SOLICITATION NOTICE
65 -- PAR EXCELLENCE INVENTORY SYSTEM
- Notice Date
- 8/30/2021 7:35:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25721Q1365
- Response Due
- 9/15/2021 8:00:00 AM
- Archive Date
- 10/15/2021
- Point of Contact
- Danise Burt, Contract Specialist, Phone: 972-708-0809
- E-Mail Address
-
danised.burt@va.gov
(danised.burt@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 21 of 23 Page 21 of 23 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-02 effective November 23, 2020. The Network Contracting Office NCO 17-RPO West intends to award a firm fixed priced contract, providing for all necessary software, licensing, and support subscriptions to upgrade the Welch Allyn Connex System in accordance with the Salient Characteristics and attached Price Schedule. Delivery will be made to North Dallas Healthcare System, 4500 S Lancaster Road, Dallas TX 75216 and Central Healthcare System, 1901 Veteran Memorial Drive, Temple TX, 76504. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 Computer Storage Device Manufacturing, with a small business size standard of 1000 Employee. Prospective offerors shall be a registered in the System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract, and registration shall be complete and not missing elements such as representations and certifications. The combined synopsis solicitation is 100% Set-Aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Note, Interested SDVOSB offerors must be listed and registered in Vendor Information Portal (Vip.Vetbiz.gov) to be considered for Award. EVALUATIONS: Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR 13.106-2(b)(3) Comparative Evaluation. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will issue a contract to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government shall award a contract resulting from this solicitation. The following factors shall be used to evaluate offers: Vendor is a certified small business. Vendor must be registered is SAM with applicable NAICS code by the close of solicitation. Vendor must provide current industry certification to provide call system installations. Vendor must provide past performance for similar service (CPARS) Technical Approach: The Government will evaluate how the offeror s approach meets the requirements in accordance with the solicitation and Performance Work Statement and indicates a thorough approach and understanding of the requirements. Price: Price will be evaluated independently of the non-price factors. Required Deliverable: Statement of Work Contract Title: Weight Based Inventory Management System for Central Texas VA Medical Center Background Historically, the Cincinnati VAMC has used a non-weighted bin based POU system for inventory management. The facility has realized this system is not efficient as it requires staff to continuously scan the inventories to track changes. The facility leadership researched how similar size facilities were able to gain better inventory tracking systems, reduce stock outs, and to reduce cost. The facilities that have been the most successful in these transitions have moved to weight-based systems that automatically tracks the inventory. Scope: Provide a labor, supplies, licensing, support, and software/hardware to install and maintain a weight-based inventory management system that detects and transmit real-time information into the government own Generic Inventory Package (GIP), via Vista/IFCAP access. Specific Tasks (ST): ST # 1: Provide a licensing solution that can interface the weight system with the VA s GIP system in real time for reporting purposes. This interface must comply with all VA security regulations and shall be available at no additional cost to the government. The software (PAR Excellence) for this application is already owned by the government. The system suggested must be capable of interfacing with that software. ST # 2: Provide and install weight-based system at the following location (bins, scales, etc.) within 180 days of contract award. Install does not include disassembly of existing storage devices as the government will complete this. ST # 3: The inventory management system shall produce an accurate real-time reading of quantities on hand accessible by web-based program and provide data mining capabilities that shall include at a minimum current stock levels, recommended order points, average usage levels per item and ability to track medical supply usage per patient treated at the Central Texas VAMC. They will identify and out of balance on hand quantities and values, accounting for any due out or due ins. If the out of balance condition is caused by a pending due in or due out, it will be displayed separately to easily identify. The bin due-ins and due-outs will automatically be removed when GIP due-in and due outs are cleared . They shall have color-coded stickers for item identification based on standard color-coding system shown in attachment A. The functionality minimal requirements are listed below: A. Must be weight based B. Easily calibrated and accurate C. Provide real time visibility to our Secondary Inventory locations D. Must be able to interface with GIP package in IFCAP E. Must be capable of tracking, adjusting, and reporting comprehensive real time information pertaining to the inventory of a secondary location F. It is imperative that depletion of stock triggers pick tickets based on PAR levels, Re-order points, and Emergency Stock Levels G. Software needs to be intuitive and easy to train on H. Software needs to be able to utilize multiple users with different levels of permissions I. Reports generated by software need to be relevant to APICS Principles of Inventory Management J. Must be able to handle a wide range of products based on size, thickness, and weight. Complete generic identification: Weight based Inventory Supply Chain Solution Applicable model/make/catalog number Equipment Status - Communication about system status including system failures Materials Management Status Open Orders Emergency/Critical Item Levels Negative Quantities on-Hand Item Locator Customer Item Requisition Current Levels Level recommendations by cost and usage demand SKU reduction recommendations Items over par level Stock outs and critical hits Par level value over time Consumption Average monthly usage Consumption analysis including time Consumption deviation Consumption over time Reports Activity detail (sales, receipts, adjustments, etc.) to include time inventory on hand changed Quantity on-hand Value on-hand Department transactions Cycle count sheet Out of balance with GIP - on hand Due-ins Due outs Issue multiple discrepancy between GIP and Par Bin Emergency levels Orders Existing orders Order preview Items Item master Item history Item classification Reconciliation history Most recent recon per item ST # 4: Hardware Installation/Access Install on 1 (one) VA owned desktop or laptop computer the program and software package used to add, delete, and edit items stored in the bins/platforms to manage inventory items and levels at each designated facility. Install software on 1 (one) VA owned laptop for system set-up and installation. Install and prepare VA owned server for transmission of information between Contractor and VA for maintenance and monitoring of equipment in use. Grant accesses and train VA employees for the web-based program that shall have unlimited user access and provide reports and data mining capability of current inventory including but not limited to current stock levels, recommended order levels, and average usage levels. The system shall be capable of producing reports in Excel or text delimited format using commercially available software. Training includes but is not limited to: Adding items Removing items Assigning items Weighing items Editing Items Troubleshooting Reporting functions Par Vision Process definition ST # 5: Provide Licensing and Support One-year license agreement for use of Inventory Management System and related support. Automatic software upgrades of the installed program and software. Web-based program shall be available on any computer and/or mobile device for reporting purposes and evaluation of inventory levels for an unlimited number of users. Support to include continuous monitoring by means of a minimum of four remote checks of equipment functionality by Contractor personnel every 24 hours. Notification and maintenance support from Contractor personnel in the event of a problem with equipment or software. Contractor personnel shall respond to service calls no later than 24 hours after being notified of a problem with either equipment or installed software. Equipment and related hardware shall be replaced within 48 hours of notification of a problem if user is not at fault for damage or defect. Government Furnished Equipment: The VAMC will furnish a server, laptop, and desktop computer for installation of vendor owned software and related programs need to make the installed equipment operational. Performance Monitoring: Completion of the install will be verified by POC or designated personnel. Functionality and accuracy of the installed equipment will be continuously monitored by Logistics staff to ensure equipment is functioning properly and providing accurate and timely information for inventory and reordering purposes. Installed equipment and software is monitored by Contractor employees by daily check-ins that shall occur remotely at least 4 times every 24 hours. Contractor support to be provided for any defects or functionality problems by contacting Contractor via email or telephone within time frames designated in. . Support Services. Service Provider shall provide the following support services ( Support Services ): a. Diagnose problems and determine whether such problem is related to software or hardware covered by this Statement of Work. If such problem is determined to be caused by software or hardware covered under this Statement of Work, Service Provider will correct the problem. b. Service Provider warrants any hardware equipment purchased by Customer from Service Provider ( Hardware ) against defects in materials and workmanship for a period of (a) three years following delivery of such Hardware if the Hardware is manufactured by Service Provider (b) to the extent and duration provided by the manufacturer of such Hardware, if it is manufactured by a third party. If a defect is identified in Hardware manufactured by Service Provider, Service Provider will, at its option, repair or replace the product at no charge provided it is returned during the warranty period, with transportation charges prepaid, to Service Provider. This warranty does not apply if the Hardware has been damaged by external electrical fault, accident, acts of nature, disaster, abuse, misuse, improper cleaning, improper use, improper storage or misapplication, such as, but not limited to, use of liquid or spray cleaners on electric or electronic products; has been modified without the written permission of Service Provider or if any Service Provider serial number has been removed or defaced. Service Provider may use remanufactured, refurbished, or used parts and modules in making warranty repairs. c. If the problem is Software related, Service Provider shall attempt to correct the problem via phone. If necessary, Service Provider shall make all required changes to the Software and related Deliverables. d. Make its staff readily available by telephone to diagnose and correct problems for Customer 24 hours a day, seven days a week. e. Provide reasonable assistance to the customer in solving problems that are not caused by Software or Hardware covered under this Agreement. Service Provider reserves the right to charge the customer for such assistance at Service Provider s then-current technical consulting rates if, in Service Provider s opinion, this assistance becomes excessive. Service Provider will obtain approval before beginning any billable task as referenced in this paragraph. ST # 5. The Contractor will meet (e.g. in person, telephone, etc.) with the POC monthly to address any unresolved issues. Any unresolved and/or continuous issues will be addressed to the Contracting Officer for corrective action. Security Requirements: Vendor owned software and/or program to be installed on VA owned server, laptop, and desktop computer. Other access to vendor website and programs will be permitted by vendor from any desktop computer using the World Wide Web. Employees of contractor responsible for installation and setup will have background check completed or show proof of background check completed no longer than one (1) year ago, from date of award including fingerprint analysis. Contractor employees shall obtain VA badge and wear on their person above their waist and visible always. Contractor personnel performing installation may be required to complete the Department of Veterans Affairs security screening. General Contractor s employees shall not enter the work area without the appropriate badge. They must present themselves to the facility VA Police for a Contractor s badge to be worn during the set-up of the system. They may be subject to inspection of their personal effects when entering or leaving the work area. Risk Control: Contractor may be installing a supply storage and tracking system in an area under construction. Workers will need to be cognizant of staff movements, equipment, and a plethora of activity during certain periods of the workday. Installation staff shall have no patient contact or access to sensitive patient information. The COTR will be available for risk intervention should the need arise. Installation shall begin no later than 30 days after contract award date. Installation shall be phased by locations. Installation and setup to be completed no later than 180 days after contract award date. The warranty period will last one year from the day the system is installed and fully operational. 1. Support Services. Service Provider shall provide the following support services ( Support Services ): a. Diagnose problems and determine whether such problem is related to software or hardware covered by this Statement of Work. If such problem is determined to be caused by software or hardware covered under this Statement of Work, Service Provider will correct the problem. b. Service Provider warrants any hardware equipment purchased by Customer from Service Provider ( Hardware ) against defects in materials and workmanship for a period of (a) three years following delivery of such Hardware if the Hardware is manufactured by Service Provider (b) to the extent and duration provided by the manufacturer of such Hardware, if it is manufactured by a third party. If a defect is identified in Hardware manufactured by Service Provider, Service Provider will, at its option, repair or replace the product at no charge provided it is returned during the warranty period, with transportation charges prepaid, to Service Provider. This warranty does not apply if the Hardware has been damaged by external electrical fault, accident, acts of nature, disaster, abuse, misuse, improper cleaning, improper use, improper storage or misapplication, such as, but not limited to, use of liquid or spray cleaners on electric or electronic products; has been modified without the written permission of Service Provider or if any Service Provider serial number has been removed or defaced. Service Provider may use remanufactured, refurbished, or used parts and modules in making warranty repairs. c. If the problem is Software related, Service Provider shall attempt to correct the problem via phone. If necessary, Service Provider shall make all required changes to the Software and related Deliverables. d. Make its staff readily available by telephone to diagnose and correct problems for Customer 24 hours a day, seven days a week. e. Provide reasonable assistance to the customer in solving problems that are not caused by Software or Hardware covered under this Agreement. Service Provider reserves the right to charge the customer for such assistance at Service Provider s then-current technical consulting rates if, in Service Provider s opinion, this assistance becomes excessive. Service Provider will obtain approval before beginning any billable task as referenced in this paragraph. 2. Customer Obligations. Customer shall: a. Maintain at least one spare scanner, if scanners are used by Customer in connection with the Services. b. Support and maintain all equipment other than Covered Equipment, including but not limited to commercially manufactured computers, protocol converters, printers, and all other devices associated with telecommunications and networking. c. Ensure that at least two of its employees are trained in performing and available to complete the following tasks: i. Turn the PAR Location equipment on or off ii. Disconnect and reconnect power from the PAR Location equipment iii. Change the battery of scanners, if used by Customer iv. Properly register and exchange PAR Location equipment v. Visually and verbally assist Service Provider in diagnosing PAR Location equipment problems. Salient Characteristics 1. Background Currently the Central Texas VA is utilizing a cabinet based POU system for inventory management. It is the intent of the pilot to validate that the weight-based system will augment this system in areas where it has been determined that a cabinet system is not feasible. 2. Scope Provide equipment, installation, and training for a fully functional inventory management system. 3.2.3 Access: Grant accesses and train VA employees for the web-based program that shall have unlimited user access and provide reports and data mining capability of current inventory including but not limited to current stock levels, recommended order levels, and average usage levels. The system shall be capable of producing reports in Excel or text delimited format using commercially available software. Training includes but is not limited to: . Adding items . Removing items . Assigning items . Weighing items . Editing Items . Troubleshooting . Reporting functions . Par Vision 3.2.4 Capabilities: The inventory management system shall produce an accurate real-time reading of quantities on hand accessible by web-based program and provide data mining capabilities that shall include at a minimum current stock levels, recommended order points, average usage levels per item and ability to track medical supply usage per patient treated at the VAMC. The PAR Bin System will be interfaced with GIP. The primary purpose of the interface is to identify out of balance on-hand quantities and values between GIP and the PAR bins system. PAR BINS will identify and out of balance on hand quantities and values, accounting for any due out or due ins. If the out of balance condition is caused by a pending due in or due out, it will be displayed separately to easily identify. PAR bin due-ins and due-outs will automatically be removed when GIP due-in and due-outs are cleared . The functionality of the PAR BIN System is listed below. 1. Essential/significant physical, functional, or performance characteristics. VISN 20 facilities are in need an Inventory Point of Use (POU) System. The POU system must have the following salient characteristics: A. Must be weight based B. Easily calibrated and accurate C. Provide real time visibility to our Secondary Inventory locations D. Must be able to interface with GIP package in IFCAP E. Must be capable of tracking, adjusting, and reporting comprehensive real time information pertaining to the inventory of a secondary location F. It is imperative that depletion of stock triggers pick tickets based on PAR levels, Re-order points, and Emergency Stock Levels G. Software needs to be intuitive and easy to train on H. Software needs to be able to utilize multiple users with different levels of permissions I. Reports generated by software need to be relevant to APICS Principles of Inventory Management J. Must be able to handle a wide range of products based on size, thickness, & weight 2. Complete generic identification: Weight based Inventory Supply Chain Solution 3. Applicable model/make/catalog number: PAR Express weight-based automation by PAR Excellence 4. Manufacturer name: Unknown 5. Equipment Status - Communication about system status including system failures 6. Materials Management Status A. Open Orders B. Emergency/Critical Item Levels C. Negative Quantities on-Hand 7. Item Locator 8. Customer Item Requisition 9. Par Level Analysis 10. Current Levels A. Level recommendations by cost and usage demand SKU reduction recommendations B. Items over par level C. Stock outs and critical hits Par level value over time 11. Consumption A. Average monthly usage B. Consumption analysis including time C. Consumption deviation D. Consumption over time 12. Reports A. Activity detail (sales, receipts, adjustments, etc.) to include time inventory on hand changed B. Quantity on-hand Value on-hand C. Department transactions D. Cycle count sheet E. Out of balance with GIP - on hand Due-ins F. Due outs G. Issue multiple discrepancy between GIP and Par Bin H. Emergency levels 13. Orders A. Existing orders B. Order preview 14. Items A. Item master Item history B. Item classification Reconciliation history C. Most recent recon per item 4.1.1 Licensing One-year license agreement for use of Inventory Management System and related support. Automatic software upgrades of the installed program and software. Web-based program shall be available on any computer and/or mobile device for reporting purposes and evaluation of inventory levels for an unlimited number of users. 4.1.2 Support Support to include continuous monitoring by means of a minimum of four remote checks of equipment functionality by Contractor personnel every 24 hours. Notification and maintenance support from Contractor personnel in the event of a problem with equipment or software. Contractor personnel shall respond to service calls no later than 24 hours after being notified of a problem with either equipment or installed software. Equipment and related hardware shall be replaced within 48 hours of notification of a problem if user is not at fault for damage or defect. 5. Performance Monitoring Completion of the install will be verified by POC or designated personnel. Functionality and accuracy of the installed equipment will be continuously monitored by Logistics staff to ensure equipment is functioning properly and providing accurate and timely information for inventory and reordering purposes. Installed equipment and software is monitored by Contractor employees by daily check-ins that shall occur remotely at least 4 times every 24 hours. Contractor support to be provided for any defects or functionality problems by contacting Contractor via email or telephone within time frames designated in Section 4.1.2. The Contractor will meet (e.g. in person, telephone, etc.) with the POC monthly to address any unresolved issues. Any unresolved and/or continuous issues will be addressed to the Contracting Officer for corrective action. 6. Security Requirements Vendor owned software and/or program (PAR Excellence) to be installed on VA owned server, laptop, and desktop computer. Other access to vendor website and programs (PAR Vision) will be permitted by vendor from any desktop computer using the World Wide Web. Contractor personnel performing installation may be required to complete the Department of Veterans Affairs security screening. General Contractor s employees shall not enter the work area without the appropriate badge. They must present themselves to the facility VA Police for a Contractor s badge to be worn during the set-up of the system. They may be subject to inspection of their personal effects when entering or leaving the work area. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) The VAMC will furnish a server, laptop, and desktop computer for installation of vendor owned software and related programs need to make the installed equipment operational. 8. Other Pertinent Information or Special Considerations Identification of Possible Follow-on Work. Service agreements and license agreements will be maintained and purchased after initial one-year warranty is no longer effective. 9. Risk Control Employees of contractor responsible for installation and set-up will have background check completed or show proof of background check completed no longer than one (1) year ago, from date of award including fingerprint analysis. Contractor employees shall Always obtain VA badge and wear on their person above their waist and visible. Contractor may be installing a supply storage and tracking system in an area under construction. Workers will need to be cognizant of staff movements, equipment, and a plethora of activity during certain periods of the workday. Installation staff shall have no patient contact or access to sensitive patient information. COR will be available for risk intervention should the need arise. PAR Excellence Purchases Software License Fees Scales Ancillary Equipment Total PAR Excellence Purchases Turn-Key Installation vi. Maintain the system database. vii. Build and extract orders. viii. Build and extract applicable interfaces. ix. Perform system backup. x. Visually and verbally assist Service Provider in diagnosing Software problems. d. If Customer has purchased PAR Bins or PAR Secure Cabinets, Customer shall use the Software to monitor PAR Bins performance and resolve any performance issues identified by PAR Vision. Customer shall notify Service Provider of any PAR Bins issue which Customer cannot resolve. e. Customer shall not store critical or lifesaving supplies in PAR Secure Cabinets 3. DISCLAIMER OF LIABILITY SERVICE PROVIDER SHALL HAVE NO LIABILITY WITH RESPECT CUSTOMER S FAILURE TO: IDENTIFY CRITICAL AND LIFESAVING SUPPLIES AND ENSURE THE AVAILABILITY OF SUCH SUPPLIES AT AN ALTERNATE SUPPLY LOCATION IN THE EVENT OF A POWER OUTAGE OR OTHER HUMAN, ELECTRICAL, OR MECHANICAL PROBLEM WITH PAR BINS. FOR SUPPLIES OF A CRITICAL AND LIFESAVING NATURE, CONDUCT REGULAR PERIODIC RECONCILIATIONS BY PHYSICAL COUNT, COMPARING SUPPLIES REPORTED BY PAR BINS TO SUPPLIES ACTUALLY EXISTING IN PAR BINS. 4. Fees. Customer shall be responsible for payment of fees for the Support Services, based on the then-current pricing list provided by Service Provider to Customer ( Support Fees ) monthly. The Support Service Fees for the period or performance are listed in Exhibit A based upon installed hardware and software as of March 1, 2021. QUOTE SUBMISSION DEADLINE: Quotes must be received no later than Thursday, September 15, 2021 at 10:00 am CST. Email your quote to Danised.burt@va.gov. The subject line must specify 36C25720Q1365 PAR Excellent Inventory System. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services 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 because 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 60 days. (End of Clause) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (End of Addendum) 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising (JAN 2008) 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 852.273-70, Late Offers (Jan 2003) 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and ef...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9ddbe86f12314625a3871f7b72a50475/view)
- Place of Performance
- Address: Department of Veterans Affairs North Dallas Healthcare System 4500 S Lancaster Road Central Texas Healthcare System, Temple TX 76504, Dallas 75216
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN06116452-F 20210901/210831201830 (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 |