not a requirement, but this is generally more than big enough to carry any of our specimens. Most coolers should be less than 10lbs each. Currently, each CBOC has several coolers of varying sizes at their disposal. Drivers should have a cooler in their possession for picking up stat runs. Question 6: What is the projected trip volume for weekend STAT service? Answer 6: Weekends are as needed service which varies significantly. In general, there are zero to 5 stat trips a day on the weekends. Question 7: Why is the contract being replaced? Answer 7: Current Contract Expired. Question 8: Can we be provided the wage determination? Answer 8: Service Contract Act WD # 2015-4684 Rev. 15 Question 9: How many coolers are required per CBOC? What size coolers are needed? Do the coolers need to be lockable or would Coleman style coolers be acceptable for this contract? Answer 9: Coolers must be insulated, leak proof, rigid transport containers as described in Title 49 Code of Federal Regulations (CFR) 173.199. Currently, each CBOC has at least 4 coolers of various sizes that they rotate. The current process is that the CBOC personnel will pack the coolers at the facility, the courier contractor driver will drop off/return empty coolers to replace the ones being picked up that day. The cooler itself does not need to be lockable. The current coolers in use are approximately 14 x 13 x 10 inches (L x H x W). This size is not a requirement, but this is generally more than big enough to carry our specimens. The current provider has various sizes in use (some are smaller). Question 10: How many stats are expected daily? Answer 10: It varies depending on the day, there are generally more on the weekends than the weekdays. Some days there will be none, others there could be a few. On average we have less than 10 per week. Question 11: Will the couriers need rigid coolers for STAT calls, or will the VA provide coolers? If the contractor needs to supply coolers for STATs, are rigid coolers needed or will soft-sided coolers suffice? What size coolers are required for STAT calls? Answer 11: Yes, all coolers must be insulated, leak proof, rigid transport containers as described in Title 49 Code of Federal Regulations (CFR) 173.199 for ALL specimen transport. The current coolers in use are approximately 14 x 13 x 10 inches (L x H x W). This size is not a requirement, but this is generally more than big enough to carry any of our stat specimens. The Courier Contractor is expected to provide transport coolers as listed in the requirements. Question 12: Do we need additional insurance other than Cargo, General Liability and Motor Vehicle? Answer 12: No Question 13: What type of vehicle(s) and how many do they need? Refrigerated cargo vans? Box truck? Answer 13: Refrigerated vehicles or large trucks are not necessary. Specimens will be packed in appropriately temperature-controlled coolers. There are no vehicle requirements other than the coolers fit in the vehicle. Coolers generally fit in the trunk or back seat of regular vehicles without problem. The number of vehicles is not specified, this is up to the courier contractor to determine how best to meet our listed delivery requirements and timelines. Question 14: Are we talking about specimen disposal, specimen transportation to laboratory facilities or both? Answer 14: Specimen transportation only. Specimens will be picked up from the ancillary locations and brought to the main laboratory at Bowling Campus only. A.2 Originally Posted Combined Synopsis/ Solicitation Notice has been amended to read as follows: 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 August 3, 2020. This solicitation is set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). In accordance with P.L. 109-461, this acquisition is 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. In order to be eligible to receive an award under this solicitation, the SDVOSB contractor must be listed and viewable in the Vetbiz Registry located at www.vip.vetbiz.gov. The vetbiz listing shall be checked both at the time offers are due, AND at the time of award. Offerors are advised that the fast-track re-verification program ended September 30, 2012. Consequently, Offerors in ""reverification"" status will not be eligible to submit offers for this project. In accordance with FAR 52.204-7, System for Award Management (SAM), all prospective offerors must have an active SAM registration at the time of offer submission. The associated North American Industrial Classification System (NAICS) code for this procurement is 492110, with a small business size standard of 1,500 employees. The FSC/PSC is R602 The Lexington Kentucky Veterans Administration Medical Center (VAMC) is seeking Courier Services for CBOC Laboratory Specimens. The intent is to award a Blanket Purchase Agreement (BPA) with Period of Performance (POP) 11-10-2020 through 09/30/2025 (5 Years). This contract will replace contract 36C24920C0054 awarded to Richwood Transportation for total contract cost (5 Year) $385,639.00. All interested companies shall provide quotations for the Price Cost Schedule provided in section A.5 of the document. A.3 STATEMENT OF WORK - GENERAL INFORMATION INTRODUCTION This contract is to provide once daily, Monday through Friday (federal holidays excluded) pickup and delivery of patient laboratory specimens FROM each of the four VA Community Based Outpatient Clinic (CBOC) sites TO the main laboratory (Pathology & Laboratory Medicine Service) VA Medical Center (VAMC) 1101 Veterans Drive, Lexington, KY 40502-2236 room B102. This contract is also to provide as needed courier service outside of normal business hours (Monday through Friday 4:30pm 8:00am and all-day Saturday and Sunday, including federal holidays) for pickup and delivery of patient laboratory specimens FROM the VA Leestown Division, 2250 Leestown Rd, Lexington, KY 40511 TO the main laboratory (Pathology & Laboratory Medicine Service) VA Medical Center (VAMC) 1101 Veterans Drive, Lexington, KY 40502-2236 room B102 ONLY. There will be no as needed courier service required for the CBOC sites. The CBOC sites are located at: 300 Medpark Dr, Somerset, KY 42503 333 Beacon Hill Dr., # 100, Morehead, KY 40351 210 Black Gold Blvd, Suite 107 Hazard, KY 41701 209 Pauline Dr. Berea, KY 40403 As needed courier service: VA Leestown Division (LD), 2250 Leestown Road, Lexington, KY 40511 At each of the VA clinics, the patient laboratory specimens are packed into a contractor provided transport container/package by VA staff members and made ready for pickup between 1610 and 1630 each day. Specimens cannot be picked up after 1630 without use of VA lockable storage cabinets and cannot be made prior to 1610 to ensure ALL daily specimens are included in delivery, unless CBOC staff gives approval at that time. Each packed laboratory specimen transport container is subsequently delivered by the courier contractor to the VAMC Lexington laboratory, where VA laboratory staff unpack container. VA IT Security System Certification & Accreditation requirements do not apply therefore a Security Accreditation Package is not required.  The contract shall be established as a base plus four option years and will be awarded as Fixed Price with allowed annual Equitable Price Adjustment (EPA). The EPA will be based on rates posted by the US Energy Information Administration, retail gasoline/diesel prices for the Midwest (PADD2). Invoicing will be monthly (12 per year) and each invoice must be itemized by delivery event. REQUIREMENTS The contractor will furnish materials, supplies, and equipment necessary to facilitate transportation of the laboratory specimens as required by laboratory accreditation guidelines and OSHA safety standards for Category B Infectious Substances. These must include but are not limited to: Insulated, leak proof, rigid transport containers as described in Title 49 Code of Federal Regulations (CFR) 173.199. If the contractor courier is unable to pick up at each of the four CBOC locations just prior to close of business at 1630, VA lockable exterior holding cabinets and keys may be utilized. The VA has installed lockable exterior holding cabinets with keys at the following locations; Somerset, Berea and Morehead CBOCs (Hazard clinic does not and will not have a box). The use of these boxes should be established prior to the contract start date. If their use is requested, the drivers will be given a VA key for each box, for the term of the contract. Contractors will be required to return all keys at the end of the contract. Courier contractor/drivers will be required to notify VA staff immediately if there is lost, stolen, or damaged key or lock. Boxes can be used as part of the regular route or as needed based. If used for as needed basis not routine pickup, courier contractor must communicate their need with the CBOC staff as staff as soon as possible to ensure the specimens are placed in the cabinets. The laboratory specimens will be prepared and packed in their transport container(s) by VA staff members and made ready for pickup between 1610 and 1630 each day. The packed laboratory specimen containers will be transported and delivered to the VAMC Lexington laboratory room B102 destination under conditions that preserve specimen integrity and avoid unacceptable delays (see item 4. DELIVERY). Specimens are unpacked by VA laboratory staff only. Contractor personnel should never open the specimen transport containers once packaged by VA personnel. No other persons are permitted to handle, transport or deliver specimen transport containers other than authorized contract courier employees. The contractor shall pick up and deliver the above described rigid transport containers pre-packaged with the following types of human laboratory specimen(s): Blood Serum Plasma Urine Miscellaneous body fluids Tissue in 10% liquid formalin preservative Patient information must be protected in a confidential manner in compliance with Health Insurance Portability & Accountability Act (HIPAA) regulations. Courier contractor drivers must be fully licensed and insured. Courier contractor personnel must maintain professional manner and appropriate appearance (For example; no holes, pajamas, offensive language or dress). Courier contractor employees are required to display or provide employee identification, if requested, at any or all VA facilities. Courier contractor drivers must be appropriately trained and demonstrate adherence to HIPAA regulations and the requirements for transporting Category B Infectious Substances. Information documenting fulfillment of these requirements must be provided to the Contracting Officer Representative (COR) upon demand. The VA will provide and maintain the lockable holding cabinets and keys. Damaged, lost, or stolen keys or holding cabinets may result in the temporary suspension of their use while they are replaced or repaired. All maintenance, replacement, or repairs will be done as quickly as possible to avoid delay and communicated promptly with Contractor. It will be the Courier contractor s responsibility ensure that all specimen pick-ups are completed during such a time, in accordance with the Delivery requirements listed below. REFERENCES College of American Pathologists Laboratory Accreditation Program Standards, Joint Commission Standards for Pathology & Clinical Laboratory Services, HIPAA Regulations. Title 49 Transportation Shippers General Requirements for Shipments and Packaging Code of Federal Regulations (CFR) 173.199 Category B infectious substances DELIVERY For pick up to clinic locations: It is the requirement of this contract that pickup of each laboratory specimen transport container(s) must be made just prior to the close of business at 1630 (430pm), at each of the VA CBOC sites of: 300 Medpark Dr, Somerset, KY 42503 333 Beacon Hill Dr., # 100, Morehead, KY 40351 210 Black Gold Blvd, Suite 107 Hazard, KY 41701 209 Pauline Dr. Berea, KY 40403 ** Lockable holding cabinets may be utilized at the available sites (Morehead, Berea and Somerset) for pick-ups after the 430pm (1630) deadline. ** These boxes are to facilitate pickups and help in the case of delays or problems. If the boxes are not available, it is the requirement and expectation that the courier contractor will ensure pickup at all locations as described in part a(i) above (just prior to close of business at 1630). The use of these cabinets must be prearranged with COR prior to their use so that keys can be issued and CBOCs notified. If cabinets are utilized, VA employees will place coolers in cabinets and secure them at the close of business for later pick-up by the courier contractor. All pickups are required to be made just prior to the close of business at 430pm (1630) at Hazard CBOC, any other clinic where holding cabinets usage has not been prearranged and keys distributed, or in the event a box or key is temporarily unavailable. Delivery of each laboratory specimen transport container should be to the main laboratory VA Medical Center, 1101 Veterans Drive, Lexington, Ky. (Fayette County) located on first floor, room B-102 without unnecessary delay. Pickup and delivery will occur Monday through Friday except on federal holidays. The delivered CBOC laboratory specimen containers should arrive at the VAMC Lexington, KY main laboratory room B102 no later than 10:30pm on the same day they are collected and picked up from the CBOC. Courier contactor personnel responsible for performing each pickup and delivery will signify completion of the task by legibly recording information required by the CBOC Pickup and main laboratory delivery logs. The contractor courier must provide a telephone number(s), providing 24/7 coverage every day of the contract, so CBOC and main laboratory personnel can inquire about the disposition/status of pickup and delivery events. Contractor courier personnel should complete telephone calls as soon as possible that inform VA CBOC Pickup and/or VA main laboratory personnel of problems or delays that interfere with the pickup and/or delivery process. For local delivery from campus to campus after hours: Pickup of each laboratory specimen transport container should made within one hour of order placed to courier from VA Leestown Division (LD), 2250 Leestown Road, Lexington, KY 40511. Delivery should be made within 30 minutes from pickup, regardless of the day or time order placed. Delivery of each laboratory specimen transport container should be made to the main laboratory VA Medical Center, 1101 Veterans Drive, Lexington, Ky. (Fayette County) located on first floor, room B-102. Pickup and delivery will occur after hours each weeknight (Monday-Friday) from 430pm to 8 am the following morning, and 24hour coverage on federal holidays, Saturdays and Sundays. Courier contactor personnel responsible for performing each pickup and delivery of laboratory specimens will signify completion of the task by legibly recording information required by the LD pick up log and main laboratory delivery logs. The contractor courier must provide telephone number(s), providing 24/7 coverage every day of the contract, so that LD personnel and main laboratory personnel can inquire about the disposition/status of pickup and delivery events or delays. Contractor courier personnel should complete telephone calls as soon as possible that inform VA LD staff and VA main laboratory personnel of problems or delays that interfere with the pickup and/or delivery process. PROGRESSES AND COMPLIANCE To ensure service is provided at an acceptable quality level (AQL), a review procedure described by the contract s Quality Assurance Surveillance Plan (QASP) will be applied by the COR prior to approval of the monthly invoice. The COR will use the QASP framework to evaluate the contractor courier s adherence to the pickup and delivery protocol and fulfillment of the license, insurance, and training requirements. A.4 Contract Clauses and Provisions: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. Provision 52.212-1 is tailored as shown below: The following are the decision factors: IAW FAR 13.106-2, Award will be made in the basis of the lowest priced quote. 52.212-1 Instructions to Offerors-Commercial Items. As prescribed in 12.301(b)(1), insert the following provision: Instructions to Offerors-Commercial Items (Jun 2020) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) Price and any discount terms; (4) Remit to address, if different than mailing address; (5) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (e) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror s initial offer should contain the offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (f) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST ( https://assist.dla.mil/online/start/). (ii) Quick Search ( http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (g) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation Unique Entity Identifier followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (h) [Reserved] (End of provision) 1. 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 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 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS SEP 2013 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 (End of Clause) FAR 52.219-14 Limitations on Subcontracting. As prescribed in 19.507(e), insert the following clause: Limitations on Subcontracting (Mar 2020) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to (1) Contracts that have been set aside for small business concerns or 8(a) participants; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) participants; (3) Orders set aside for small business concerns or 8(a) participants under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F); and (4) Orders issued directly to small business concerns or 8(a) participants under multiple-award contracts as described in 19.504(c)(1)(ii). (c) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of the contract in the case of a contract for (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (d) The Contractor shall comply with the limitations on subcontracting as follows: (1) For contracts, in accordance with paragraph (b)(1) and (2) of this clause By the end of thebase term of the contract and then by the end of each subsequent option period; or (2) For orders, in accordance with paragraphs (b)(3) and (4) of this clause, by the end of the performance period for the order. (End of clause) A.5 VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) (a) The Contractor shall conform to the standards established in SOW. (b) The Contractor shall submit proof of conformance to the standard. This proof may be a label or seal affixed to the equipment or supplies, warranting that the item(s) have been tested in accordance with the standards and meet the contract requirement. Proof may also be furnished by the organization listed above certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards. (c) Offerors may obtain the standards cited in this provision by submitting a request, including the solicitation number, title and number of the publication to: (d) The offeror shall contact the Contracting Officer if response is not received within two weeks of the request. (End of Provision) A.6 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [X] 852.215 71, Evaluation Factor Commitments. [X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [X] 852.232 72, Electronic Submission of Payment Requests. [X] 852.270 1, Representatives of Contracting Officers. (End of Clause) A.7 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JUN 2020) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) c...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4ceb6b288a1e444f8c671a9e3d730fc8/view)
 
Record
SN05834388-F 20201023/201021230138 (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.