SOLICITATION NOTICE
J -- FY24 SERVICE-Replace Batteries and Radiators for Generac Generators (VA-24-00040315)
- Notice Date
- 2/15/2024 7:22:37 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24224Q0355
- Response Due
- 2/23/2024 12:00:00 PM
- Archive Date
- 06/01/2024
- Point of Contact
- Lorraine Hussain, Contracting Officer
- E-Mail Address
-
Lorraine.Hussain@va.gov
(Lorraine.Hussain@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 for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-02 (eff. 12/22/2023) This solicitation is a total set-aside for SDVOSB small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 Commercial and Industrial Machinery and Equipment (except automotive and electronic) Repair and Maintenance with a small business size standard of $12.0 million. The FSC/PSC is J059 Maintenance, Repair, and Rebuilding of equipment-Electrical and Electronic equipment components. The James J. Peter VA Medical center at 130 West Kingsbridge rd., Bronx NY is seeking replacements of Batteries and Radiators for their Generac Generators to include all installation parts and testing to ensure replacement parts are compliant and functioning. All interested companies shall provide quotations for the following: Line-Item Number, Description details, Quantity, Unit of Measure, Unit of Price, Total Price, and Grand total Price. Please ensure that your quote covers the cost for everything requested in the SOW. We must see the breakdown of every line item. Services Statement Of Work Replace Batteries and Radiators for Generac Generators 1. Background Engineering Service is seeking to replace the existing batteries, radiators, and appurtenances for the Generac Generators units 1, 2, 4, and 5 with new batteries, radiators, and appurtenances. The information for the Generac Generators is as follows: Generator Rating Model Fuel Type Serial Location Areas Serves Generac#1 600kw/750kva 12458200100 Natural Gas/#2 Diesel 2108384 Motor Pool Area Life Safety, Critical, Essential Equipment, Penthouse Fans, Fire Pump Generac#2 600kw/750kva 12458200100 Natural Gas/#2 Diesel 2108823 Warehouse Loading Area Life Safety, Critical, Essential Equipment, Penthouse Fans, Fire Pump Generac#4 600kw/750kva 12458200100 Natural Gas/#2 Diesel 2108822 Warehouse Loading Area Life Safety, Critical, Essential Equipment, Penthouse Fans, Fire Pump Generac#5 600kw/750kva 12458200100 Natural Gas/#2 Diesel 2108814 Warehouse Loading Area Life Safety, Critical, Essential Equipment, Penthouse Fans, Fire Pump 2. Place of Performance Department of Veterans Affairs James J. Peters VA Medical Center (JJP VAMC) 130 West Kingsbridge Road Bronx NY 10468 3. Period of Performance The Contractor shall complete all work within 8 weeks from NTP. 4. Type of Contract Firm Fixed Price (FFP) 5. Environmental Procedures The contractor shall adhere to All federal, state, and local codes and requirements for campus at ALL times. 6. Site Conditions a. All work is to be coordinated with VA POC. b. This is an occupied facility. c. A material and equipment staging area is to be coordinated and confirmed with the VA POC. The staging area is to be considered unsecure. d. The contractor is to leave no area unsafe at the end of the working day. 7. Hours Of Operation (Applicable when working at a VA site) Work shall be completed during normal business hours, Monday through Friday, 8:00 AM to 4:00 PM. Contractor may for his/her convenience request authorization in advance from the COR to work outside of regular working hours of regular workdays at no additional cost to the medical center. Authorization shall be at the discretion of the COR. The contractor is not required to perform services on the following holidays: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day Washington's Birthday Veteran s Day Memorial Day Thanksgiving Day Juneteenth National Independence Day Christmas Day Independence Day 8. Housekeeping The project site shall be kept in a neat, orderly, and safe condition at all times. 9. Exclusions The contractor shall not be liable for any loss, damage or delay caused by acts of fire, explosion, floods, riot, civil commotion, war, act of God, or by any cause beyond his/her reasonable control, nor shall he/she be liable for consequential damages from such causes. The following work is specifically excluded from this contract: Repair or replacement made necessary due to the negligence or misuse of the equipment by persons other than the contractor, his/her representatives or his/her employees. The Contracting Officer must approve, in advance, any extra charge work attributed to vandalism or misuse. No invoice will be paid without prior approval. Any repairs due to misuse or negligence shall be billed according to the labor rate specified in the pricing schedule. Parts will be billed at actual invoiced cost. 10. Security Requirements Contractor personnel must have in their possession for inspection by VA Police Department a valid state or government issued identification such as drivers license or passport. Personnel may be required to surrender their ID to the VA Police to obtain a temporary day pass at the discretion of VA Police. ID will be returned upon leaving US Government property. The contractor shall not have access to the Department of Veterans Affairs computer system. 11. Government Furnished Items, Services & Responsibilities, and Definitions Contracting Officer (CO): The Contracting Officer has the overall responsibility for the administration of this contract. He/she, alone, without delegation, is authorized to take action on behalf of the Medical Center to: Amend, modify or deviate from the contract terms, conditions, requirements, specifications, details and/or delivery schedules. However, he/she may delegate certain other responsibilities to his/her authorized representatives. Contracting Officer's Representative (POC): The service line POC will assist the CO in the discharge of his/her responsibilities. The responsibility of the POC includes but are not limited to: Determining the adequacy of performance by the contractor in accordance with the terms and conditions of this contract; acting as the Medical Center's representative in charge of the work at the site; ensuring the compliance with contract requirements insofar as the work is concerned; and advising the CO of any factors which may cause delay in performance of the work. 12. Scope of Work: The contractor shall furnish all material, labor, supervision, tools, and equipment necessary to perform the following work for the Generac Generator Units 1, 2, 4, and 5(OEM equipment as per the manufacturer s recommendations): a) Batteries and Appurtenances: Perform lock out procedures. Remove & install new batteries, air filters, fan belts, fuel lines, turbo oil return lines, and jacket water heater hoses. Test run unit for proper operation. place unit back into auto with breaker closed. Radiators and Appurtenances: All work to replace radiators for the Generac Generators units 1, 2, 4, and 5. Pressure test system. Test run unit and top off coolant as needed. Clean work area. Once the battery installation is completed the contractor shall test the batteries and radiators and provide a written report of results to the VA POC to confirm proper installation. 14. Submittals: a. Submit, for review and approval to the VA POC, the manufacturers/supplier s spec sheets, shop drawings (if requested), and any other requested information for all materials to be used as part of this project. b. Submit only materials which are known to be fully compatible with the actual installation conditions. 15. General Safety Requirements The contractor is responsible and shall continue management and implementation of a safety and health program throughout duration of the project. The Contracting Officer and VA staff reserve the right to suspend work when patient, staff and supplier's safety and health program is inadequate or non-complying. The contractor shall provide all Personal Protective Equipment for the workers as per the requirement of the site. Work will be stopped in case the proper protection equipment is not found with the workers and the lapse of time shall be at the Supplier s expense. All work must be in compliance with OSHA safety standards and NFPA Electrical work requirements. The contractor shall also be familiar with working on all applicable electrical equipment. 16. Guarantee & Warranty The contractor shall guarantee that all work performed will be free from all defects in workmanship and materials and that all installation will provide the capacities and characteristics specified. The contract further guarantees that if, during a period of one year from the date of the certificate of completion and acceptance of the work, any such defects will be repaired by the contractor at his own cost. Final inspection is to be done by the Contractor and VA Service line POC. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-24 Representation Regarding certain telecommunications and video surveillance services or equipment (Nov2021) 52.204-29 Federal Acquisition supply chain security act orders-Representations and Disclosures (Dec2023). 52.212-2 Evaluation-Commercial Products and Commercial services (Nov 2021) 52.212-3 Offeror representations and certifications commercial products and commercial services (NOV2023) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (End of Addendum FAR 52.212-1) FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEPT 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition (1)Is set aside for small business and has a value above the simplified acquisition threshold; (2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; 36C24224Q0355 (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ""late"" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers: or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror s initial offer should contain the offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by (i) Using the ASSIST feedback module ( https://assist.dla.mil/ feedback); or (ii) Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. Questions: Request for Information (RFI)/questions shall be submitted in writing via email to Lorraine.Hussain@va.gov. Telephonic questions will not be accepted. Request for Information/Questions will not be accepted after February 9th, 2024, 10:00 AM EST. Questions will be answered in an amendment to the solicitation. Submission Instructions: Technical packages (proposals) must be received not later than February 20, 2024, 3:00 PM EST. The government will only accept electronic submissions via email. Send all quotations to Lorraine.Hussain@va.gov. The email subject line must identify Solicitation 36C24224Q0355. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Offers that do not adhere to these instructions may be determined to be incomplete and, therefore, risk being rejected without further consideration for award. Offer submissions shall include: a. Completed acknowledgement of amendments sections (if applicable). b. A technical submission to describe the offeror s capability and experience in delivering the services in the Statement of Work (SOW) via 52.212-2 Evaluation of Commercial Items section. c. Past performance information via 52.212-2 Evaluation section. d. Completed Section Price/Cost Schedule. e. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. (End of Provision) 2. FAR 52.212-2, Evaluation Commercial Products and Commercial Services (NOV 2021) ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous and best value to the Government, given price and other factors considered. Comparative analysis may be used. The following factors shall be used to evaluate quotations: Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. The technical capability will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the SOW, solicitation, and based on the information requested in the instructions to quoters section of the solicitation. The Contractor must demonstrate in their technical capability the understanding of this requirement needs by providing a capability statement with relevance of the scope of work regarding the Medrad preventative maintenance as stated in the SOW. Specific Scope of Work: The quoter will be evaluated on how well their technical capability statement demonstrates how the vendor will meet the needs of this requirement for Medrad preventative maintenance as specified in scope of work. See the SOW. Technical Experience: The quoter will be evaluated on how well their technical experience reflects that the offeror is a firm who regularly is engaged in the performance of work as stated in scope of work and complexity. The Offeror's experience will be evaluated on their proficiency in performance of the duties as requested. Authorization: Provide documentation the vendor performing the services have been trained, authorized and licensed by Bayer Healthcare to provide preventative maintenance and calibration on equipment specified in SOW. Past Performance: The offeror will provide at a minimum three past performance of similar scope or complexity. Information to include a description of work done. The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (End of Addendum to FAR 52.212-2) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (NOV 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) 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 (NOV 2023) 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), starting first with FAR and followed by VAAR. 52.212-5 Contract terms and conditions required to implement statutes or executive orders-commercial products and commercial services (DEC2023) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 852.211-72 Technical Industry standards (Nov2018) 852.219-73 VA Notice of total set-aside for Certified Service-Disabled Veteran-Owned Small Businesses (Jan2023) (Deviation) 852.219-75 VA notice of limitations on Subcontracting-Certificate of compliance for services and construction (JAN2023) (Deviation) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) (End of Addendum to FAR 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (NOV 2023) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2023) 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C chapter 67. 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (MAY 2014) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 201 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 1370 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) All quotes must be sent to the NCO2 Lorraine.Hussain@va.gov. 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 factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than February 23th, 2024, at 3:00 PM EST. Lorraine.Hussain@va.gov. Telephonic communication will not be accepted, all and any...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8b46fda433fe431da78018464987a3c8/view)
- Place of Performance
- Address: James J. Peter VAMC 130 West Kingsbridge Rd., Bronx 10468
- Zip Code: 10468
- Zip Code: 10468
- Record
- SN06966948-F 20240217/240215230049 (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 |