Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2020 SAM #6926
SOLICITATION NOTICE

R -- Qualitative Exposure Assessments Wilkes Barre VA Medical Center

Notice Date
11/13/2020 5:34:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0098
 
Response Due
11/23/2020 11:00:00 AM
 
Archive Date
01/07/2021
 
Point of Contact
Thomas Cossentino, Contract Specialist, Phone: email only, Fax: email only
 
E-Mail Address
thomas.cossentino@va.gov
(thomas.cossentino@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C24421Q0098 Page 9 of 10 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/ Solicitation Solicitation Number: 36C24421Q0098 Posted Date: 11/13/2020 Original Response Date: 11/23/2020 2:00 PM EST Current Response Date: 11/23/2020 2:00 PM EST Product or Service Code: R428 NAICS Code: Set-Aside: 541620, Environmental Consulting Services Total Service-Disabled Veteran Owned Small Business Contracting Office Address The Department of Veterans Affairs Network Contracting Office 4 100 S. Independence Mall West Philadelphia, PA 19106 Section I: 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; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation. This solicitation is a request for quotations (RFQ). The government anticipates awarding a firm fixed price purchase order to include a one-year period of performance resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 541620, Environmental Consulting Services, and the Small Business Size Standard is $16.5 Million. This solicitation is being set aside for Service-Disabled Veteran-Owned Small Business concerns. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. The Department of Veterans Affairs, Network Contracting Office 4, is soliciting offers to provide qualitative exposure assessments for Wilkes-Barre VA Medical Center as indicated in the Statement of Work (SOW). Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. All interested companies must provide quotations for the following: Section II: Statement of Work WILKES-BARRE VAMC QUALITATIVE EXPOSURE ASSESSMENTS Overview The Wilkes-Barre Veterans Affairs Medical Center (WBVAMC) is performing Qualitative Exposure Assessments (QEA) throughout the facility, covering different areas, job duties and classifications within the facility. Positions would include but not limited to: nursing services, laboratory services, carpentry, painting, heating ventilation air conditioning (HVAC), plumbing, boiler plant operations, sterile processing services, environmental management services, waste collection, waste disposal, waste transportation services within the facility, medical services, pharmaceutical processes and services and logistics services. This process will include but is not limited to: staff interviews necessary to characterize the job task, observations of staff working, reviewing standard operating procedures, and understanding manufactures product and equipment guidelines used in specific areas. The Qualitative Exposure Assessment objective is to anticipate, recognize, evaluate, and ensure mechanisms are in place to control occupational exposures from hazards present in and throughout the facility. The exposure assessments are to enhance employee awareness and safety within the facility. Exposure assessments are developed from workplace observation, employee feedback, and reviews of workplace Standard Operating Procedures (SOP), directives and policies. The performance period will be one year (12 months) and commence on date of contract award. Contractor must be capable of providing service in accordance with the Statement of Work on 12/01/2020. Definitions The following definitions are provided to clarify and ensure an understanding of the Statement of Work (SOW): Industrial Hygiene: Industrial hygiene is the science of protecting and enhancing the health and safety of people at work and in their communities. Health and safety hazards cover a wide range of chemical, physical, biological and ergonomic stressors. Those dedicated to anticipating, recognizing, evaluating and controlling those hazards are known as Industrial Hygienists. Exposure: The contact between an agent and the external boundary (exposure surface) of a receptor for a specific duration. Aggregate exposure: combined exposure of a receptor to a specific agent from all sources across all routes and pathways. Cumulative exposure: total exposure to multiple agents that causes a common toxic effect(s) on human health by the same, or similar, sequence of major biochemical events. Exposure Assessment: Evaluates the routes, magnitude, duration, and frequency of exposure. Hazard Analysis: Process of recognizing hazards that may arise from a system or its environment, documenting their unwanted consequences, and analyzing their potential causes. A job hazard analysis is a technique that focuses on job tasks as a way to identify hazards before they occur. It focuses on the relationship between the worker, the task, the tools, and the work environment. Qualitative Exposure Assessments: Evaluation of potential personal exposure(s) to workplace chemicals, physical, radiological, and/or biological agents based on process information, known workplace conditions, and professional judgement. Quantitative Exposure Assessments: Evaluation of actual personal workplace exposures(s) to chemicals, physical, radiological, and/or biological agents based on process information, known workplace conditions and professional judgement. Similar Exposure Group (SEG): A group of employees having similar exposures such that the data collected when sampling one worker represents the exposure for the rest of the group or those who perform that same job or task. Acceptable: A Qualitative Risk Ranking of ""Low"" indicates the existing exposure controls are considered acceptable. Employee exposures to the Job Task's process chemicals can be assumed to be below the applicable Occupational Exposure Limits. Uncertain: A Qualitative Risk Ranking assessment of ""Moderate"" indicates an uncertain exposure potential. There is a potential for chemical exposures to exceed the applicable Occupational Exposure Limit during the performance of the Job Task. Unacceptable: A Qualitative Risk Ranking assessment of ""High"" indicates a potential for employee exposures to exceed the applicable Occupational Exposure Levels. Scope of Work The contractor shall provide an Industrial Hygienist, Certified Industrial Hygienist (CIH) or safety professional within the State of Pennsylvania, and necessary support to conduct the work associated with this scope of service. The goal of the exposure assessment for each area is to identify any exposure risk, if any, as low, moderate or high, and acceptable, uncertain, or unacceptable as indicated in Solicitation Attachment A. The QEA may also be used by the COR to make recommendations for specific types of possible substitutions of chemicals or processes, engineering controls, sampling of chemical(s) and recommended personal protective equipment (PPE). Components / elements to be identified during the exposure assessments are the following: collection of data, current and historical if available, standard operating procedures, process flow steps identification of the hazard(s), chemical inventories, safety data sheet (SDS) reviews and hazard control measures selection of exposure metrics, number of staff, hours and shifts worked exposure groups / similar exposure groups SEG(s) estimation of the exposures, probability of occurrence, degree of harm likely to result from exposure (low, moderate, high) risk assessment of the process associated with each hazard (low, moderate, high) The characteristics of these components / elements for each qualitative assessment will be documented on the required assessment form included as Attachment A to this solicitation. The form may require multiple pages based on the description of processes and all activities involved in the process. A completed QEA report will be provided for each of the areas evaluated at the facility. Each QEA will be reviewed and approved of by the facility COR, industrial hygienist or Safety Manager for acceptance. Contracting Officer s Representative (COR) The VA s COR shall answer questions, escort, and provide details and related files as needed for reference during qualitative exposure assessments. The COR will provide access to all building areas, as necessary. The COR will ensure contract compliance through routine reviews of the contractor s on-site work, and work products and documents. After award but prior to the start of work, the contractor will meet with the VAMC Facilities COR, Industrial Hygienist and Safety & Occupational Health Manager to review scope of work to ensure an understanding of the work to be completed and to schedule the start of the project. All scheduling and coordination with the contractor and services/programs within the facility will be through the COR, Industrial Hygienist or Safety Manager. At no time will the contractor or its representatives show up to the facility unannounced or for unscheduled work related to this project. Other contract requirements, NARA Records Management Language for Contracts Required Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. RECORDS MANAGEMENT OBLIGATIONS Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. Wilkes-Barre VAMC and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of Wilkes-Barre VAMC or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to Wilkes-Barre VAMC. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to Wilkes-Barre VAMC control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and Wilkes-Barre VAMC guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with Wilkes-Barre VAMC policy. The Contractor shall not create or maintain any records containing any non-public Wilkes-Barre VAMC information that are not specifically tied to or authorized by the contract. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. The Wilkes-Barre VAMC owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which Wilkes-Barre VAMC shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. [Note: To the extent an agency requires contractors to complete records management training, the agency must provide the training to the contractor.] Flowdown of requirements to Subcontractors The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same. Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. (End of Statement of Work) Section III: Price Schedule All quantities herein are estimates only, and the contractor will be paid only for actual work performed and accepted by VA. Performance period will include one year commencing on date of contract award. Delivery of services shall be coordinated between the COR and the contractor. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 40.00 EA __________________ __________________ Qualitative Exposure Assessment for Wilkes-Barre VAMC GRAND TOTAL __________________ Section IV: Evaluation of Quotations The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. Specific information to be included in quotes is detailed below in ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items . Following receipt of quotes, the Government will perform a comparative evaluation of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the quote that best benefits the Government by fulfilling the requirement. Additional information pertaining to Comparative Evaluation is below: What Comparative Evaluation is: It is the direct comparison of one quotation/offer with another in a uniform and fair manner to determine which quote/offer provides the Government what it needs, where and when, as identified in the RFQ It is an assessment of which response is the best as a whole Once one quotation/offer is found acceptable, it is compared side by side to the remaining ones, and the best one is chosen What Comparative Evaluation is not: It does not individually evaluate quote/offers against specified evaluation factors It does not assign a rating using a color, numerical, or other rating methodology It does not require additional evaluation to determine if minimal advantage is worth a minimal or normal price difference, but not prohibited It is not a low price technically acceptable (LPTA) or trade-off process Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. All quotes must be submitted by the deadline to be considered for evaluation. The Government reserves the right to not select any quotes for award. Additionally, the Government reserves the right to cancel this solicitation at any time without making award. The Contractor is responsible for all quote preparation costs, which, under no circumstances, will be paid or otherwise provided for by the Government. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. The Contracting Officer will evaluate technical capability, price, and past performance. Evaluation of technical capability shall take into particular consideration evidence of: Contractor s demonstrated familiarity with provision of Qualitative Exposure Assessments and quality of specific approach to meeting the requirements of the SOW. Section V: Clauses and Provisions The following clauses and solicitation provisions apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2018) (ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items ) All offers must include: Contractor must submit a detailed capability statement demonstrating the company s ability to meet the requirements of the statement of work (SOW) in full. The capability statement must include a detailed description that demonstrates the contractor s understanding of, and specific approach to meet, the requirements outlined in the statement of work. Capability statements that merely provide a general overview of contractor competencies or restate the requirements of the SOW will be determined incomplete. Resumes indicating the expertise and experience of proposed key personnel. Completed price schedule included at Section III above. Prices must be fully-burdened per assessment. Failure to provide complete pricing per the price schedule at Section III above will result in the contractor s response being determined to be incomplete. Contractor may submit up to three (3) recent and relevant past performance references demonstrating successful performance of requirements of similar size (dollar value) and scope (work performed). Past performance references must include contract number, brief description of work performed, customer point of contact, dollar value, and period of performance. The Contracting Officer may utilize all available records (e.g. CPARS and FAPIIS) to evaluate a contractor s past performance. Acknowledgement of any solicitation amendments. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) The Offeror shall not complete the representation in this provision if the Offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in the provision at 52.204-26, Covered Telecommunications Equipment or Services Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items. (a) Definitions. As used in this provision Covered telecommunications equipment or services, critical technology, and substantial or essential component have the meanings provided in clause 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for covered telecommunications equipment or services . (d) Representation. The Offeror represents that it [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it will provide covered telecommunications equipment or services, the Offeror shall provide the following information as part of the offer (1) A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of Provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016 52.229-11 TAX ON CERTAIN FOREIGN PROCUREMENTS NOTICE AND REPRESENTATION JUN 2020 (End of Addendum to 52.212-1) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2018) Contractors 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. (End of Provision) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS FAR 52.212-4 is incorporated by reference. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 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] 852.219 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) 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) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.224-1 PRIVACY ACT NOTIFICATION APR 1984 52.224-2 PRIVACY ACT APR 1984 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION JAN 1997 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 852.203-70 COMMERCIAL ADVERTISING MAY ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c850f4a125cb4d31984e10fec2b53f4b/view)
 
Place of Performance
Address: Wilkes Barre VA Medical Center 1111 East End Blvd., Wilkes Barre 18711-0030, USA
Zip Code: 18711-0030
Country: USA
 
Record
SN05852608-F 20201115/201113230139 (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.