Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2023 SAM #7948
SOLICITATION NOTICE

65 -- 621-23-3-091-0172 - Brand Name or Equal to Ensite X EP System and Accessories

Notice Date
8/30/2023 12:47:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24923Q0397
 
Response Due
9/12/2023 9:00:00 AM
 
Archive Date
11/11/2023
 
Point of Contact
Sascha Hertslet, Contract Specialist, Phone: 615-225-6664
 
E-Mail Address
sascha.hertslet@va.gov
(sascha.hertslet@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Description This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart (FAR) 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 document will not be issued. This solicitation is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 dated 6/30/2023 and VA Acquisition Regulation (VAAR) Update 2008-36. This solicitation is 100% set-aside for Service-Disabled Veteran-Owned small businesses (SDVOSB). All SDVOSBs must be SBA-certified at time of submission of offer and before award. https://veterans.certify.sba.gov/ The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing with a small business size standard of 1250 employees. The FSC/PSC is 6525. The Government will award a single firm-fixed price (FFP) contract to the responsive and responsible offeror whose offer, conforming to the synopsis/solicitation, will be most advantageous -i.e. Best Value- to the Government as determined by the solicitation evaluation criteria. VA Network Contracting Office (NCO) 9, located at 1639 Medical Center Parkway, Murfreesboro, TN, 37129 is seeking to purchase the services described below. Any questions or concerns regarding this solicitation should be forwarded via email to sascha.hertslet@va.gov no later than 3:00pm, (ET), Friday, 9/8/2023, to give the Government an opportunity to respond and consider whether to extend the solicitation period. Submit final offers electronically via email only, no later than 12:00pm, Eastern Time, 9/12/2023 to the sascha.hertslet@va.gov, cc: douglas.huddy@va.gov with subject line stating 36C24923Q0397-Solicitation-RFQ-[contractor name] Contract terms are firm-fixed price, in English only, and in US Dollars rounded to the nearest hundredth position. All interested companies must provide quotations for the following: Combined Synopsis/Solicitation Notice 36C24923Q0397 Page 2 of 2 Price/Cost Schedule: (Brand Name or Equal) Item Number Qty Description [Salient Characteristics] Unit Price 0001 1 EA EnSite X ElectroPhysiological (EP) System [A catheter navigation and mapping system capable of displaying the 3-dimensional (3-D) position of conventional and Sensor-Enabled (or Equal) electrophysiology catheters, as well as displaying cardiac electrical activity as waveform traces and as dynamic 3-D isopotential maps of the cardiac chamber. The contoured surfaces of these 3-D maps are based on the anatomy of the patient s own cardiac chamber. The intended clinical benefit is to provide diagnostic information to the physician to aid in the treatment of arrhythmias. System has the following components: EP System Amplifier Cart [Accepts signals from: -Various electrode connections (i.e. EP system, ECG, etc.) - 20 pin and 80 pin Catheter Input Modules for connection of standard diagnostic catheters; - Magnetic tracking Field Frame that generates the magnetic tracking field during an EP System procedure., and -Four (4) Patient Reference Sensors: one anterior (PRS-A) and three posterior (PRS-P) sensors with cables. The devices accept signals from catheters and electrodes attached to the patient and pass these signals to the EP Amplifier. The EP amplifier converts these signals to a digital format and sends them to the DWS for processing and display. -Medical Grade Isolation Transformer. When using the Amplifier Cart, the system components connected to line power through the isolation transformer. Only components on the Amplifier Cart should be connected to this isolation transformer. Display Work Station (DWS) Cart (latest version) [Consists of the workstation (computer), monitors, medical grade isolation transformer, and optional printer. -The workstation contains the system software displaying data from the EP Amplifier. Attached to the workstation are a keyboard and mouse for user input. -Monitors are used to display patient information. One monitor is placed near the workstation and keyboard for system operation. -Medical Grade Isolation Transformer. All system components on the DWS cart are connected to line power through the isolation transformer. Only components of the DWS should be connected to this isolation transformer. ] 3. Service coverage- 1-year Manufacturer s warranty plus remote access for real time technical support. Vendor Response: _______________________________ Make & Model 0002 1 EA Advanced Mapping Software License [A set of mapping features that introduces the following new functionality: Omnipolar Technology (OT) Near Field Detection Algorithm A new detection method placing the detection time at the peak frequency (sharpest point) of the signal. Peak Frequency maps A new map type based on the peak frequency (sharpness) of the map point signal. Emphasis maps A new map visualization tool where areas of interest are emphasized on the map by darkening areas on the map that do not meet user-defined criteria. Includes: OT License Features: -Omnipolar waveforms A calculated waveform of the optimal bipole (maximum voltage) independent of catheter orientation. Omnipolar waveforms are calculated from the bipoles of triangular three-electrode groupings, or cliques, on the Advisor HD Grid Mapping Catheter, Sensor Enabled . -Activation Vectors A mapping feature where arrows representing activation direction, calculated from EnSite OT waveforms, are overlaid on the map. 2. Wave Speed License Features: -Wave Speed maps A new map type showing the apparent speed at which the depolarization wave travel through the cardiac tissue. ] Vendor Response: _______________________________ Make & Model 0003 1 EA EnSite Contact Force Module [Contains: EnSite Contact Force Module v1.0 TactiSys Quartz Allows contact force data to be viewed on the EnSite Velocity Cardiac Mapping System. Key benefits include an intuitive display of contact force data, easier set-up and an enhanced workflow. Requires a DWS. Requires EnSite Precision Mapping Module part number H700386 to already be installed. ] Service Coverage: Includes initial one year manufacturer s warranty Vendor Response: _______________________________ Make & Model 0004 1 EA Ampere RF Generator Kit [Increased efficiency and control *Designed for improved efficiency and decreased noise interference *User controlled Power or Temperature modes *New Power Control mode for: - Safire BLU Duo Ablation Catheters - Therapy Cool Path Duo Ablation Catheters - Future irrigated ablation catheters Easy to use standard options *Monitor real-time temperature and impedance data on the color LCD screen *Power, temperature, impedance and duration push-button controls *Increased lab efficiency through user presets *Easy bedside physician control with included Footswitch Solutions designed to reduce risk *Select maximum temperature for automatic modulation of power with the TempGuard mode *Manage procedural needs through user-configured variable Power Ramp-Up *Control irrigation flow rates with the Auto Flow feature *Enhanced control of RF delivery with Automatic RF shutoff parameters - For example, auto-shut off is adjustable for impedance that changes by more than 10 ohms over 5 seconds Seamless integration for the EP Lab *Ampere RF generator integrates with our EnSite Velocity System, WorkMate Claris System, Cool Point Irrigation Pump and all other Abbott Laboratories Inc., standard and irrigated ablation catheters. The Ampere software is also upgradable via USB connection. Includes generator and footswitch with 2.5 m cable. Specifications *RF Output Power: 1 to 100 W adjustable in steps of 1 W *Impedance Range: Measures 50 to 300 in steps of 1 *Target Temperature: 15° C to 80° C adjustable in steps of 1° C *RF Delivery Time: 1 to 999 seconds adjustable in steps of 1 second *Control Modes: Temperature; Power *Energy Delivery Modes: Independent; Sequential; Simultaneous *Operating Parameters: Values are digitally displayed on the Ampere Generator front panel *Generator Dimensions: 266.7mm H x 360.68mm W x 363.22mm D (10.5 H x 14.2 W x14.3 D) *Generator Weight: 9.98 kg (22.0 lbs) *Supply Voltage: 100-240 VAC, 50/60 Hz *Safety Class: Class I; Type CF according to IEC 60601-1 ] Service Coverage: Includes initial one year manufacturer s warranty Vendor Response: _______________________________ Make & Model 0005 1 EA AmpereT Remote Control (includes 15m fiber cord) Vendor Response: _______________________________ Make & Model 0006 1 EA Cool Point Irrigation Pump Includes: Pump, power cord, pole clamp, 1779 communications (connecting) cable, tubing set (1 each) and operator s manual. Communication cable for the Cool Point Irrigation Pump (included with pump). Cool Point Tubing Set (sold individually).] Service Coverage: Includes initial one year manufacturer s warranty Vendor Response: _______________________________ Make & Model 0007 1 EA SensiThermTM Multi Esophageal System Monitor [Composed of SensiThermTM Multi Esophageal Monitor and SensiThermTM Multi Esophageal Probe (sold separately) and is intended for the continuous detection, measurement and visualization (in °C) of esophageal temperature. The intended environments of use are operating rooms and interventional electrophysiology rooms. Included: One Patient Cable (ST-PTCBL) One Power Supply (ST-PWRADPT) One Equipotential Cable (ST-EQCBL) One Power Cord (ST-JPNCBL) System contains Instructions for Use (IFU). ] Service Coverage: Includes initial one year manufacturer s warranty Vendor Response: _______________________________ Make & Model 0008 1 EA Medinbox Mobile Configuration [An integrated audio/visual live collaboration system for EP labs that facilitates live engagement and collaboration for procedural support, service support, and/or community engagement for EP procedures. The MedinboxTM system can integrate multiple overhead screens; including but not limited to fluoroscopy, ICE, electro-anatomical mapping, and EP recording, and combines it with a live audio and video feed into a single remote-accessed and capable of remote-controlled two-way communication display via commonly used business conferencing software.] Consists of: MedinboxTM Core Box contains the hardware/software suite enabling up to six audio/video inputs + rover and camera input, processing, and signal output on a wheel-mounted platform for ease of placement, movement, and access. MedinboxTM Audio Box & Headsets provides five headsets and a fixed charging station for storage and charging of headsets. Boom Mounted Camera attached to the mobile corebox via boom mounted camera for optimally positioned, UHD, live-video streaming. Keyboard & Mouse enabling accessory user interface with the Medinbox system. Touchscreen Monitor providing interactive, customizable display and user interface for the Medinbox system. Cabling and Connections supporting the full system of corebox, audiobox, camera connections, and power supply. Includes DVI video converters and adaptors, splitters, and connectors and accessory device connectors such as keyboard, mouse, and touchscreen display. Initial one (1) year of MedinboxTM System software license. Service Coverage: Includes initial one year manufacturer s warranty Vendor Response: _______________________________ Make & Model 0009 1 EA SensiThermTM Cable Holder Vendor Response: _______________________________ Make & Model 0010 1 EA SensiThermTM Mapping System Adapter Cable Vendor Response: _______________________________ Make & Model 0011 1 EA WorkMate Claris Recording System 120 with EP-4 Cardiac Stimulator [High-performance electrophysiology recording system for collecting, displaying and storing data from multiple sources within the electrophysiology (EP) lab.] Signal Clarity - Unique ClearWave signal acquisition technology enables diagnosis with amplified confidence. With fast post-pacing recovery, high sample rates, and low baseline ablation noise, the electrograms displayed on the high-resolution WorkMate Claris System assist with fast and accurate diagnosis. Enhanced Integration - Seamless connections among multiple IT systems and platforms are designed to increase operator efficiency without sacrificing patient care. Increased Efficiency - Key user interface and hardware design improvements enable both current users and those new to the WorkMate Claris System to quickly become proficient with its setup and operation. TECHNICAL DESCRIPTION Advanced Display Workstation DVD-RW Drive Mouse, Custom Keyboard Basic Image Capture System (2 Black & White Inputs) Network Connection to Hospital System Inbound/Outbound Data Interface Allows the WorkMate Claris System to connect to an external data source, archival of signals to a hospital file server Display of Signal FFT Data Ablation Data Interface (RF & Cryo) Integrated cardiac stimulator control software Amplifier with ClearWave Technology Up to 448 Channel Display capability 120 Intracardiac Electrode Inputs 4 Analog Input Channels 4 Analog Output Channels 4 Physiologic Input Channels 12 Surface ECG Channels Catheter Interface Module(s) Miscellaneous (4) 24 High Resolution 16:9 aspect ratio Widescreen Monitors (1) Color Printer WorkMate Claris 12 Lead ECG Cable Cables (1) Anti Fatigue Mat Cardiac Stimulator Integrated EP-4 Four Channel Cardiac Stimulator Stimulator Touch Screen Control Physiologic Pressure Monitoring (1) Pressure Transducer Cable (Up to 4 pressure Channels) Carts (1) Primary Workstation Cart - 48"" (1) Bedside Slave Cart - 24"" Warranty Information for WorkMate Claris only Service Coverage: Includes initial one year manufacturer s warranty 90-Day Warranty on Cables and Batteries Vendor Response: _______________________________ Make & Model 0012 1 EA WorkMate Scribe Module [Nurses Workstation for Efficient and Comprehensive Patient Data Management allows a secondary user to simultaneously monitor the patient s vital signs, record patient monitoring and charting information, and perform signal analysis all independent of the primary WorkMate Claris System workstation] Enhanced Lab Staff Efficiency Enter patient data via the WorkMate Scribe Module during the procedure at the same time as the WorkMate Claris System operator without the need for an additional centralized IT server. Monitor and chart patient data remotely, enabling the WorkMate Claris System operator to remain focused on the diagnostic procedure. Seamlessly exchange procedure data, including EP signals, with the WorkMate Claris System during the case. Enable the physician and staff to enter procedure data concurrently for speed and efficiency, reducing post-procedure data entry, improving lab turnover and providing faster case throughput. Track medications, dosage, log times and quantities used during the procedure for maintenance of a unified chronological log. Chart patient care notes, and enter ACT and sedation information at specific user-defined intervals at the patient s bedside for ease and convenience. Vendor Response: _______________________________ Make & Model 0013 1 EA ViewMateT Ultrasound System [A fully-featured imaging platform. Optimized for a 64-element phased array intra-cardiac echo (ICE) visualization, the system is compatible with the ViewFlex family of ICE catheters. Equipped with ZONE Sonography® Technology (ZST), the ViewMate Ultrasound System uses a software-driven approach to acoustic data acquisition and image formation that breaks the barriers of conventional ultrasound imaging.] Consists of: Software: Modes: 2D/B, M, Color Doppler (CD), Power Doppler, Pulse Wave (PW), Continuous Wave (CW), AUX CW Auto Opt with ZST instantly equalizes image gain and optimized sound speed compensation Total Recall Imaging (TRI)- enabling retrospective processing Cardiac calculations packages Configurable cybersecurity options DICOM networking includes Verify, Store, Print, and Basic Modality Worklist Query service classes Hardware: 19 color, high resolution LCD display mounted on articulating arm OLED display for customizable mode menus Interface Module for ICE Rechargeable battery allows up to 1.5 hours of operation without plugging into AC power Connect up to 3 transducers simultaneously Multifunction USB port, Wireless ready Minimum 120 GB Hard Drive Storage HDMI/DVI digital video output Accessories: Customized, durable baskets to carry supplies 3 Lead ECG connection Operator s manual and quick reference guide Service Coverage: Includes initial one year manufacturer s warranty Vendor Response: _______________________________ Make & Model 0014 1 EA L8-3 Linear Transducer [Linear Array (8-3 MHz) transducer designed for peripheral vascular imaging. The transducer offers ten frequencies including three frequencies for 2D and M- Mode, two for Tissue Harmonics, one for Compound Harmonics, and two each for Color/Power and PW Doppler] Service Coverage: Includes initial one year manufacturer s warranty Vendor Response: _______________________________ Make & Model 0015 1 EA P4-1C Trans-thoracic Transducer [Phased Array (4-1 MHz) transducer designed to address Adult Echocardiography, Trans-cranial and Abdominal Vascular Imaging. The transducer offers fourteen frequencies within 2D and M-Mode, Tissue Harmonics, Color/Power, PW Doppler, Compound Harmonics, and Compound Imaging. Up to 30 cm penetration.] Service Coverage: Includes initial one year manufacturer s warranty Vendor Response: _______________________________ Make & Model 0016 1 EA Multi-System Discount Vendor Response: _______________________________ 0017 1 JB INSTALLATION SERVICE State if it is included or not included in the above product purchase and what is covered for this service. Vendor Response: _______________________________ Delivery Schedule: [Contractor required response] Give an estimate time from order placement to delivery of items to the Government (i.e. 30 days ARO, 4-6 weeks, etc.) Freight on Board: Destination. Any shipping/freight must be rolled into affected product line item. Place of Performance/Place of Delivery: James H. Quillen VA Medical Center Corner of Lamont Street and Veterans Way c/o Warehouse Bldg. 205 Mountain Home, TN 37684 Basis for Award: Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on the decision factors given below resulting in a Contracting Officer decision for the quote most favorable i.e. Best Value- to the Government. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Nov 2021) Note: Offerors must complete annual representations and certifications online in the System for Award Management (SAM) in accordance with FAR 52.212-3. If paragraph (b)(2) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022) Addendum to FAR 52.212-4 Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252- 2 (see below): FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) VAAR 852.203-70 Commercial Advertising (May 2018) The Contractor shall not refer in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of clause) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (Nov 2018) The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per CLIN(s) # 1 5 . The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of clause) VAAR 852.212-71 Gray Market and Counterfeit Items (Feb 2023) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non- authorized dealers in an authorized sales territory. No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) VAAR 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Business (Jan 2023) Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB : Means a small business concern 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 (see VAAR 802.101, Surviving Spouse definition); 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; The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; The business has been certified for ownership and control pursuant to 38 U.S.C. 8127, 13 CFR 128, and is listed as certified in the SBA certification database at https://veterans.certify.sba.gov/; and The business agrees to comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size, government contracting, and the Veteran Small Business Certification Program at 13 CFR parts 121, 125, and 128. The term 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). The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). The term small business concern owned and controlled by Veterans with service- connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)). The term ""SDVOSB participant or certified SDVOSB means a small business that has been certified in the SBA Veteran Small Business Certification Program and listed in the SBA certification database (see 13 CFR 128.102). General. In order for a concern to submit an offer and be eligible for the award of an SDVOSB set-aside or sole source contract, the concern must qualify as a small business concern under the size standard corresponding to the NAICS code assigned to the contract and be listed as an SDVOSB participant in the SBA certification database as set forth in 13 CFR 128. Offers received from entities that are not certified SDVOSBs and listed in the SBA certification database at the time of offer shall not be considered. Any award resulting from this solicitation shall be made to a certified SDVOSB listed in the SBA certification database who is eligible at the time of submission of offer(s) and at the time of award. The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. Representation. Pursuant to 38 U.S.C. 8127(e), only certified SDVOSBs listed in the SBA certification database are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible and certified SDVOSB as defined in this clause, 13 CFR 121, 125, and 128, and VAAR subpart 819.70. Agreement/LOS certification. When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size, and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting (LOS) requirements in 13 CFR 121.406(b) and 13 CFR 125.6. For the purpose of limitations on subcontracting, only certified SDVOSBs listed in the SBA certification database (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to comply with the required (LOS) certification requirements in this solicitation (see 852.219-75 or 852.219- 76 as applicable). These requirements are summarized as follows: Services. In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs listed in the SBA certification database (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Supplies/products. (i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not certified SDVOSBs listed in the SBA certification database. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract. (ii) In the case of a contract for supplies from a non-manufacturer, the SDVOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13 CFR 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements. General construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not certified SDVOSBs listed in the SBA certification database. Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not certified SDVOSBs listed in the SBA certification database. Subcontracting. An SDVOSB subcontractor must meet the NAICS size standard assigned by the prime contractor and be certified and listed in the SBA certification database to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contractwith the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: [Contracting Officer check as appropriate.] By the end of the base term of the contract or order, and then by the end of each subsequent option period; or X_ By the end of the performance period for each order issued under the contract. Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. Precedence. The VA Veterans First Contracting Program, as defined in VAAR 802.101, subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA Veteran Small Business Certification Program, and the VA Veterans First Contracting Program. Misrepresentation. Pursuant to 38 USC 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406-2 Causes for Debarment). (End of clause) VAAR 852.219-76 VA Notice of Limitations of Subcontracting Certificate of Compliance for Supplies and Products (Jan 2023) (Deviation) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] [ ] In the case of a contract for supplies or products (othe...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3885a4daea184c4c8b6a10f1d4518d25/view)
 
Place of Performance
Address: Department of Veterans Affairs (VA) James H. Quillen VA Medical Center Lamont St & Veterans Way Bldg. 205 Warehouse, Mountain Home 37684
Zip Code: 37684
 
Record
SN06813343-F 20230901/230830230056 (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.