Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 29, 2020 SAM #6970
SOLICITATION NOTICE

Q -- Police Service Mental Health Evaluations Base + 4 - 554

Notice Date
12/27/2020 7:40:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621112 — Offices of Physicians, Mental Health Specialists
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25921Q0150
 
Response Due
12/31/2020 2:30:00 PM
 
Archive Date
03/01/2021
 
Point of Contact
Contract Specialist, Joshua Shields, Phone: 303-712-5829
 
E-Mail Address
Joshua.Shields@VA.gov
(Joshua.Shields@VA.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
36C25921Q0150 Page 2 of 2 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation 36C25921Q0150 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-02 effective November 23, 2020. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 621112, with a small business size standard of $12.0 million. This solicitation is 100% set-aside for SMALL BUSINESSES. IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR S SCHEDULE NUMBER The following is a list of the contract line item numbers, quantities and units of measure including options. Base Year: Date of award through December 31, 2021 CLIN DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 0001 Mental health evaluation 51 EACH $_________ $_________ 0002 Travel / trips 2 EACH $_________ $_________ TOTAL COST ALL ITEMS, BASE YEAR: $___________________________ Option Year 1: January 1, 2022 through December 31, 2022 CLIN DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 1001 Mental health evaluation 51 EACH $_________ $_________ 1002 Travel / trips 2 EACH $_________ $_________ TOTAL COST ALL ITEMS, OPTION YEAR 1: $___________________________ Option Year 2: January 1, 2023 through December 31, 2023 CLIN DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 2001 Mental health evaluation 51 EACH $_________ $_________ 2002 Travel / trips 2 EACH $_________ $_________ TOTAL COST ALL ITEMS, OPTION YEAR 1: $___________________________ Option Year 3: January 1, 2024 through December 31, 2024 CLIN DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 3001 Mental health evaluation 51 EACH $_________ $_________ 3002 Travel / trips 2 EACH $_________ $_________ TOTAL COST ALL ITEMS, OPTION YEAR 3: $___________________________ Option Year 4: January 1, 2025 through December 31, 2025 CLIN DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 4001 Mental health evaluation 51 EACH $_________ $_________ 4002 Travel / trips 2 EACH $_________ $_________ TOTAL COST ALL ITEMS, OPTION YEAR 4: $___________________________ TOTAL COST, BASE PLUS FOUR OPTION YEARS: $__________________________ STATEMENT OF WORK Police Annual Mental Health Evaluations GENERAL INFORMATION Police Officer Annual Mental Health Evaluations, but this contract will reference requirements for initial testing requirements as it pertains to new hires but potential additional screening. Scope of Work: Eastern Colorado Health Care System (ECHCS) requires a contract for Annual Police Officer Mental Health Evaluations for 51 law enforcement officers assigned to ECHCS VA Police Service. Candidates and incumbents must meet certain functional requirements prior to a job offer or continued employment with the Department. Written psychological testing for applicants and an annual law enforcement specialized psychological interview will be used for incumbents are used to determine whether or not a candidate/incumbent is able to meet those specific functional requirements. In order to meet the specific behavioral functional requirements for the successful police officer the applicant must: Possess a high level of personal integrity Be able to maintain control of anger and emotionality Be compassionate towards others, especially those who cannot care for themselves Be willing and able to quickly respond to emergency situations Have respect for authority and the rule of law Be emotionally able to apply physical and possibly lethal force as needed, and to recognize when such force is necessary, but in strict accordance with training and policy requirements. Be able to often work independently, but within a regimented group structure. Required: Written reports provided by the contractor will assess all of the above. The use of psychological screenings primary objective for VA police officers are to screen out emotionally unstable and/or unsuitable officers, and to identify positive psychological characteristics associated with successful hob performance. Emotional stability, in this context, refers to symptomatology of such severity that the individual s ability to meet the functional requirements of the position, including the carrying and use of firearms, would be impaired. A mental health diagnosis, on its own, cannot be used as a basis for a determination of instability. Suitability, in the psychological screening context, refers to personality characteristics pertinent to an individual s performance in the job and includes interpersonal skills, judgment, decision-making and integrity. Each evaluating psychologist will determine, based on his/her clinical judgement, the exact subset of dimensions to be assessed while adhering to the police officer functional requirements as outlined through a-g in paragraph 4 above. At least two objective psychological tests will be administered, one normed against healthy individuals drawn from the general population to assess suitability for work as a police officer and a second measure normed against a clinical population to evaluate significant psychological dysfunction (i.e., emotional stability). ECHCS has identified the following two tests for use with applicants: Sixteen Personality Factor Questionnaire (16PF) and Minnesota Multiphasic Personality Inventory (MMPI latest version). However, based on an approved additional testing the contractor will make a decision on what instrument to use from available testing sources in making a decision of suitability of the incumbent during annual examinations. All interview questions and testing instruments should be chosen based upon their relevance to job performance and not subject to selective cultural, gender or racial bases. If the examiner cannot demonstrate a job-related basis for the use of a particular test instrument, historical information, or interview question, it should not be used. Background: Department medical care facilities are protected by police officers who have arrest authority and carry firearms, as defined under Title 38 United States Code 902. VA police officers protect life and property on VA owned or operated lands and buildings. VA police officers must regularly make decisions on the appropriate application of forced during their duties. This may include potentially using deadly physical force, using a firearm or other department issued intermediate weapons. Performance Period: The contractor shall complete the work required under this SOW beginning with the base period beginning in January 2021. There will be four option years. Annual psychological exams shall be completed in January and February of each year of the contract. ECHCS VA Police will provide names for incumbents to be completed within the month assigned without exception. GENERAL REQUIREMENTS Contractor must be a licensed psychologist/psychiatrist in the State of Colorado who specializes in the examination/determination of law enforcement psychological suitability. Contractor must be psychologists who are currently Board-Certified Specialist in Police and Public Safety. Contractor must have subject matter experience in performing psychological examinations for law enforcement officers. Contractors main facility must be within the Denver Metropolitan area in case applicants or incumbents must travel to the contractor s office. Contractor must be able to make fitness determinations of whether an officer will be psychologically suitable for hire (initial assessments) or to continue employment with an incumbent (annual assessments). Contractor must have a vast testing ability to cover multiple factors in making determinations. Initial exams will follow the above standard on scope of work in this contract. The same test batteries will be used for all applicants. Annual psychological interviews will consist of the same questions for all incumbents. In order to standardize procedures as much as possible, it is recommended that a limited number of psychologists/psychiatrists be delegated the responsibility to conduct these evaluations. Initial written assessments will also be followed by a face to face specialized interview. Contractor will follow a set list of questions for all initial interviews and allow the applicant to address any answers which raise concerns to fitness. The contractor will utilize this process for hiring recommendations to ECHCS HR and Occupational Health. If additional testing is required during an annual exam, the contractor shall contact ECHCS Occupational Health prior to any testing taking place. The contractor making a recommendation for additional psychological testing, must communicate articulable reason(s) to question the officer s capability of performing the duties of a police officer during the psychological assessment. Once approval is received from ECHCS Occupational Health, then the contract may move forward with additional testing. If the incumbent is found to be psychologically unfit by the contractor, he/she must contact ECHCS Occupational Health immediately to provide verbal results and will have a written report sent to ECHCS Occupational Health within 24 hours of completion of the exam. The contractor will contact the applicant/employee with appointment date/times via phone call or email and provide the contractor location with required forms via mail. Further, the contractor shall email completed exam forms/documents to Human Resources/Occupational Health to be documented/stored, as required, within the VA system within seven (7) calendar days post examination. Contractor will maintain all raw test material, interview notes and other material developed by the psychological evaluation by the contractor. Contractor will schedule an appointment with the employee and inform the Government POC of the important. Contractor will inform the Government POC of any employee no-show, cancellations. Contractor will notify POC of reschedules for applicants. Contractor will inform incumbent police officers they will not reschedule appointments without approval from the Government POC prior to making any scheduling changes. Government will schedule a period of two months for the contractor to perform services of the contract. All exams for the year will be performed in this period with no other work being performed outside this period except for new hires which the contractor will perform throughout the year at Government request. Contractor will complete annual examinations in the month schedule without any deviation. Contractor will travel to the Rocky Mountain Regional Veterans Affairs Medical Center (RMRVAMC) and the Colorado Springs Community Based Outpatient Clinic (CBOC) to provide annual assessments. Applicants will travel to the providers office to complete initial testing. REPORTING REQUIREMENTS The contractor shall send completed exam forms/documents to the RMRVAMC (Rocky Mountain Regional VA Medical Center) Occupational Health to be documented/stored as required within the VA system no later than seven (7) calendar days post examination. Exam documentation will clarify if the exam finds the officer to be psychologically fit to carry a firearm and perform law enforcement duties or psychologically unfit to carry a firearm and perform law enforcement duties . Upon determination if an incumbent is psychologically unfit after additional testing as been completed, the contractor will contact ECHCS Occupational Health to provide a verbal result immediately. The contractor shall provide a written report within 24 hours following the verbal result. Written reports will address the following areas with any concerns: Applicant Level determination if the applicant will is/is not suitable for hiring Interview Appearance and Behavior Honesty/Integrity Commitment to the agency Employment functioning Social interpersonal/communication skills Judgment/decision-making Ability to comply with laws and rules Anger management Impulse control Stress management Wellness behaviors Emotional Stability Evidence of Bias Areas of concern and recommendations for further investigation A chart of assessment categories as listed b-m to easily identify if the are no concern , some concerns or significant concerns . TRAVEL [If applicable] Contractor will be paid $100.00 for travel each time they are required and requested by the Government to travel to the RMRVAMC, 1700 N. Wheeling St, Aurora, CO 80045 and to the Colorado Springs CBOC, 3141 Centennial Blvd, Colorado Springs, CO 80907. VA will provide alternate address for travel if needed. CONFIDENTIALITY AND NONDISCLOSURE The contractor shall agree that: The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted to the CO and Government POC at the conclusion of the contract. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. 1. 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 transportation, or state of completion. 2. 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 (U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. 3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or crated 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. 4. Eastern Colorado Health Care System (ECHCS) 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 ECHCS 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 ECHCS. The agency must report promptly to NARA in accordance with 36 CFR 1230. 5. 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. 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 ECHCS control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the Contract. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 6. 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 co, contracts. The Contractor (and any sub-contractor) is required to abide by Government and ECHCS guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contractor and in accordance with ECHCS policy. 8. The Contractor shall not create or maintain any records containing any non-public ECHCS information that are not specifically tied to or authorized by the contract. 9. 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. 10. ECHCS owns the rights to all data and records produced as part of the contract. All deliverables under the contract are property of the U.S. Government for which ECHCS 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. 11. TRAINING: All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (JUN 2020), applies to this acquisition with the following addendum: FAR 52.204-7, System for Award Management (OCT 2018); FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); FAR 52.216-1, Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price definitized contract to fulfill this requirement. The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical: The offeror shall be evaluated on its ability, as demonstrated in its proposal, to successfully perform all the requirements listed in the Statement of Work (SOW). The proposal shall include recent and relevant experience of similar size and scope as this requirement. Contractor must be a licensed psychologist/psychiatrist in the State of Colorado who specializes in the examination/determination of law enforcement psychological suitability. Contractor must be psychologists who are currently Board-Certified Specialist in Police and Public Safety. Contractor must have subject matter experience in performing psychological examinations for law enforcement officers. Contractors main facility must be within the Denver Metropolitan area in case applicants or incumbents must travel to the contractor s office. Past Performance: The offeror shall provide three references of organizations in which the same or similar type of services have been provided. References shall include a point of contact, position title of point of contact, organization name, telephone number, mailing address and email address. 3. Price: Offeror s price shall be evaluated to determine if its fair and reasonable. Technical, past performance and no-price factors when combined are significantly more important than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (NOV 2020) shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2018), applies to this acquisition, with the following addendum: FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-13, System for Award Management Maintenance (OCT 2018); FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (JUN 2016); FAR 52.216-18 ORDERING (AUG 2020) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date through 12/31/2025. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) A delivery order or task order is considered issued when (1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; (2) If sent by fax, the Government transmits the order to the Contractor's fax number; or (3) If sent electronically, the Government either (i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or (ii) Distributes the delivery order or task order via email to the Contractor's email address. (d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. (End of Clause) FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $100,000; (2) Any order for a combination of items in excess of $70,000; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the ""maximum."" The Government shall order at least the quantity of supplies or services designated in the Schedule as the ""minimum."" (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 12/31/2025. (End of Clause) FAR 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 fifteen (15) days of the expiration date of the current contract period. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract.  The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.  The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise.  This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of clause) FAR 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 days of contract expiration; 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 5 years. (End of Clause) FAR 52.232-19  Availability Of Funds For The Next Fiscal Year  (APR 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); FAR 52.237-2, Protection of government Buildings, Equipment, and Vegetation (APR 1984); FAR 52.237-3, Continuity of Services (JAN 1991); VAAR 852.203-70, Commercial Advertising (MAY 2008); VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (a) This solicitation includes FAR 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, this contract 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 Contr...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e1e5ba8cd1dc444793c81a88d2c75f7b/view)
 
Place of Performance
Address: Department of Veterans Affairs Rocky Mountain Regional VA Medical Center 1700 N. Wheeling Street, Aurora CO 80045
Zip Code: 80045
 
Record
SN05880846-F 20201229/201227230105 (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.