Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2024 SAM #8166
SOLICITATION NOTICE

65 -- Equipment - SPS Sterile Shelving Storage System

Notice Date
4/4/2024 7:56:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24224Q0460
 
Response Due
4/12/2024 1:00:00 PM
 
Archive Date
05/12/2024
 
Point of Contact
Jonathan Kilgore, Contract Specialist, Phone: 973-676-1000
 
E-Mail Address
jonathan.kilgore@va.gov
(jonathan.kilgore@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C24224Q0460 Page 1 of Page 1 of Page 20 of 32 Page 1 of Page 1 of 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. The proposed contract action is for supplies for which the Government intends to solicit competitive offers to award a firm fixed price contract. Interested vendors may submit quotes, and all eligible quotes received prior to the date listed in SAM.gov shall be considered by the Government. Only emailed proposals received directly from the offeror shall be considered. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113: Surgical Appliance and Supplies Manufacturing, with a small business size standard of 750 employees. The FSC/PSC is 6515: Medical Equipment and Accessories and Supplies. The Department of Veterans Affairs, VISN 02, Buffalo VA Medical Center is seeking to purchase sixty-seven (67) brand name Elitra sterile storage shelving racks for use in the Sterile Processing Services (SPS) department, to support and complement the current Elitra storage rack system as well as to replace the older Metro rack system also currently in use. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 ELITRA 3 TOWERS 13""X 13 X 13 80 63 EA 0002 ELITRA 2 TOWERS 16"" X 16"" X 80 4 EA Total Price Statement of Work 1. Background: The Buffalo VA Medical Center Sterile Processing Department requires 67 additional Elitra sterile storage shelving racks for use in the Sterile Processing Services (SPS) department, to support and complement current Elitra storage rack system as well as to replace the current 25+ older, Metro rack system. The 2-touch system consists of a rack cart with shelves. Each shelf will hold 1 RMD instrument tray as well as a transport tray under the instrument tray. You remove both trays at same time when putting them in and out of a case cart. You only touch the instrument tray 2x-once when putting it on the rack shelf on top of the transport tray in SPS and once when the O.R. nurse takes the instrument tray off the transport tray to put it on the instrument table/field, in the operating room. 2. Scope: The Buffalo VAMC is seeking to purchase new units that meet the clinical, functional, and performance specifications specified in this Statement of Work (SOW). The Buffalo VAMC shall only consider new, latest-generation units. Refurbished, remanufactured, and grey market products will not meet the needs of the Buffalo VAMC. 3. Specific Technical Elements: The proposed unit shall meet the following Buffalo VA Medical Center technical requirements; Benchmark equal to current Elitra storage rack system in use already in VA WNY. 3.1 The Elitra Sterile Storage racks to be added to the current Elite brand shelving racks at the VA WNY SPS sterile storage racks. 3.2 The vendor shall provide complete technical information sheets and brochures describing features. 3.3 Provide a user list including established VA sites. 3.4 The vendor will de-install and remove old existing non-Elite shelving systems from SPS for proper disposal by VA Facilities. 3.5 The Vendor must supply, ship, uncrate, assemble, set up, install and/or cycle test each new unit and each accessory load rack and load cart at Buffalo VA SPS site. 3.6 The Vendor set up includes satisfactorily testing of wheels, carts and shelves functions and verified completed before initial use. 3.7 The unit locations will be at previously discussed and CAD documented locations. 3.8 Salient Characteristics: The transport and storage system must be designed to hold existing wrapped instrument trays and rigid container trays. Must have slide out removable Stainless Steel wire trays without stacking more than one unit per tray. The design must conform to AAMI, AORN, JCAHO, ISO 9001 and VA Directive requirements, and ANSI/AAMI ST79:2017 standards on sterile storage. The system is designed to eliminate damage to the wrapped instrument sets saving valuable me and money from re-processing damaged sets. Storage will require a minimum 1890 storage slots of 13 x 24 stainless steel wire transfer trays and a minimum of 80 storage slots of 16 x 24 stainless steel wire transfer trays. Trays will be in racks and be adjustable without tools by means of slide sets. Each set of racks shall have a set of casters on each upright of the rack for mobility of transport and cleaning. The design considers that the end users will be lifting the wrapped packs out of the system on the wire transfer trays to eliminate rips, tears, and damage to the wrap of instrument sets. Trays will also be placed into surgical instrument carts for transport. Extra trays will be provided for this purpose. With the proposal, a set of CAD drawings of the layout proposed, and detailed drawings of the equipment to be provided, must be submitted to show the locations of the equipment that will be provided. The supplier must show that the equipment as specified here has been provided to other VAMC s with satisfactory performance documentation. a) Dimensions of the trays, 16 x 24 , and 13 x 24 Each tray shall have a grab handle space at each 13 /16 end. They must be able to move in/out of existing sterilizer equipment, without handling the instrument tray and be like with sterilizer loading equipment. b) Wire trays are of #316 s/s heavy gauge welded wire, polished to a deburred smooth finish. Wire to be no greater than 1 spacing on length, and a minimum of 2 reinforcement wires in the middle. Perimeter wire borders will be a slightly heavier gauge for sturdiness. Each tray has a 150lb max load capacity showing no deflection. Trays will be designed to accompany the instrument sets into the sterilizer and wash cycles without discoloration. c) Racks have a maximum height of 80 . They will be constructed of heavy channel anodized, aluminum with no removable fasteners to secure cross members so that racks stay ridged over time and extreme use. Each rack will have 25, 3/8 holes on each upright. Each column holds a minimum of 10 sets of slides. Slides are designed for holding trays in place with a detention angle to secure the tray and are fully adjustable without the use of tools using the 3/8 holes for placement. Each rack upright contains two heavy duty locking casters. Wing type caster locks are not acceptable. A rack with a set of four casters will have a capacity of 750lbs. d) Each rack set will come with ten adjustable clear label holders that snap on the uprights. e) The bottom of the racks must incorporate dust and splash cover eight off the floor. f) The layout requirements of the completed system must allow for 2 spacing from the walls and columns, 18 from the ceilings, and spacious aisleways. Product must be compatible and interchangeable with existing units *Transfer Trays meets the 13"" wide (325mm) *Transfer Trays meets the 16"" wide (400mm) *Transfer Trays meets the 316 grade polished Stainless steel wire *Must supply a set of CAD drawings of the layout proposed *Must supply detailed drawings of the equipment to be provided *Must show the locations of the equipment on drawing *Must incorporate a dust and splash cover 8 off the floor. *SS Transfer Trays move in/out of sterilizer without handling Instrument Trays *Transport trays need to be compatible with existing Sterilizers *Transport trays need to be compatible with existing Storage Systems *Transport trays need to be compatible with existing Transportation *Product needs to be arrive fully assembled *Product needs to be produced in pieces, no welds. 4. Technical Terms and Conditions: The offering vendor shall meet the following Buffalo VA Medical Center Terms and Conditions. 4.1 The Vendor certifies that all products supplied will satisfy requirements for UL, CSA or TUV approval, if applicable. 4.2 The Vendor certifies that all devices meet or exceed AAMI (including ST-79 and others), ASME and NFPA Electrical Safety requirements. 4.3 Operator safety and system performance should not be adversely affected by fluid spills. If the unit is affected, it should fail safely. 4.4 The unit should be well constructed with durable materials to withstand typical abuse and cleaning. Switches, knobs, and other controls should be designed for conditions of heavy use. Mechanical, electric, and pneumatic terminators, connectors, sockets, and solder joints should be designed to prevent fluid penetration, incorrect connections, and mismatching of fitting and couplings. Labels and markings should be durable enough to withstand routine cleaning and normal wear. The unit should come with all necessary installation hardware. 4.5 The Vendor shall be responsible for all unloading of equipment and moving into place; if local labor is required, the Vendor shall coordinate any unloading of equipment. 4.6 Upon receipt of the equipment, the Vendor shall completely unpack and inspect the equipment. Upon completion of this delivery inspection, any equipment failing this delivery inspection shall be replaced prior to proceeding with equipment installation. 4.7 It shall be the sole responsibility of the Vendor to deliver all equipment in good condition. Any equipment damaged in shipping or delivery shall be the responsibility of the Vendor. The Vendor shall not charge the VA for multiple service engineers time, regardless of the number of people brought in at one time to service the system. During the warranty period, the VA will not be charged for travel time or overtime labor rates. 4.8 Installation will be provided by vendor. The installer will be in compliance with all VA facility policies and procedures as required. 4.9 The Vendor will examine the access routes leading to the installation site, and assure that the size and capacity of hallways, elevators and doors are adequate and will not hinder the delivery of the equipment. Any damage to the VA caused by the Vendor will be remedied by the Vendor at no cost to the Hospital, prior to final payment. The Vendor will check and verify that the equipment s weight will not hinder the delivery of the equipment, nor damage facility property during its transport. 4.10 The installation will be aesthetic with all cables tie wrapped and, when applicable, housed within a vinyl type sheathing that is zippered opened and closed. The installer will be in compliance with all facility policies and procedures as required. 4.11 The Vendor shall provide a complete set of Operators and Service Manuals. 4.12 The Vendor will provide the VA with all service publications that are used to inform or update service personnel on equipment issues, i.e., service newsletters, service alerts, and/or service procedure changes or enhancements. Such publications will be sent to the VA when they become available to the Vendor s field service personnel. 4.13 The system must conform to widely promulgated standards, such as ISO 9001 or 9002 or those of IEC, NEMA, BSI, CSA, UL, VDE, JIS, etc. any those applicable to the unit. 4.14 Visual indicators should be easy to identify. 4.15 Vendor will provide a listing of required supplies for proper operation of the unit. 4.16 On-site Operator Training to be provided and coordinated with SPS, including familiarization training for service and support personnel. 4.17 The vendor will provide instructions, schedule and training for SPS staff on routine operator s maintenance requirements for safe and efficient operation. A list of acceptable cleaning and disinfecting chemistries shall be included with the proposal. 4.18 Delivery and installation must be coordinated with Facilities, SPS and Biomedical Engineering. The vendor will include a full installation and coordination of all identified storage spaces within the scope of this project. The vendor will communicate and coordinate the delivery of materials with the VA Logistics team and vendor reps. Vendor reps will personally be present to meet the truck and expedite the unloading, uncrating, and assembly of each unit prior to transporting to its final location within SPS. The vendor will coordinate with SPS leadership moving the new storage units into place, removing the existing storage system and organization of the surgical trays on to the new system. 4.19 The offering vendor shall provide two copies of all service literature, including any necessary service and maintenance software, keys, and or passwords (in accordance with: 21-CFR 820.170(a), NFPA99 (2012 edition) Chapter 10.5.3, VAAR 852.211-70, and the VA NAC AS3000 clause). 4.20 The offering vendor shall provide service training for one (1) Buffalo VAMC Biomedical Engineering Support Specialist (BESS). The BESS service training (whether on-site or off-site) will instruct one BESS on how to perform preventive maintenance and corrective maintenance on the device. Details of the service training should be provided (length and format, content, and qualification of instructor(s)). 4.21 The vendor shall disclose the preventive maintenance requirements for the proposed device (including required inspections, device testing protocols, and necessary time/ frequency dependent part replacements). 4.22 The offering vendor shall provide details about their technical support and service capabilities for the device. This includes information regarding technical support via phone (hours of offered support) and information regarding service options for both corrective and preventive maintenance of the device. Approximate turn-around time for standard repairs and standard parts orders should be detailed. If the offering vendor does not directly provide technical support, they shall provide information regarding the technical support offered by the OEM of the device. 4.23 A list, brochure, and or informational document that details the disposable, re-usable, and consumable supplies needed to operate the device shall be provided by the offering vendor (part numbers should be included). List prices for disposable, re-usable, and consumable supplies should be detailed and shall be subject to negotiation with the Buffalo VAMC before contract award. 4.24 A standard, 1 year warranty shall be included with the bid proposal. Other warranty options may be detailed (offering vendors not required to do so) but should only be listed as potential options in the bid proposal. 4.25 Delivery of the units shall be coordinated with the CO and COR. The offering vendor shall be responsible for all unloading of equipment (on day of delivery) and any assembly requirements for the device(s). The offering vendor shall completely inspect any delivered equipment after delivery is completed; upon completion of this delivery inspection, any equipment failing this delivery inspection shall be replaced prior to proceeding with equipment installation. 4.26 Removal of existing storage carts will be coordinated with Facilities and SPS Management. 4.27 The Vendor will provide testing prior to acceptance for all cycles based on site utilities and environment. ______________________________________________________________________ Delivery shall be provided no later than 60 calendar days after receipt of order (ARO). Equipment should be in a 100% ready state for installation. Delivery Terms: FOB Destination. Place of Performance/Place of Delivery Address: Buffalo VA Medical Center 3495 Bailey Ave, Buffalo, NY Postal Code: 14215 Country: UNITED STATES 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 The following solicitation provisions are incorporated into the Addendum to FAR 52.212-1: 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 (NOV 2021) 52.204-29 FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS REPRESENTATION AND DISCLOSURES (DEC 2023) 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 52.233-2 SERVICE OF PROTEST (SEP 2006) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 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: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (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 Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, 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 if the acquisition Is set aside for small business and has a value above the simplified acquisition threshold; or Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or 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 Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show            (1) The solicitation number;            (2) The time specified in the solicitation for receipt of quotations;            (3) The name, address, and telephone number of the quoter; A technical description of the items being quoted 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 quoter shall complete electronically);            (9) Acknowledgment Request for Quotation amendments; (10) Past performance will not be considered in simplified acquisition procurements. (11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, 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 quotes. 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 testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting 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 quote submitted will be evaluated separately. (f) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes so as 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 quotes are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes 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. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.       (1) Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:                 (i) ASSIST ( https://assist.dla.mil/online/start/).                 (ii) Quick Search ( http://quicksearch.dla.mil/).            (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart  32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI. (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. (End of Provision) FAR 52.212-2, Evaluation Commercial Products and Commercial Services ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical or Quality Price 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: Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. The Government will complete a preliminary scan of all quotations for conformance with the solicitation requirements, such as equality of brand name, if applicable. The Government will then choose the offer that conforms with the solicitation requirements and has the lowest price. (End of Provision) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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. www.sam.gov registration is required to be completed at time of submission of response. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) The following clauses are incorporated into the Addendum to FAR 52.212-4: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) VAAR 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023) VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) VAAR 852.246-71 REJECTED GOODS (OCT 2018) VAAR 852.247-71 DELIVERY LOCATION (OCT 2018)VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (FEB 2024) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115 91). (3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115 232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232 40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contr...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/343ef4d0ed4745bf86031a8be4d10c83/view)
 
Place of Performance
Address: See statement of work
 
Record
SN07020819-F 20240406/240404230058 (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.