Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2022 SAM #7600
SOLICITATION NOTICE

65 -- 614-22-3-560-0328 - MAESTRO, ELEVATING GROSSING STATION

Notice Date
9/19/2022 10:28:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24922Q0726
 
Response Due
9/22/2022 8:00:00 AM
 
Archive Date
10/02/2022
 
Point of Contact
James Moore, Contract Specialist, Phone: email only
 
E-Mail Address
james.moore20@va.gov
(james.moore20@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 2 of 14 General Information Document Type: Combined Solicitation/Synopsis RFQ Number: 36C24922Q0726 Posted Date: 09/16/2022 Response Date: 09/22/2022 @ 8:00 AM CST Classification Code: 6530 Set Aside: Small Disadvantaged Veteran Owned Small Business NAICS Code: 334516 Contracting Office Address Network Contracting Office 9 ATTN: James Moore Department of Veterans Affairs Contracting Office, 4th floor 1639 Medical Center Parkway Murfreesboro, TN 37129 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotations (RFQ). The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08 /14JUL2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000 employees. Pursuant to FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is 100% set Aside for a Service Disabled Veteran Owned Small Business (SDVOSB) The Network Contracting Office 9 is seeking a vendor that will provide the necessary requirement to the Memphis VA Medical Center in Memphis, TN. All questions regarding this RFQ must be in writing and may be sent by e mail to james.moore20@v.agov Questions will be sent to james.moore20@va.gov. Questions will be answered through email or if necessary an amendment to this solicitation. Quotes must be received no later than Sept 22 at 15:00pm CST. No further quoteswill be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. 1.  All Offers and responses must be submitted electronically 2.  Brand Name or Equal 3.  Requesting Service will review submitted quotes as Technical experts to determine if technically acceptable. 4.  Quotes will not be accepted after 3/17/2021. 5. At this time frame, no extension on closing date. 6. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. DELIVERY WILL BE MADE TO: Attn: Joseph Wilkerson Mempis VAMC 1030 Jefferson AVe Nashville, TN 37212 ALL DELIVERIES WILL BE MADE FOB DESTINATION. To be responsive and thereby considered, all suggested items must conform to the OEM s requirements for the equipment already in use, must be authorized for use by the OEM, and must not otherwise negate the Government s rights to warranty, service or maintenance by the OEM or other duly authorized entities. The burden of proof of such is the responsibility of the respondent. STATEMENT OF WORK (SOW) Pathology & Laboratory Medicine Service 1. Contract Title. MOPEC Grossing Station/Workstation 2. Background. VAMC Memphis requires the purchase of the new MOPEC Grossing Station with ongoing support and maintenance of grossing station. VAMC Memphis currently owns a MOPEC Grossing Station. 3. Scope. The contractor shall provide all services, equipment, tools, materials, virtual supervision and other items necessary to provide installation and maintenance and support for the MOPEC Grossing Station located at the Memphis VAMC Pathology & Laboratory Service during the first year and as defined in this Statement of Work (SOW). 4. Requirements. Maestro elevating grossing station Stainless Steel construction Sink located on right side of grossing station Backdraft ventilation Dual 8 duct stubs for ventilation Touch screen control panel and alert system On demand FAS system Flow detection with Back draft alert monitoring system Seismic anchoring system Integrated hood mounted camera bracket Faucet mixing flow control Mopec Peg Board system Side/column accessory mount Four (4) G.F.C.I. receptacles and USB power One (1) sliding work surface cutting board Two (2) wire ports for cord management ½ HP disposal Magnetic Instrument strip One (1) large and one (1) small organizer bin PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ MAESTRO, ELEVATING GROSSING STATION, 48"" LG, RH STANDARD FEATURES: *DIIMENSIONS: 48""L X 32""W *STAINLESS STEEL CONSTRUCTION *SINK LOCATED ON RIGHT HAND SIDE OF GROSSING STATION *BACKDRAFT VENTILATION *IN HOUSE-VENTILATION-DUAL 8"" DUCT STUBS *TOUCH SCREEN CONTROL PANEL AND ALERT SYSTEM *ON-DEMAND FAS SYSTEM *FLOW DETECTION WITH BACK-DRAFT ALERT MONITORING SYSTEM *SEISMIC ANCHORING POINTS *INTREGRATED HOOD MOUNTED CAMERA BRACKET *FAUCET MIXING-FLOW CONTROL *MOPEC PEG BOARD SYSTEM *SIDE/COLUMN ACCESSORY MOUNTS *FOUR (4) G.R.C.I. RECEPTACLES WITH USB POWER *ONE(1) SLIDING WORK SURFACE CUTTING BOARD, WHITE *TWO (2) WIRE PORTS FOR CORD MANAGEMENT *1/2 HP. DISPOSAL *MAGNETIC INSTRUMENT BAR *ONE (1) LARGE AND ONE(1) SMALL ORGANIZER BIN PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: 6640 - Laboratory Equipment and Supplies LOCAL STOCK NUMBER: MB1048R 0002 2.00 EA __________________ __________________ MAESTRO, FAUCET, FOOT PEDAL, PNEUMATIC *TOGGLE ON/OFF, FOOT OPERATED *TIMER MANAGES FLOW DURATION *USED IN CONJUNCTION WITH SINGLE LEVER DECK-MOUNTED FAUCET FOR FLOW AND TEMPERATURE PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: 6640 - Laboratory Equipment and Supplies LOCAL STOCK NUMBER: MB1016 0003 2.00 EA __________________ __________________ MAESTRO, END RINSE PERIMETER RINSE SYSTEM PERFORMANCE IS VARIABLE AND LIMITED BY AVAILABLE FACILITY WATER PRESSURE AND FLOW PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: 6640 - Laboratory Equipment and Supplies LOCAL STOCK NUMBER: MB1012 0004 2.00 EA __________________ __________________ PEGBOARD, MONITOR MOUNT STANDARD FEATURES: -FEATURES: ENSEMBLE MONITOR MOUNT. (THIS IS OUR MARKETING STATEMENT HERE -CONSTRUCTION: 100MM X 100MM & 75MM X 75MM PATTERN BUILT FOR MONITOR MOUNTING -MATERIAL: 18GA STAINLESS STEEL -DIMENSIONS: 7.0""W X 5.5""H X 1.5""D -CAPACITY: MAX WEIGHT 40 LBS. PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: 6640 - Laboratory Equipment and Supplies LOCAL STOCK NUMBER: AX001 0005 2.00 EA __________________ __________________ COLUMN, PEG BOARD LEFT WING. PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: 6640 - Laboratory Equipment and Supplies LOCAL STOCK NUMBER: AX031L 0006 2.00 EA __________________ __________________ COLUMN, KEYBOARD ARM *11-1/2"" (29CM) HEIGHT ADJUSTMENT *PROVIDES VERTICAL AND SIDE TO SIDE MOTION *EFFORTLESSLY POSITION KEYBOARD IN THE MOST COMFORTABLE TYPING POSITION *SEATED OR STANDING USE *KEYBOARD CAN BE POSITIONED FOR MAXIMUM COMFORT AND PRODUCTIVITY *RANGE OF 25.6"" (65CM) EXTEND/RETRACT MOTION *TRAY TILTS BACK AT NEGATIVE 5 DEGREE ANGLE FOR ERGONOMIC DATA ENTRY *MOUSE TRAY SLIDES OUT TO LEFT OR RIGHT, DEPENDING ON USER PREFERENCE PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: 6640 - Laboratory Equipment and Supplies LOCAL STOCK NUMBER: AX032 0007 2.00 EA __________________ __________________ MAESTRO, LIGHT BAR LIGHT BAR LED PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: 6640 - Laboratory Equipment and Supplies LOCAL STOCK NUMBER: AX049 0008 2.00 EA __________________ __________________ MAESTRO, SMALL DRAWER PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: 6640 - Laboratory Equipment and Supplies LOCAL STOCK NUMBER: AX096 0009 2.00 EA __________________ __________________ MAESTRO, LARGE DRAWER PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: 6640 - Laboratory Equipment and Supplies LOCAL STOCK NUMBER: AX098 0010 2.00 EA __________________ __________________ MAESTRO, DISSECTION BOARD, WHITE PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: 6640 - Laboratory Equipment and Supplies LOCAL STOCK NUMBER: AX064 GRAND TOTAL __________________ DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001-0010 SHIP TO: Memphis VAMC 1030 Jefferson Ave Memphis, TN 38104 USA 2.00 EA NOV 20 2022 MARK FOR: Joseph Wilkerson 901-523-8990 ext 5914 joseph.wilkerson2@va.gov 4. Description: This is a workstation that is used to dissect tissue and process tissues sent to the lab. The MB600 combines a well-organized workspace with back draft ventilation and an ergonomic elevation feature. Designed with a work surface that elevates between 29.5 41.5 (74.9 cm 105.4 cm); users of varying heights can find the most comfortable elevation to perform their duties without back strain. The MB600 is Mopec s most popular grossing station/workstation due to its versatility. MOPEC provides ample workspace and the standard conveniences needed to perform the most demanding grossing procedures. VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE FOR INCLUSION INTO CONTRACTS, AS APPROPRIATE ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. SECURITY INCIDENT INVESTIGATION The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident or obtain injunctive relief against any third party arising from, or related to, the incident. LIQUIDATED DAMAGES FOR DATA BREACH Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. Each risk analysis shall address all relevant information concerning the data breach, including the following: Nature of the event (loss, theft, unauthorized access); Description of the event, including: date of occurrence; data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code; Number of individuals affected or potentially affected; Names of individuals or groups affected or potentially affected; Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; Amount of time the data has been out of VA control; The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); Known misuses of data containing sensitive personal information, if any; Assessment of the potential harm to the affected individuals; Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. TRAINING In order for you to engage in your work at VA, you are required to ensure all contractors who will be working on the contract complete a mandatory training program titled VA Privacy Training for Personnel without Access to VA Computer Systems or VA Sensitive Information (TMS 20939). This training is offered through the VA Talent Management System (TMS), a system that offers web-based training to VA employees and its partners. Contractor employee will self-enroll for a TMS training profile on the VA TMS by visiting https://www.tms.va.gov/SecureAuth35/. Once there, the employee will follow the steps that follow to create a profile, launch the mandatory training, and complete the content prior to their next day at VA. Upon completion by all employees, the contractor shall provide their Contracting Officer Representative (COR) with each employee s printed certificate of training completion from the TMS. This certificate displays the employee s TMS User ID. Failure to complete the mandatory within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. ""The Authorization requirements do not apply, and that a Security Accreditation Package is not required"" QUOTE FORMAT AND EVALUATION CRITERIA Offerors shall complete the above pricing schedule. Not completing the pricing will result in nonresponsive quote. Price will be evaluated based on the lowest summary price. Offerors shall provide only one quote. Quote should be emailed to james.moore20@va.gov NLT 09/22/2022 15:00pm CST. Non-compliance with this requirement will result in disqualification of both quotes. Award shall be made to the quoter whose quotation provides the Lowest Price and is Technically acceptable. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM/ Vendors shall provide a minimum quote acceptance period of 90 days after RFQ closing for offers The offeror s initial quote should contain the offeror s best terms from a price standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the quote instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations. Place of Performance Memphis VAMC at 1030 Jefferson Ave, Memphis, TN 38104 The Basic Period of Performance: The period of performance is Requested Delivery Date November 20, 2022, or earliest available date, however NLT 120 Days ARO, with certain exceptions. The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. Quoter shall list exception(s) and rationale for the exception(s). Offerors must complete annual representations and certifications on-line at http://www.acquisition.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): 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/index.asp 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2018) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors 52.219-8 Utilization of Small Business Concerns (NOV 2016) Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Re-representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (OCT 2016) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.211-73 Brand Name or Equal (JAN 2008) (Note: as used in this clause, the term ""brand name"" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a ""brand name or equal"" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering ""equal"" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an ""equal"" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an ""equal"" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JULY 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 852.232-72 Electronic Submission of Payment Requests (NOV2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) 852.246-70 Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of ...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e2448b90dd324dd1bc8fc420b7bd98e9/view)
 
Place of Performance
Address: Memphis VAMC 1030 Jefferson Ave, Memphis, TN 38104, USA
Zip Code: 38104
Country: USA
 
Record
SN06471041-F 20220921/220919230121 (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.