SOLICITATION NOTICE
65 -- LIFT MOTORS Liko Motor Package
- Notice Date
- 9/14/2023 5:19:45 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q1160
- Response Due
- 9/21/2023 12:00:00 PM
- Archive Date
- 12/20/2023
- Point of Contact
- edward.sullivan@va.gov, Ed Sullivan, Phone: (802) 295-9363 ext 6281
- E-Mail Address
-
Edward.Sullivan@va.gov
(Edward.Sullivan@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Awardee
- null
- Description
- Good afternoon, I have a request for the following brand name or equal to (item) as listed below : Medical patient lifts-Liko The delivery address is: Two campuses of the Boston VAMC Brockton MA and West Roxbury MA This requirement has been set aside for Service Disabled Veteran Owned Small Business and Veteran Owned Small Business Please provide a quote by COB 09/21/23 with any applicable quantity discounts and include applicable shipping charges**, warranty information and estimated delivery schedule. If you have any question please let me know. Thank you. Requirement 1-Brockton STATEMENT OF WORK 26 Ceiling Lift Motor Replacements Brockton VAMC Department of Veterans Affairs VA Boston Medical Center Brockton Campus 940 Belmont Street, Brockton MA 02301 STATEMENT OF WORK (SOW): FY 2023 General Description of Work The contractor shall furnish all labor, materials, equipment, rentals, finishes, support services, temporary power, ventilation/negative air, infection prevention control measures, demolition, safety/PPE, supervision, and disposal necessary to install twenty (26) Hill-Rom Liko furnished Ceiling Lift Motor Replacements for the current lift systems already installed by them in various rooms throughout our Brockton campus as outlined below: All Motor Types to be installed at the West Roxbury campus are the Likorall 250 ES. The following 26 Patient Beds in Brockton will be upgraded with the new motors on the current lifts. Building Room # SN EE Numbers on old Motors 81C C149 6601721 124453 81C C149A 6601720 81B B130B 6600872 81B B131A 6600804 81B B111A 8300598 81B B131B 6600851 72C C218 6601540 131963 72C C217B 8302313 72C C214 6601661 124224 72C C209A 6601885 131960 72C C215 6600854 72C C216 6601892 131928 72C C219 6601788 131934 72C C222 6600855 72C C223A 6600842 68117 72C C223B 6600860 68123 72C C224 6601787 131954 72C C225 6600868 68113 72C C228 6601785 131965 72C C229 6601868 131961 72C C230 6601770 131939 72B B214 6601611 124213 72B B218 6600841 201813 72B B216 6601792 131958 72B B219 6601802 201812 72B B223 6601866 131966 The selected contractor shall furnish, deliver, and install forty (26) Liko Lifts Systems replacement motors to the VA Boston Healthcare System at our Brockton campus, address is indicated above. Loading docks are available and their temporary use shall be coordinated in advance. The timeframe for delivery receipt shall be no later than six (6) weeks following award of contract, with coordination of specific dates mutually agreed upon by the VA Medical Center, the contractor, and the certified installer, especially given the recent delays in shipping and lead times along with the VA Medical center s ability to ensure proper storage space is available on or off site for all materials. Any questions regarding this procurement request should be directed to: DATE: 3/30/2023 Gregory Meyer, DPT, GCS, SPHMFC POC for Project 774-826-3023 Gregory.Meyer2@va.gov General Requirements Contractor shall bear the cost to employ the manufacturers authorized representatives to install, inspect, weight test, and certify motor replacements in the following rooms per manufacturer s recommendations. There will be an excel spreadsheet attached to the FORCE package for proper lining up of columns including the replacement serial numbers of the present motors. We are in the process of gathering those three (3) missing replacement EE numbers by the logistic staff here locally. SUBMITTALS A. Shop drawings shall show structural supports to the underside of structure. Structural calculations for the support of the track and its attachment to ceiling structure shall be submitted. Shop drawings used in the quoting phase shall be PDFs, and either 2D CAD files or 3D BIM files showing structural support to underside of structure. Shop drawings shall also provide general room layout with bed position and all obstructions to ceiling lift. B. Once the purchase order is accepted by the vendor, a set of stamped drawings shall be provided by the vendor. Shop drawings and structural calculations shall be signed and stamped by a registered structural engineer in the state of installation and shall meet all code requirements in the jurisdiction having authority. Structural engineer shall ensure ceiling minimum structure capacity shall support the loads specified in the shop and installation drawings and be following local structural and seismic codes. C. Shop drawings shall show obstructions such as lights and sprinklers and coordinate their relocation. D. Manufacturer shall provide BIM (Building Information Model) for clash detection. E. Certificates of Compliance from Manufacturer F. Manufacturer's Literature and Data: 1. Lifting Capacity 2. Lifting Speed 5. Vertical Axis Motor 6. Emergency Brake 7. Emergency Lowering Device 8. Emergency Stopping Device 9. Electronic Soft-Start and Soft-Stop Motor Control 10. Current Limiter for Circuit Protection 12. Strap Length 13. All equipment anchors and supports. Submittals shall include weights, dimensions, center of gravity, standard connections, manufacturer's recommendations and behavior problems (e.g., vibration, thermal expansion,) associated with equipment or piping so that the proposed installation can be properly reviewed. G. Individual Room layouts showing location of lift system installation and charging stations shall be approved before proceeding with installation of lifts. H. Manufacturer s Checklist for after installation inspection, and for Lift Installation and Maintenance Checklist. INSTALLATION A. Install ceiling mounted patient lift system (motor replacements only) as per manufacturer's instruction and under the supervision of manufacturer's qualified representative and as shown on drawings. B. If the distance in between the suspended ceiling and anchors is more than 18 consult with manufacturer to determine if lateral braces will be required. If required, furnish, and install lateral braces. C. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied, during construction, jointly by patients or medical personnel, and Contractor's personnel, and would require to be performed on other-than-normal business hours and/or weekends. INSTRUCTION AND PERSONNEL TRAINING Training shall be provided for the required personnel to educate them on proper operation and maintenance for the lift system equipment. Provide at a minimum, four (4) hours of training, along with electronic and hardcopy of Operations & Maintenance materials, training agenda by a manufacturer authorized representative. Coordinate in advance with VA for a date/time/shift convenient for the VA and end-users. This includes covering all 3 nursing shifts. TESTING Conduct performance test, in the presence of the VA Engineering Manager, Safe Patient Handling Coordinator, independent third-party Inspector of Record (IOR),VA Equipment Mechanic, and a manufacturer's field representative, to show that the patient lift system equipment and control devices operate properly and in accordance with design, specification, and code requirements. INSPECTION Inspection of installed ceiling mounted patient lift systems shall be conducted in accordance with the manufacturer s installation checklist and the facilities installation checklist (Patient Safety Alert AL14-07) prior to use for patient movement. Contractor to provide the necessary equipment/weights for weight testing. CONTRACTOR REQUIREMENTS A. Certification for compliance is required for Ceiling Mounted Patient Lift Systems. Certifications shall be provided by the manufacturer who will conduct testing to ensure that the ceiling lift and charging system are safe and in compliance with ISO 10535 & UL 60601-1 B. Inspection of equipment after installation is required prior to use for patient movement. Inspection shall be in accordance with manufacturer s installation checklist and the facilities installation checklist (Patient Safety Alert AL14-07). C. Certification of compliance with VA requirements shall be provided by an independent third party, Inspector of Record (IOR), who will observe installation and manufacturer s testing to ensure that the ceiling structure, ceiling lift, and charging system is safe and compliance with shop drawings, structural calculations, specifications, ISO 10535 requirements, and code requirements. IOR shall be a registered structural engineer in the state of installation; provide structural engineer qualifications for proof. D. Do not store materials and equipment in other than assigned areas Safety & Health Plan: Provide a copy of current corporate/company Safety and Health Policy Statement, detailing commitment to providing a safe and healthful workplace for all employees. The Contractor s written safety program goals, objectives, and accident experience goals for this contract should be provided for this specific project scope. The names of Competent and/or Qualified Person(s) and proof of competency/qualification to meet specific OSHA Competent/Qualified Person(s) requirements must be provided. Provide 10-hour OSHA certificates for all employees. Provide Activity Hazard Analysis, AHAs are also known as Job Hazard Analyses, Job Safety Analyses, and activity Safety Analyses. Before beginning each work activity, the Contractor(s) performing that work activity shall prepare an AHA (Example electronic AHA forms can be found on the US Army Corps of Engineers web site) Infection Control is critical in all medical center facilities. Interior construction activities causing disturbance of existing dust, or creating new dust, must be conducted within ventilation-controlled areas that minimize the flow of airborne particles into patient areas. Contractor is responsible for furnishing and installing all necessary infection control equipment, product and materials. Fire retardant polystyrene 6-mil thickness meeting local fire codes, dust proof/fire-rated barriers, HEPA equipped negative air machines, exhaust hoses, adhesive walk-off mats, hospital approved disinfectant and portable ceiling access modules. All Contractors and or installers must be Binax tested daily 30 minutes before beginning any work in the narthex lobby of building 2. Pre-Construction Risk Assessment Prior to scheduling and/or starting any work, the contractor shall meet with the VA COR, VA Engineering Manager, VA Safety Specialist, VA Infection Control Practitioner, VA GEMS Manager and VA Patient Safety representative to complete a Pre-Construction Risk Assessment for Infection Control, Life Safety, Patient Safety and GEMS determinations. Security Procedures: General Contractor s employees shall not enter the project site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. Coordinate in advance to receive VA issued PIV badges prior to coming on site. No photography of VA premises is allowed without written permission of the Contracting Officer. VA reserves the right to close down or shut down the project site and order General Contractor s employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer. Parking is restricted to contractor designated parking lots and spots. Coordinate with VA Police. Questions regarding this procurement should be directed to our subject matter expert, requestor & point of contact. Gregory Meyer, DPT, CWCE, GCS, SPHMFC 1-774-826-3023 Gregory.meyer2@va.gov The contractor shall perform all work under this contract in strict accordance with all Federal, State and local safety codes to eliminate the possibility of damage or injury to patients, personnel and equipment or building structures. PERIOD OF PERFORMANCE Vendor is on notice that time is of the essence in the performance of this contract. The timeframe for delivery receipt shall be no later than six (6) weeks following the award of contract, with coordination of specific dates mutually agreed upon by the VA Medical West Roxbury MA and the selected contractor/manufacturer. PAYMENT SCHEDULE The contractor will bill on completion, inspection, and acceptance of the work. NON-PERSONAL SERVICES STATEMENT Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the SOW. Contractor employees will perform their duties independent of, and with occasional supervision of VA COR. The tasks, duties, and responsibilities set forth in the SOW may not be interpreted or implemented in any manner that results in any contractor creating or modifying Federal policy, Obligating the appropriate funds for the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating contracting regulations. Records Management Language for Statement of Work (SOW): The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Requirement 2 West Roxbury STATEMENT OF WORK 26 Ceiling Lift Motor Replacements West Roxbury Department of Veterans Affairs VA BOSTON HEALTHCARE SYSTEM 1400 VFW Parkway, West Roxbury MA 02132 STATEMENT OF WORK (SOW): FY 2023 General Description of Work The contractor shall furnish all labor, materials, equipment, rentals, finishes, support services, temporary power, ventilation/negative air, infection prevention control measures, demolition, safety/PPE, supervision, and disposal necessary to install twenty (26) Hill-Rom Liko furnished Ceiling Lift Motor Replacements for the current lift systems already installed by them in various rooms throughout our West Roxbury campus as outlined below: All Motor Types to be installed at the West Roxbury campus are the Likorall 250 ES. The following 26 Patient Beds in West Roxbury will be upgraded with the new motors on the current lifts. A-225 (Bed A&B) Likorall 242 S 269759 187928 A-225 (Bed C&D) Likorall 242 S 283352 187931 A-226 (Bed A&B) Likorall 250 ES 6601613 124208 A-226 (Bed C&D) Likorall 242 S 274394 187925 A-229 (Bed A) Likorall 250 ES 6601865 131959 A-229 (Bed B) Likorall 250 ES 6601665 124215 A-230 Likorall 250 ES 6600877 68112 A-231 Likorall 250 ES 6601492 131962 A-232 Likorall 250 ES 6600861 68122 A-233 Likorall 250 ES 6600867 68115 A-234 (Bed A) Likorall 242 S 283342 A-234 (Bed B) Likorall 242 S 269748 A-235 (Bed A&B) Likorall 242 S 269753 187934 A-236 (Bed A&B) Likorall 250 ES 272397 A-238 (Bed A&B) Likorall 242 S 283990 188098 A-238 (Bed C&D) Likorall 242 S 271755 188009 A-244 (Bed A&B) Likorall 250 ES 6600219 A-244 (Bed C&D) Likorall 250 ES 6600813 5C-104 (Room 4) Likorall 250 ES 6602083 131807 5C-105 (Room 3) Likorall 250 ES 6600668 188105 GA-169 (Room 1) Likorall 250 ES 6601576 124301 GA-170 (Room 2) Likorall 250 ES 6602026 131793 GA-171 (Room 3) Likorall 250 ES 6602071 131808 GA-172 (Room 4) Likorall 250 ES 6601570 124311 GA-173 (Room 5) Likorall 250 ES 6602020 131823 GA-178 (Room 6) Likorall 250 ES 6601603 124312 GA-179 (Room 7) Likorall 250 ES 6601604 124313 GA-181 (Room 9) Likorall 250 ES 6602110 131815 GA-182 (Room 10) Likorall 250 ES 6602024 131800 The selected contractor shall furnish, deliver, and install forty (26) Liko Lifts Systems replacement motors to the VA Boston Healthcare System at our West Roxbury campus, address is indicated above. Loading docks are available and their temporary use shall be coordinated in advance. The timeframe for delivery receipt shall be no later than six (6) weeks following award of contract, with coordination of specific dates mutually agreed upon by the VA Medical Center, the contractor, and the certified installer, especially given the recent delays in shipping and lead times along with the VA Medical center s ability to ensure proper storage space is available on or off site for all materials. Any questions regarding this procurement request should be directed to: DATE: 3/20/2023 Gregory Meyer, DPT, GCS, SPHMFC POC for Project 774-826-3023 Gregory.Meyer2@va.gov General Requirements Contractor shall bear the cost to employ the manufacturers authorized representatives to install, inspect, weight test, and certify motor replacements in the following rooms per manufacturer s recommendations. There will be an excel spreadsheet attached to the FORCE package for proper lining up of columns including the replacement serial numbers of the present motors. We are in the process of gathering those three (3) missing replacement EE numbers by the logistic staff here locally. SUBMITTALS A. Shop drawings shall show structural supports to the underside of structure. Structural calculations for the support of the track and its attachment to ceiling structure shall be submitted. Shop drawings used in the quoting phase shall be PDFs, and either 2D CAD files or 3D BIM files showing structural support to underside of structure. Shop drawings shall also provide general room layout with bed position and all obstructions to ceiling lift. B. Once the purchase order is accepted by the vendor, a set of stamped drawings shall be provided by the vendor. Shop drawings and structural calculations shall be signed and stamped by a registered structural engineer in the state of installation and shall meet all code requirements in the jurisdiction having authority. Structural engineer shall ensure ceiling minimum structure capacity shall support the loads specified in the shop and installation drawings and be following local structural and seismic codes. C. Shop drawings shall show obstructions such as lights and sprinklers and coordinate their relocation. D. Manufacturer shall provide BIM (Building Information Model) for clash detection. E. Certificates of Compliance from Manufacturer F. Manufacturer's Literature and Data: 1. Lifting Capacity 2. Lifting Speed 5. Vertical Axis Motor 6. Emergency Brake 7. Emergency Lowering Device 8. Emergency Stopping Device 9. Electronic Soft-Start and Soft-Stop Motor Control 10. Current Limiter for Circuit Protection 12. Strap Length 13. All equipment anchors and supports. Submittals shall include weights, dimensions, center of gravity, standard connections, manufacturer's recommendations and behavior problems (e.g., vibration, thermal expansion,) associated with equipment or piping so that the proposed installation can be properly reviewed. G. Individual Room layouts showing location of lift system installation and charging stations shall be approved before proceeding with installation of lifts. H. Manufacturer s Checklist for after installation inspection, and for Lift Installation and Maintenance Checklist. INSTALLATION A. Install ceiling mounted patient lift system (motor replacements only) as per manufacturer's instruction and under the supervision of manufacturer's qualified representative and as shown on drawings. B. If the distance in between the suspended ceiling and anchors is more than 18 consult with manufacturer to determine if lateral braces will be required. If required, furnish, and install lateral braces. C. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied, during construction, jointly by patients or medical personnel, and Contractor's personnel, and would require to be performed on other-than-normal business hours and/or weekends. INSTRUCTION AND PERSONNEL TRAINING Training shall be provided for the required personnel to educate them on proper operation and maintenance for the lift system equipment. Provide at a minimum, four (4) hours of training, along with electronic and hardcopy of Operations & Maintenance materials, training agenda by a manufacturer authorized representative. Coordinate in advance with VA for a date/time/shift convenient for the VA and end-users. This includes covering all 3 nursing shifts. TESTING Conduct performance test, in the presence of the VA Engineering Manager, Safe Patient Handling Coordinator, independent third-party Inspector of Record (IOR),VA Equipment Mechanic, and a manufacturer's field representative, to show that the patient lift system equipment and control devices operate properly and in accordance with design, specification, and code requirements. INSPECTION Inspection of installed ceiling mounted patient lift systems shall be conducted in accordance with the manufacturer s installation checklist and the facilities installation checklist (Patient Safety Alert AL14-07) prior to use for patient movement. Contractor to provide the necessary equipment/weights for weight testing. CONTRACTOR REQUIREMENTS A. Certification for compliance is required for Ceiling Mounted Patient Lift Systems. Certifications shall be provided by the manufacturer who will conduct testing to ensure that the ceiling lift and charging system are safe and in compliance with ISO 10535 & UL 60601-1 B. Inspection of equipment after installation is required prior to use for patient movement. Inspection shall be in accordance with manufacturer s installation checklist and the facilities installation checklist (Patient Safety Alert AL14-07). C. Certification of compliance with VA requirements shall be provided by an independent third party, Inspector of Record (IOR), who will observe installation and manufacturer s testing to ensure that the ceiling structure, ceiling lift, and charging system is safe and compliance with shop drawings, structural calculations, specifications, ISO 10535 requirements, and code requirements. IOR shall be a registered structural engineer in the state of installation; provide structural engineer qualifications for proof. D. Do not store materials and equipment in other than assigned areas Safety & Health Plan: Provide a copy of current corporate/company Safety and Health Policy Statement, detailing commitment to providing a safe and healthful workplace for all employees. The Contractor s written safety program goals, objectives, and accident experience goals for this contract should be provided for this specific project scope. The names of Competent and/or Qualified Person(s) and proof of competency/qualification to meet specific OSHA Competent/Qualified Person(s) requirements must be provided. Provide 10-hour OSHA certificates for all employees. Provide Activity Hazard Analysis, AHAs are also known as Job Hazard Analyses, Job Safety Analyses, and activity Safety Analyses. Before beginning each work activity, the Contractor(s) performing that work activity shall prepare an AHA (Example electronic AHA forms can be found on the US Army Corps of Engineers web site) Infection Control is critical in all medical center facilities. Interior construction activities causing disturbance of existing dust, or creating new dust, must be conducted within ventilation-controlled areas that minimize the flow of airborne particles into patient areas. Contractor is responsible for furnishing and installing all necessary infection control equipment, product and materials. Fire retardant polystyrene 6-mil thickness meeting local fire codes, dust proof/fire-rated barriers, HEPA equipped negative air machines, exhaust hoses, adhesive walk-off mats, hospital approved disinfectant and portable ceiling access modules. All Contractors and or installers must be Binax tested daily 30 minutes before beginning any work in the narthex lobby of building 2. Pre-Construction Risk Assessment Prior to scheduling and/or starting any work, the contractor shall meet with the VA COR, VA Engineering Manager, VA Safety Specialist, VA Infection Control Practitioner, VA GEMS Manager and VA Patient Safety representative to complete a Pre-Construction Risk Assessment for Infection Control, Life Safety, Patient Safety and GEMS determinations. Security Procedures: General Contractor s employees shall not enter the project site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. Coordinate in advance to receive VA issued PIV badges prior to coming on site. No photography of VA premises is allowed without written permission of the Contracting Officer. VA reserves the right to close down or shut down the project site and order General Contractor s employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer. Parking is restricted to contractor designated parking lots and spots. Coordinate with VA Police. Questions regarding this procurement should be directed to our subject matter expert, requestor & point of contact. Gregory Meyer, DPT, CWCE, GCS, SPHMFC 1-774-826-3023 Gregory.meyer2@va.gov The contractor shall perform all work under this contract in strict accordance with all Federal, State and local safety codes to eliminate the possibility of damage or injury to patients, personnel and equipment or building structures. PERIOD OF PERFORMANCE Vendor is on notice that time is of the essence in the performance of this contract. The timeframe for delivery receipt shall be no later than six (6) weeks following the award of contract, with coordination of specific dates mutually agreed upon by the VA Medical West Roxbury MA and the selected contractor/manufacturer. PAYMENT SCHEDULE The contractor will bill on completion, inspection, and acceptance of the work. NON-PERSONAL SERVICES STATEMENT Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the SOW. Contractor employees will perform their duties independent of, and with occasional supervision of VA COR. The tasks, duties, and responsibilities set forth in the SOW may not be interpreted or implemented in any manner that results in any contractor creating or modifying Federal policy, Obligating the appropriate funds for the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating contracting regulations. Records Management Language for Statement of Work (SOW): The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, disposeof, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracti...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e9a4e29c0da54151b4c036587b50b633/view)
- Place of Performance
- Address: VAMC Boston 1400 VFW Parkway, West Roxbury 02132, USA
- Zip Code: 02132
- Country: USA
- Zip Code: 02132
- Record
- SN06832193-F 20230916/230914230125 (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 |