Colorado Bids > Bid Detail

J046--Pureline Chlorine Dioxide Generator Maintenance - 554

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159019617359157
Posted Date: Mar 30, 2023
Due Date: Apr 12, 2023
Solicitation No: 36C25923Q0353
Source: https://sam.gov/opp/e76fd48bbb...
Follow
J046--Pureline Chlorine Dioxide Generator Maintenance - 554
Active
Contract Opportunity
Notice ID
36C25923Q0353
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Mar 30, 2023 02:27 pm MDT
  • Original Published Date: Mar 30, 2023 02:25 pm MDT
  • Updated Date Offers Due: Apr 12, 2023 10:00 am MDT
  • Original Date Offers Due: Apr 12, 2023 10:00 am MDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 11, 2023
  • Original Inactive Date: Jun 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J046 - MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Department of Veteran Affairs Eastern Colorado Health Care System Aurora , 80045
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation 36C25923Q0353 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 effective March 16, 2023. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry 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 $12.5 million. This solicitation is 100% set-aside for Small Businesses.
The following is a list of the contract line item numbers, quantities and units of measure.
Base Year:
CLIN

Description
Est. Qty
Unit
Unit Cost
Est. Total Cost
Supplies/Services
0001
Monthly Visit in accordance with Statement of Work 3.1
12
EA
$ _________
$ _________
0002
Visit #1 (quarterly) in accordance with Statement of Work 3.2.1
1
EA
$ _________
$ ___________
0003
Visit #2 (semi-annual) in accordance with Statement of Work 3.2.2
1
EA
$ _________
$ _________
0004
Visit #3 (quarterly) in accordance with Statement of Work 3.2.3
1
EA
$ _________
$ _________
0005
Visit #4 (annual) in accordance with Statement of Work 3.2.4
1
EA
$ _________
$ _________
0006
Emergency/unscheduled service calls in accordance with Statement of Work 4.1
2
EA
$ _________
$ _________
0007
Full Engineering Phone Support in accordance with Statement of Work 4.2
40
HR
$ _________
$ _________

Estimated Total Cost
For Base Year:
$ ____________

Option Year I:
CLIN

Description
Est. Qty
Unit
Unit Cost
Est. Total Cost
Supplies/Services
1001
Monthly Visit in accordance with Statement of Work 3.1
12
EA
$ _________
$ _________
1002
Visit #1 (quarterly) in accordance with Statement of Work 3.2.1
1
EA
$ _________
$ ___________
1003
Visit #2 (semi-annual) in accordance with Statement of Work 3.2.2
1
EA
$ _________
$ _________
1004
Visit #3 (quarterly) in accordance with Statement of Work 3.2.3
1
EA
$ _________
$ _________
1005
Visit #4 (annual) in accordance with Statement of Work 3.2.4
1
EA
$ _________
$ _________
1006
Emergency/unscheduled service calls in accordance with Statement of Work 4.1
2
EA
$ _________
$ _________
1007
Full Engineering Phone Support in accordance with Statement of Work 4.2
40
HR
$ _________
$ _________

Estimated Total Cost
For Option Year I:
$ ____________
Option Year II:
CLIN

Description
Est. Qty
Unit
Unit Cost
Est. Total Cost
Supplies/Services
2001
Monthly Visit in accordance with Statement of Work 3.1
12
EA
$ _________
$ _________
2002
Visit #1 (quarterly) in accordance with Statement of Work 3.2.1
1
EA
$ _________
$ ___________
2003
Visit #2 (semi-annual) in accordance with Statement of Work 3.2.2
1
EA
$ _________
$ _________
2004
Visit #3 (quarterly) in accordance with Statement of Work 3.2.3
1
EA
$ _________
$ _________
2005
Visit #4 (annual) in accordance with Statement of Work 3.2.4
1
EA
$ _________
$ _________
2006
Emergency/unscheduled service calls in accordance with Statement of Work 4.1
2
EA
$ _________
$ _________
2007
Full Engineering Phone Support in accordance with Statement of Work 4.2
40
HR
$ _________
$ _________

Estimated Total Cost
For Option Year II:
$ ____________

Option Year III:
CLIN

Description
Est. Qty
Unit
Unit Cost
Est. Total Cost
Supplies/Services
3001
Monthly Visit in accordance with Statement of Work 3.1
12
EA
$ _________
$ _________
3002
Visit #1 (quarterly) in accordance with Statement of Work 3.2.1
1
EA
$ _________
$ ___________
3003
Visit #2 (semi-annual) in accordance with Statement of Work 3.2.2
1
EA
$ _________
$ _________
3004
Visit #3 (quarterly) in accordance with Statement of Work 3.2.3
1
EA
$ _________
$ _________
3005
Visit #4 (annual) in accordance with Statement of Work 3.2.4
1
EA
$ _________
$ _________
3006
Emergency/unscheduled service calls in accordance with Statement of Work 4.1
2
EA
$ _________
$ _________
3007
Full Engineering Phone Support in accordance with Statement of Work 4.2
40
HR
$ _________
$ _________

Estimated Total Cost
For Option Year III:
$ ____________
Option Year IV:
CLIN

Description
Est. Qty
Unit
Unit Cost
Est. Total Cost
Supplies/Services
4001
Monthly Visit in accordance with Statement of Work 3.1
12
EA
$ _________
$ _________
4002
Visit #1 (quarterly) in accordance with Statement of Work 3.2.1
1
EA
$ _________
$ ___________
4003
Visit #2 (semi-annual) in accordance with Statement of Work 3.2.2
1
EA
$ _________
$ _________
4004
Visit #3 (quarterly) in accordance with Statement of Work 3.2.3
1
EA
$ _________
$ _________
4005
Visit #4 (annual) in accordance with Statement of Work 3.2.4
1
EA
$ _________
$ _________
4006
Emergency/unscheduled service calls in accordance with Statement of Work 4.1
2
EA
$ _________
$ _________
4007
Full Engineering Phone Support in accordance with Statement of Work 4.2
40
HR
$ _________
$ _________

Estimated Total Cost
For Option Year IV:
$ ____________
PRICE SUMMARY TOTALS
Estimated Total Cost

Base Year:
$_______________________
Option Year I:
$ ______________________
Option Year II:
$ ______________________
Option Year III:
$ ______________________
Option Year IV:
$ ______________________
Est. Grand Total (Base + all Option Years):
$ ______________________

STATEMENT OF WORK
Chlorine Dioxide Generator Maintenance and Testing
Rocky Mountain Regional VA Medical Center
Aurora, Colorado

Introduction:

Rocky Mountain Regional VA Medical Center (RMRVAMC) at 1700 N. Wheeling Street, Aurora, Colorado, 80045 requires maintenance for one Pureline Chlorine Dioxide generator. Services shall include monthly, quarterly, and annual maintenance and testing. Service shall include all parts, labor, materials, and other associated costs.

Objectives:

Establish a contract with a reputable company to provide maintenance and services outlined in the Statement of Work for one Pureline Chlorine Dioxide Generator listed below:

Pureline HP 10, Serial #6472114 Located in LB-100 Sustainable solution Energy Center

Statement of Work:

Contractor shall provide the following during each visit (Monthly) per year and perform the following services:
Test oxidation reduction potential and calibrate sensor to test
Check chemical levels and order replacement chemicals as needed
Provide reagents for performing tests and conduct side-by-side tests with RMRVAMC Staff to confirm accuracy.
Provide schedule for review and send work reminder 5 business days in advance.

Contractor shall provide the following during each visit (Quarterly) per year and perform the following services:

Visit #1 (quarterly) includes:
Change Reverse Osmosis (RO) filters.
220 point diagnostic inspection and recalibration.
Install corporate upgrades if applicable.

Visit #2 (semi-annual) includes:
Change RO filters.
Change RO membrane.
Change RO 4-way valve.
220 point diagnostic inspection and recalibration.
Install corporate upgrades if applicable.

Visit #3 (quarterly) includes:
Change RO filters.
220 point diagnostic inspection and recalibration.
Install corporate upgrades if applicable.

Visit #4 (annual) includes:
Change RO filters.
Change RO membrane.
Change RO 4-way valve.
Eductor maintenance.
Distribution pump re-build.
220 point diagnostic inspection and recalibration.
Replacement of Electrolytic cells annually if needed.
Install corporate upgrades as applicable.

In addition to quarterly visits the contractor shall also be able to provide the following:
Emergency/unscheduled service calls 2 visits per year (allowing 2 days per visit) will be included with additional emergency visits available on an as needed basis.
Full engineering phone support available as needed. Up to 40 hours per period of performance.

All services performed must be in accordance with original equipment manufacturer (OEM) recommendations and standards.

Contractor shall provide the point of contact (POC) with any OEM updates and will incorporate updates which are required by the OEM to ensure performance to current product specifications. Optional OEM updates shall be communicated to the POC with recommendation.

Contractor shall provide a service report, which includes the contract number and purchase order number each time services are provided within 10 business days of work being completed.

Contractor shall invoice monthly after services have been performed.

One on site assessment is authorized in order to evaluate the work to be performed and provide the most accurate price quote. Assessment must be scheduled during dates of solicitation. Notify the designated POC s to schedule meeting.

Project Deducts: None.

Expected Asbestos or Lead: Not applicable

Working hours:

Anticipated hours of work will be Monday through Friday from 7:30am 4:00pm. Emergencies will be on a case-by-case basis. Additional hours must be coordinated through the CO. Work will not be performed on weekends or federal holidays.

Observed Federal Holidays:
Columbus Day Veterans Day
Thanksgiving Day Christmas Day
New Year s Day Martin Luther King Birthday
Washington s Birthday Memorial Day
Juneteenth Independence Day
Labor Day

*Any other day specifically declared a Federal Holiday by executive order by the President of United States

Qualifications:
Traceable Calibration Certificates.
Certificate of training for each employee.
References:
Pureline chlorine dioxide generator service manual.
National Institute of Standards and Technology.

Safety:
Contractor is responsible for maintaining a safe working environment for their employees as well as the RMRVAMC Staff. Work areas will be kept clean throughout the day and all trash and materials properly disposed of daily.
Appropriate Personnel Protective Equipment will be worn while performing work on the VA Campus.

Security:
Contract personnel need to obtain a vendor s badge form VA Security located at the outpatient entrance security desk. A valid government issued form of identification will be required to receive a badge.
Contractor s Technicians are required to check in with the COR or Energy Center Supervisor upon arrival at facility to obtain access and any additional instructions, task explanations and project location information. Daily performance log sheets are required to be submitted to the CO and COR daily.

Parking/Storage:
Parking is available on campus and will be coordinated with the contract POC following award.

18 VHA Supplemental Contract Requirements for Combatting COVID-19

18.1 Contractor employees who work in or travel to VHA locations must comply with the following:

Documentation requirements:
If fully vaccinated, contractors shall show proof of vaccination.
NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination.
If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service.

Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel.

Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.Â

18.2 Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates.

Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.Â

18.3 Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities.

The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023), applies to this acquisition with the following addendum:
FAR 52.204-7, System for Award Management (OCT 2018);
FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020);
FAR 52.216-1, Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price definitized contract to fulfill this requirement.

The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (NOV 2021), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Contract award will be made based on the solicitation response that represents the best value to the Government using a Contracting Officer s Comparative Analysis. Since the Contracting Officer is considering price and other factors, the CO may award to other than the lowest-priced offer. The information below explains the evaluation approach:

The Contracting Officer will make a comparative analysis of all offers against the solicitation, using the following factors to decide which offer(s) represent the best value to the Government:

Factor 1: Technical Proposal
The offer shall be evaluated on the conformance to the requirements listed in the Statement of Work. The offeror shall submit a technical proposal, that describes the means and methods of successfully performing all work detailed in the SOW to include the personnel being proposed to perform the work. Any safety training or certifications for the services should be permitted with proposal.
Factor 2: Past Performance
Offeror shall provide no more than three references of relatively the same size and complexity. Include the following information for each contract: Name and address of contracting activity (company name), contract number, type of contract, total contract amount, and status, date of award and completion, description and location of contract work, list of major subcontractors if any, Contracting Officer or individual responsible for signing the contract, and their telephone and fax number, and the COR s/Administrator s name, telephone and fax numbers. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. Searches in CPARS (Contractor Performance Assessment Reporting System), PPIRs (Past Performance Information Retrieval System), as well as Past Performance Questionnaires may be utilized.

Factor 3: Price Offerors shall provide one copy of the fully completed Price Schedule in the format listed above. Proposed prices will be evaluated for reasonableness.

Technical and past performance factors when combined are more significant than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)

A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022) shall be submitted with the offer.

The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL PRODUCTS AND SERVICES (DEC 2022), applies to this acquisition, with the following addendum:
FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011);
FAR 52.204-13, System for Award Management Maintenance (OCT 2018);
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020);
FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6Â months. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days of the expiration date of the current contract period.
For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows:
The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of Clause)
FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years. (End of Clause)
FAR 52.223-6 Drug-Free Workplace (MAY 2001);
FAR 52.228-5 Insurance Work On A Government Installation (JAN 1997);
CL 120 - Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:
(a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
(b) General Liability: $500,000.00 per occurrences.
(c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage.
(d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause)

52.232-19 Availability Of Funds For The Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause)

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023);
FAR 52.237-1, Site Visit (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
FAR 52.237-2, Protection of government Buildings, Equipment, and Vegetation (APR 1984);
FAR 52.237-3, Continuity of Services (JAN 1991);
VAAR, 852.201-70, Contracting Officer s Representative (DEC 2022);
VAAR 852.203-70, Commercial Advertising (MAY 2008);
VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020);
VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION);
VAAR 852.215-71, Evaluation Factor Commitments (OCT 2019);
VAAR 852.219-75, VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION)
(a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.]
(i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.
(ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating section 1001 of title 18.
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification:
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee: _________________________________
Printed Title of Signee: ________________________________
Signature: ______________________________________________
Date: ___________________________________________________
Company Name and Address: _______________________________
(End of clause)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018);
The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023) applies to this acquisition including the following clauses:
FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (JUN 2020);
FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021);
FAR 52.219-28, Post-Award Small Business Program Rerepresentation (MAR 2023);
FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020);
FAR 52.222-3, Convict Labor (JUNE 2003);
FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015);
FAR 52.222-26, Equal Opportunity (SEP 2016);
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020);
FAR 52.222-41, Service Contract Labor Standards (AUG 2018);
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014);
FAR 52.222-50, Combating Trafficking in Persons (NOV 2021);
FAR 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022);
FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022);
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020);
FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021);
FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018);

DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determinations 2015-5419 Revision Number 23 dated December 27, 2022 apply to this acquisition.

Quotes shall include the solicitation number (36C25923Q0353), the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status.

The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below:
          http://www.acquisition.gov/far/index.html
          http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm
All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, CO 80111 ATTN: Noaa Lanotte, Contracting Specialist at Noaa.Lanotte@va.gov & NCO19Services1@va.gov and no later than 10:00 am. Mountain Time on Wednesday April 12, 2023. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED.

Any questions regarding this solicitation must be submitted in writing to the Contracting Specialist no later than 2:00 p.m. MT, Wednesday, April 5, 2023.
Attachments/Links
Attachments
Document File Size Access Updated Date
Past Performance Questionnaire - 36C25923Q0353.docx (opens in new window)
18 KB
Public
Mar 30, 2023
36C25923Q0353_1.docx (opens in new window)
47 KB
Public
Mar 30, 2023
file uploads

Links
Display Name Updated Date
Department of Veteran Affairs (opens in new window) Mar 30, 2023
Contact Information View Changes
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >