Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

J -- Refrigeration and A/C Unit Preventative Maintenance and Emergency Services Base plus four option years TVHS, NASHVILLE and MURFREESBORO CAMPUSES

Notice Date
6/29/2020 9:40:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0276
 
Response Due
7/9/2020 8:00:00 AM
 
Archive Date
09/07/2020
 
Point of Contact
Christina Lawrence, Christina Lawrence, Phone: 615-225-6463
 
E-Mail Address
Christina.Lawrence2@va.gov
(Christina.Lawrence2@va.gov)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 2020-06 Effective 06-05-2020. This solicitation is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $16.5 million. The FSC/PSC is J041. The Nashville VA Medical Center and Alvin C. York VAMC is seeking to purchase refrigeration and A/C preventive maintenance services and emergency services. All interested companies shall provide quotations for the following: STATEMENT OF WORK (SOW) Refrigeration and A/C Systems Services w/ Emergency service calls GENERAL: 1. Introduction and Scope of Work: Furnish all labor, materials, and equipment necessary to perform preventive maintenance and emergency maintenance, as specified for the current FY beginning August 1 through July 31, in accordance with the terms, conditions, and schedule of this agreement for the equipment on the attached list. NOTE: Respondent must be registered in beta.SAM.gov. Project requirements: Base + 4 Years Contract Agreement Base Year-2020-2021: Aug 1, 2020-July 31, 2021 Year 1-2021-2022: Aug 1, 2021-July 31, 2022 Year 2-2022-2023: Aug 1, 2022-July 31, 2023 Year 3-2023-2024: Aug 1, 2023-July 31, 2024 Year 4-2024-2025: Aug 1, 2024-July 31, 2025 2. Requirements: Equipment is described on the attached list. Scheduled Maintenance (Preventive Maintenance): During the PM visits, the contractor shall perform PM per OEM recommendations and to correct any equipment malfunctions to assure that the equipment meets manufacturer s factory tolerance. Any calibration procedures or adjustments necessary to assure accurate and reliable equipment operation will be performed at this time. Any necessary cleaning of equipment, adjustment or replacements of belts will be the responsibility of the contractor. During the PM visit, the contractor will replace such parts as may be necessary for the satisfactory functioning of the equipment after following procedures outlined in paragraph 2c, PARTS. (1) Quarterly PM inspections will be made during the months of December, March, June and September. (2) All PM service shall be performed during normal VA working hours of 7:00a.m. to 3:30 p.m. PM is to be scheduled to minimize any inconvenience to the operation of the respective department. (3) The contractor shall call Engineering Service five (5) days in advance to confirm that the equipment can be serviced at the time that is agreeable to the VA and the contractor. Immediately following the PM or emergency service visit, the service technician will submit one written copy of the service report detailing the work performed to address below. The report must be signed by a responsible VA employee and must list parts replaced. Since the VA pays for parts in this contract, no parts should be replaced prior to getting approval from the Utility Systems Supervisor or his designee. Unless it is an emergency, a PO number must be provided to the vendor prior to the part being replaced. c. PARTS: Contractor shall maintain enough stock of all parts meeting the original manufacturer s design and specification needed for repair and maintenance of the equipment or be able to secure needed parts within one (1) working day or to be overnighted upon receipt. VA reserves the right to inspect the contractor s facility to confirm the parts are locally available. Contractor will submit a list of parts to be replaced to the Supervisor of the Air Conditioning Plant or a designee thereof, prior to replacing said parts. Contract price will be equitably adjusted to include cost or replaced parts pursuant to changes clause. COMPETENCY OF CONTRACT PERSONNEL: During PM inspections and emergency service calls, all work must be performed by a qualified technician. Technician must be EPA certified in use of refrigerants. Proof thereof may be requested to be submitted to the VA Medical Center. Said technicians are always accountable and under the supervision of the contractor. Technical competency is determined by correctly diagnosing and repairing equipment problems. EXCLUDED SERVICES: Contractor shall not be obligated to provide services under this agreement for (a) damage to or destruction of instrument(s) covered where such damage or destruction is (1) a result of or caused by fire or explosion of any origin, riot, civil commotion, aircraft, war, or any act of God including, but not limited to lightening, windstorm, hail, flood, earthquake, or (2) caused by the VAMC misuse or abuse of such instrument; (b) decontamination due to spillage; (c) interpretation of data; (d) installation of unauthorized field modifications; (e) accessories not listed nor included in agreement. 3. References: Standards of operation must always meet factory tolerance specifications. 4. Delivery: Quarterly PM inspections will be made during the months of December, March, June and September. b. All PM service shall be performed during normal VA working hours of 7:00 a.m. to 3:30 p.m. PM is to be scheduled to minimize any inconvenience to the operation of the respective department. SERVICEMAN/REPAIRMAN: During PM inspections and emergency service calls, the service technician will be accompanied by the Utility Systems Operator Supervisor or designee thereof. The serviceman is to report to the Engineering Office of the respective campus for work to be performed. d. There shall be a 2-hour response time for the Liebert cooling units that serve many important areas within the hospital such as, IRM computer rooms, MRI, Cardiac Cath, and CT rooms. There shall be a 2-hour response time for the Kitchen and Canteen Coolers that are important in serving patients, visitors and staff. e. There shall be a 4-hour response time for the Walk-in cool boxes (Environmental Rooms) located in the Acre Bldg. 5. Progress and Compliance: After each scheduled PM or emergency maintenance call is complete, the serviceman is to leave a signed service ticket with the Utility Systems Operator Supervisor or a designee thereof, during normal duty hours of 7:00am a.m. to 3:30 p.m., Monday through Friday. b. After normal duty hours, the contractor will use the phone to call the Boiler Room Operator to leave the signed service ticket. The ticket must explain in detail, the arrival time, the problem, and what the repair was. If any part is needed a quote will be provided to the Utility Systems Supervisor at the start of the next workday. c. Payment will be made quarterly in arrears upon receipt of signed service report. 6. Notes: Any additional charges not included within this service agreement must have the PRIOR approval of the Contracting Officer before any costs are incurred. b. Contractors are responsible for finding their own parking. Currently, contractors cannot park at the VAMC Nashville Campus. Contractors may park temporarily to drop off tools and supplies only. c. Contractors required to obtain Temporary ID Badge from Engr Svc, Bldg. 18 Murfreesboro or Room D73 Nashville, while on VA property if not escorted during entire visit by an Engr Svc employee. Equipment listing REFRIGERATION AND A/C SYSTEMS TVHS, NASHVILLE and MURFREESBORO CAMPUSES NASHVILLE Equipment Serial # PM or EE # Location Bally Walk-in Unit L27331 4110-5334 F603 Commercial Refrigerator Liebert Challenger System 355492002 4310-3188 D-03 Model No. FE219WUAAG IRM Basement Computer Room AHU 14 Liebert Challenger System 355492001 4310-3187 D-03 Model No. FE199A7AAG IRM Basement Computer Room AHU 15 Forma Freezer 812324 4110-5348 B46 Model No. 8096 Liebert Challenger Sys. 697619-001 D-27F Model No. DE245aae1 MRI AHU 34 Liebert Challenger Sys. 323192001 4310-3144 D-57 Model No. FH086WAAM CT AHU 46 Forma Scientific Walk-in Coolers, Model 74739: 4310-2046 F-305 4310-2047 F-312 4310-2048 F-405 4310-2049 F-412 4310-2050 F-505 4310-2051 F-516 Walk-in Freezer, Maneurop Compressor Model CLTW504 SN 9410705 4310-3125 1st Floor Kitchen SN 9410706 4310-3126 1st Floor Kitchen Morgue Box Basement Morgue, Mopec EE 91718 Room A03 Canteen walking Boxes Kolpack SN 9205802220P Model 18610-S E-109 Kolpack SN 9205B0220PF Model 18903S E-109 Kolpak SN 963650760P Model 18500-S D-101 Kolpak SN 96365710P Model 18602-S D-101 Cardiac Cath Unit #11 Mistubishi Model PUYA36NHA4 S/N 18003974D Loc: Fan Room 4 Cardiac Cath Unit #12 Mistubishi Model PUYA36NHA4 S/N 18004036D Loc: Fan Room 4 Cardiac Cath Unit #12 Mistubishi Model PUBA36NHA4 S/N 25U047288A Loc: Fan Room 4 IRM AHU 10 Compu Air Model CAA-1534C S/N 82735Y0910-5429 Loc: D03 IRM AHU 15 Compu Air Model CAA-1534C S/N 82735Y0910-5439 Loc: D03 Environmental cold room F412 Heatcraft Model: BST21M6C S/N T12C16085 Environmental cold room F512 Heatcraft Model: LST020M6CS S/N T12C16085 MURFREESBORO Equipment Serial # PM or EE # Location Morgue Cooler E967035-011 Bldg 1, G23a M# IPE-H15M4-2 Morgue Condensing unit 5007E02191 Bldg 1, Roof M#25HBR348A520 Liebert A/C Unit 0809C09028 Bldg 5, IRM Model DCSF083-P Outside on Right Rm 115, Murfreesboro Liebert A/C Unit 0809C09026 Bldg 5, IRM Model DCSF083-P Outside on Left Rm 115, Murfreesboro Liebert A/C Unit NO8B740196 Bldg 5, IRM Model BF067A-CAE15261 #1 Rm 115, Murfreesboro Liebert A/C Unit NO8B740195 Bldg 5, IRM Model BF067A-CAE15261 #2 Rm 115 Liebert A/C Unit D16845 EE 60878 Bldg 1, Rm G36A Model DMC037APLL Liebert A/C Unit PS048A-AB2 EE 60765 Bldg 1, Rm G36A Lennox M A/C Unit 5808E22515 EE 92443 Telephone Switch Room Model 13ACD-060-230-04 Bldg. 1 American Standard M34322L2H EE 71908 Bldg. 146 Model #YCC024F1LOBE American Standard K395S0E2H EE 52915 Bldg. 147 Model YCC048F1HOBC American Standard L4023C02H EE 71907 Bldg. 147 Model YCC048F1HOBD Mistubishi 31900433A Bldg. 7 Model MUZ09UN Psychiatry Fujitsu CWN000953 EE Bldg 7 Model AOU36RLX Elevator Machine Room Fujitsu Mini Split M# AOU48RLXFZ EE-112380 Directors Offices S# 651 (3 Cassetts) Fujitsu Mini Split M# AOU24RRXFZ EE-113774 Chief of Staff S# LUN007819 (2 Cassetts) Fujitsu Mini Split M# AOU48RLXFZ EE-113775 Conference Room S# KNN001409 (3 Cassetts) Fujitsu Mini Split M# AOU48RLXFZ EE-137398 B-1 1st floor Right S# 1443 (2 Cassetts) Fujitsu Mini Split M# AOU48RLXFZ EE-137399 B-1 1st floor Left S# 2989 (4 Cassetts) Fujitsu Mini Split M# ASU12RLS2 EE-?????? B-1 Ground G37I S# JAR 038950 (Wall Cassett) Mistubishi 82U00321B EE Bldg 1 Model PUMY-P36NHMU Dirs Conference Rm 149 BARD 190P092671559-02 EE Bldg. 120 MRI Model WA701HC9X-G BARD 190PO92671559 EE Bldg. 120 MRI Model WA701HC9X-G CARRIER 2059X91173 EE Bldg. 120 MRI Model 38QRR036-3 MITSUBISHI 8YU00224A EE Bldg. 120 MRI Model PUZ-A30NHA2 Tennessee Fisher House: Carrier CU-1 Model # 38AUDA12AOA5AOAOAO Serial # 1813C93672 AHU #1 Carrier Model #4OR6AA12A2A6AOAOAO Serial # 3912644868 Tennessee Fisher House: Carrier CU-2 Model # 38AUDA12AOA5AOAOAO Serial # 1813C93676 AHU-2 Carrier Model # 40RHAA12A2A6AOAOAO Serial # 2612628100 Tennessee Fisher House: Carrier CU-3 Model # 24ABB36OA520 1613E07268 AHU-3 Carrier Model # FX4DNF061 Serial # 5012A84197 Tennessee Fisher House; Boiler LAARS Model # MT2H Serial # C13249013 Pharmacy Building 3 Roof top Unit AAON EE-113809 Model # RN-025-3-0-EB09-000 Serial # 202007-BNCR02827 Pharmacy Refrigerators and Freezers: Building #3 Gem- EE-112557 Model #GAR2-G Serial # 1.1215E+11 Forma Scientific-EE-28822 Model # 3660 Serial # 85532776 So-Low EE-113800 Model # DHN4-80GD-0 Serial # 11110156 Gem- EE-92795 Model # Serial # 0808-0552 Revco Thermo dynamics EE-86029 Model # ULT3030A Serial # P165-128054PS Lab Coolers and Freezers Building 117 room 139 Norlake Freezer EE-76487 M#NSPF482WWW/0 S#5090848 Norlake Refrigerator EE-79848 M#NSPR522WWG/O S#5050054 Norlake Freezer EE-88454 M#NSPF522WWW/0 S#7071302 Norlake Refrigerator EE-83642 M#NSPR803WWG/8 S#609412 Norlake Refrigerator EE-83641 M#NSPR803WWG/8 S#609331 Helmer Refrigerator EE-15842 M#HBR256-GX S#2073338 Thermo Blood EE-73226 M#3866 S#502340-223 Helmer Blood Freezer EE-114042 M#IPF105 S#2000498 Kelvanator Refrigerator EE-59599 M#BTSORG-4.1 S#C4177135 Helmer Refrigerator EE-125128 M#IPR256 S#2008305 Helmer Refrigerator EE-125129 M#IPR256 S#2008306 Norlake Refrigerator EE-86603 M#NSPR522WWG/o S#7040673 Helmer Refrigerator EE-108537 M#ILR120 S#997188 Helmer Refrigerator EE-132954 M#HPR256 S#2015027 Norlake Ultra-Low EE-121827 M#NSSUF241WWW/4 S#1305232 Kitchen Equipment: Building #2 Main Kitchen WC-01 Thermo-Kool Walk In Cooler EE-72413 Model # TK4278-WFR-L Serial # 40162 Condenser-Air Cooled (Heat Craft) Model #M0S040M6BCF Serial # TO2K00945 WC-02 Bally Walk In Cooler EE-96475 Model # 3677.5-4-6 Serial # DX9807724-02 Cond. Unit Air Cooled Model # BEHA010H2-HT3BB Serial # 82403960 WC-03 Bally Walk In Cooler Model # 367735-4-P Serial # DX9807724-01 Cond. Unit Air Cooled Model # BEHA025E6-HT38-F WF-1/108J Bally Walk in Freezer Evap. Heat Craft EE-109163 Model # LET160BEWMC6K Serial # T10E14377 Evap. Heat Craft EE-109164 Model # LET160BEWMC6K Serial # T10E14376 Cond. Unit Air Cooled Heat Craft EE-109162 Model # BTD0600LBC Serial # T10F05206 TC1/108R Bally Walk in Cooler (Thaw) Evap. Heat Craft EE-109166 Model # ADT130AEWMC6K Serial # T10E12659 Evap. Heat Craft EE-109167 Model # ADT130AEWMC6K Serial # T10E14373 Cond. Unit Air Cooled Heat Craft EE-109165 Model # M0H015X63C Serial # T10F05195 WC-04/108J Bally Walk in Cooler Evap. Heat Craft EE-109158 Model # ADT130AEWMC6K Serial # T10E14375 Evap. Heat Craft EE-109168 Model # ADT130AEWMC6K Serial # T10E14374 Cond. Unit Air Cooled Heat Craft EE-109157 Model # MOH030X63C Serial # T10F05219 WC-05/108LBally Walk in Cooler Evap. Heat Craft EE-109159 Model # ADT156AEWMC6K Serial # T10E14371 Evap. Heat Craft EE-109160 Model # ADT156AEWMC6K Serial # T10E14372 Cond. Unit Air Cooled Heat Craft EE-109161 Model # M0Z035M36C Serial # T10F05221 SC-01 Blast Freezer Traulsen EE-96488 Model # RBC200 Serial # T95302108 Cond. Unit Air Cooled Copland Model # VJHA40HTHC020 Serial # UKN SC-02 Blast Freezer Traulsen EE-96489 Model # RBC200 Serial # T95302109 Cond. Unit Air Cooled Copland Model # VJHA40HTHC020 C/F 01 Cooler/Freezer Traulsen EE-96477 Model # RDX132WUTHHS Serial # T95080108 C-01 Cooler Traulsen EE-96464 Model # RHT132WUTFHS SERIAL # T00259K08 C-02 Cooler 2 door Cart Traulsen EE-96467 Model # RR1232HUTFHS Serial # T94578108 C-03 Cooler 2 door Cart Traulsen EE-96466 Model # RR1232HUTFHS Serial # T9460518 C-04 Cooler Aladdin EE-????? Model # ADL-26 Serial # ????? C-05 Cooler Aladdin EE-92122 Model # ADL-26 Serial # 8217161 C-06 Cooler Aladdin EE-????? Model # ADL-26 Serial # ????? C-07 Cooler Aladdin EE-92123 Model # ADL-26 Serial # 8217162 C-08 Cooler Traulsen EE-96463 Model # RHT132WUTFSH Serial # T00151K08 C-09 Cooler Traulsen EE-96479 Model # RR1232HUTFSH Serial # T97560J08 C-10 Cooler Traulsen EE-96465 Model # RR1232HUTFSH Serial # T94607I08 C-11 Cooler Traulsen EE-96480 Model # RR1232HUTFSH Serial # T00119K08 C-12 Cooler Traulsen EE-92121 Model # ADL-26 Serial # 8218182 C-13 Cooler Traulsen EE-96462 Model # RR1232WUTFSH Serial # T00072K08 F-01 Freezer Traulsen EE-96470 Model # RLT132WUTFSH Serial # T00077K08 F-02 Freezer Traulsen EE-96468 Model # RLT232WUTFSH Serial # T00267K08 F-03 Freezer Traulsen EE-96469 Model # RLT232W1NUTFSH Serial # T00159K08 Tray Line Kitchen Avtec Comp. Cold Top Total of 4 Model # LX120A035W0 Serial # TTB2779206A Chill Plate Table Dinningroom EE-93197 Duke Model # DCTF60PGM Building 106 Women s Clinic Rheem Split System (AHU-1) M#RA1642AC1NB S#W261536303 Rheem Split System (AHU-2) M#RA1348AJ1NB S#W261536288 Rheem Split System (AHU-3) M#RA1624AJ1HA S#W271508251 Rheem Split System (AHU-4) M#RA1336AC1NB S#281501192 Rheem Split System (AHU-5) M#RA1624I1NA S#W261536347 Rheem Split System (AHU-6) M#RA1348AC1NB S#W261536347 Samsung Mini Split w-2 wall cassettes M#AJ036JCJ5CH/AA S#B48ZP3CG400296T Building 107 Canteen Cooler Combination Walk in EE-111068 Evap. HTP Model # HTA28-134B-AS Serial # E11E55291105003 Cond. Roof Top Air Cooled EE-111059 Model # HLH151M44-E Serial # E11E55191309002 Ice Machine Hoshizaki EE-84780 Model # KM280MWH Serial # N10676K Building 17 RRTP Lochinvar Boiler B-17 EE-154602 Model KBN400 Serial 170210445663 Lochinvar Boiler B-17 EE-154601 Model KBN400 Serial 170210445664 Trane South Condensing Unit EE-154601 Model TTA18H300AA Serial 17022KU7TA Trane North Condensing Unit EE-154601 Model TTA18H300AA Serial 16334M07TA Anticipated period of performance: 08/01/2020 thru 07/31/2025. Place of Performance/Place of Delivery Address: Tennessee Valley Healthcare Systems 1310 24th Avenue South Nashville, TN Postal Code: 37212 Place of Performance/Place of Delivery Address: Alvin C. York VA Medical Center 3400 Lebanon Pike Murfreesboro, TN Postal Code: 37212 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 Items March 2020 FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 Items. 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 Items OCT 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders MAR 2020 FAR Number Title Date 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST DEC 2011 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS APR 2014 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 52.232-18 AVAILABILITY OF FUNDS APR 1984 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR APR 1984 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 (End of Clause) 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 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30. (End of Clause) 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; 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 66 months. (End of Clause) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001; (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Clause) 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 items: (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 and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115 232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 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 Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [X] (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). [X] (ii) Alternate I (MAR 2020) of 52.219-28. [X] (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (ii) Alternate I (JULY 2014) of 52.222-35. [X] (32)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (33) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). [X] (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (4) 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). [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [X] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). All quotes shall be sent to Thomas Nicholls Thomas.Nicholls@va.gov The following are the decision factors: IAW FAR 15.102-2, Award will be made in the basis of the lowest priced offer. 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. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Any questions or concerns regarding this solicitation should be forwarded in writing via email addressed to Christina Lawrence at Christina.Lawrence2@va.gov, subject line: Refrigeration and A/C Systems Services. Questions shall be submitted NO LATER THAN July 7, 2020 @ 1000 CST. Quotations shall be received not later than 10:00am CST July 09, 2020. Quotes must be submitted via email to Christina.Lawrence2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). 2015-4647 Rev. 13 https://beta.sam.gov/wage-determination/2015-4647/13?keywords=2015-4647&sort=-relevance&index=wd&is_active=true&page=1
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/57f0cfc025004fcc8d4d9482ade65df5/view)
 
Place of Performance
Address: PLEASE SEE PLACES OF PERFORMANCE LISTED IN THE STATEMENT OF WORK (SOW)
 
Record
SN05706112-F 20200701/200629230153 (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  © 1994-2020, Loren Data Corp.