The RFP Database
New business relationships start here

(S)(660) Engineering Furniture Removal, Storage and Protection


Colorado, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation for Courier Services
Page 13 of 17

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25919Q0507
Posted Date:
Aug 1, 2019
Current Response Date:
August 30, 2019
Product or Service Code:
V999 Other Transportation, Travel and Relocation Services
Set Aside:
SDVOSB
NAICS Code:
484210 Van Lines, moving and storage services
Contracting Office Address
SAO West, Network Contracting Office 19 (NCO 19)
Rocky Mountain Acquisition Center
Department of Veterans Affairs
6162 South Willow Drive, Suite 300
Greenwood Village, CO 80111

Place of Performance
George E. Wahlen VAMC, 500 Foothills Drive, Salt Lake City, UT 84148

Performance Period
The period of performance for the Energy Efficiency Furniture/Casework Removal, Storage and Protection will be for 240 days.

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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03 7/12/2019.

The associated North American Industrial Classification System (NAICS) code for this procurement is 484210 Van Lines, moving and storage services, with a small business size standard of 27.5 million.

The Network Contracting Office 19 (NCO 19) is seeking to purchase Furniture/Casework Removal, Storage and Protection Services. The purpose of this acquisition is to provide Salt Lake City Veterans Affairs Medical Center with the services listed in the Statement of Work.

All interested companies shall provide quotation for the following:



The contractor shall furnish all labor, equipment, materials, and supervision for Energy Efficiency Furniture/Casework Removal, Storage and Protection at the George E. Wahlen VAMC, 500 Foothills Drive, Salt Lake City, UT 84148.

The contractor shall include prices for all items listed in the pricing schedule and include all costs associated for work in the SOW, whether or not specifically listed in the pricing schedule. Work will be accomplished at the George E. Wahlen VAMC, 500 Foothills Drive, Salt Lake City, UT 84148.

CLIN
Description
Qty
Unit of issue

Firm Fixed Price Lump Sum Total amount





0001
Base Pricing
(SEE SOW FOR DETAILS)
Provide all work as described by attached SOW, Plans, Specifications, and Wage Determinations for Veterans Administration project Energy Efficiency Furniture / Casework Removal, Storage and Protection at the Salt Lake City VAMC as described in the attached scope of work. Price includes all costs for construction. Cost shall include but not be limited to direct and indirect costs including profit, overhead, general and administration, insurance, labor, bonds, taxes, necessary for 100% completion of the project as indicated in the attached SOW. The performance period is 240 calendar days from receipt of notice to proceed.

1
Job
$__________


Grand Total $_______________








STATEMENT OF WORK

Introduction

The Veteran Affairs Medical Center in Salt Lake City, hereinafter referred to as VA SLC requires work to be completed in Building 2, a research facility. The VA SLC is in the process to reduce energy consumption by improving efficiency. A phase of the Energy Efficiency Project requires asbestos abatement. VA SLC is soliciting to remove and re-install furniture and laboratory casework, where work is needed defined by the energy project, prior to and after the asbestos abatement phase. Furniture and casework is required to be removed from rooms on all levels in fire zones A, B, and part of C. Furniture and casework is to be stored in an off sight climate controlled, secure location until asbestos abatement work is completed.

Contractor shall field verify all measurements, conditions, and refer to plans. Provide all necessary labor, equipment, and materials to complete the work. Submit a project schedule (MS Project) and phasing plan to ensure daily operations are not interrupted. Phasing plan shall be one floor at a time. After each phase there shall be one week of down time to allow the VA to move out of the sequential phase. Additionally, Contractor shall be required to coordinate all work with both the VA SLC COR, and the other contractors performing work on the Energy Efficiency Project to ensure no conflicts in the schedule are created.

Statement of Work

Rooms identified to have asbestos abatement shall have furniture and casework removed from room prior to and re-installed after abatement and subsequent energy efficiency work. The asbestos abatement is localized to specific locations in the rooms, primarily the walls containing existing pneumatic modulationg steam valves at the radiator, carpet mastiff, and sink coatings. Contractors are provided with the attached asbestos containing material report to document all known locations.

Upon award, VA SLC Engineering Department shall provide necessary documents from the Energy Efficiency Project. Furniture/casework adjacent to walls with radiators and the vicinity of space required the asbestos abatement work shall be removed and re-installed. Plastic shall be wrapped and secured around any furniture/casework in the room not removed. Contractor shall be solely responsible for all field measurements and may not rely on AutoCAD files or drawings for final measurements and furniture/casework configuration. Special consideration shall be given to ensure that during all activities related to the removal of casework and furniture the ceiling grid and tiles and any exposed piping not be disturbed or damaged.

A stop work shall be initiated, and the COR notified immediately if any ceiling tiles are disturbed or any piping is damaged. The COR and a trained asbestos professional shall conduct a visual inspection to ensure that no unexpected asbestos has been exposed.
A stop work shall be initiated, and the COR notified immediately if at any time during removal of casework the wall is opened up to expose the interior. The COR and a trained asbestos professional shall conduct a visual inspection to ensure that no unexpected asbestos has been exposed.

All contractors and sub-contractors (if any) shall sign the SLC VA Medical Center Notification of Asbestos form (Attachment 1 of the OSH-2018-018 Asbestos O&M Plan)
Rooms in scope
Ground floor: GA02, GA04, GA04A, GA04B, GA05, GA09, GA10, GA12, GA13, GA14, GA17, GA18, GA19A, GA19B, GA20, GA21, GA21A, GA22, GA23, GA24, GA25A, GA25B, GA25C, GA25E, GA25F, GA25I, GA34, GA36

1ST floor: 1A01, 1A02, 1A03, 1A03A, 1A04, 1A05, 1A06, 1A07, 1A09, 1A11, 1A13, 1A14, 1A15, 1A16, 1A18, 1A19, 1A20, 1A21, 1A22, 1A22A, 1A23, 1A24, 1A25, 1A25A, 1A28, 1A29, 1A30, 1A41, 1A43, 1A44, 1A45A, 1A46, 1A47, 1A48, 1A49, 1A50, 1A51, 1A53A, 1A53B, 1A53D, 1B00A, 1B00B, 1B01, 1B03, 1B04, 1B05, 1B05A, 1B06, 1B11, 1B11A, 1C04

2ND floor: 2A01, 2A02, 2A02A, 2A03, 2A05, 2A07, 2A09, 2A10, 2A11, 2A12, 2A13, 2A14, 2A15, 2A17, 2A19, 2A19A, 2A21, 2A25, 2A27, 2A29, 2A30, 2A31, 2A32, 2A33, 2A34, 2A36, 2A38, 2B01, 2B03, 2B03A, 2B03B, 2B03C, 2B03D, 2B04, 2B06, 2B08, 2B08A, 2B09, 2C01, 2C02, 2C04

Unmovable objects
The following objects are under a separate scope. See drawings for locations of objects within the rooms. Coordinate with other trades if necessary.
Hood in room GA12
Hood in room 2A10
Hood in room 2A31
Freezer in room 2A15

Task
Contractor to provide installation and reinstallation services. Furniture / Casework removal, installation and reconfiguration services include, but are not limited to the following: free-standing, panel-hung systems, and modular furniture, the disassembly and reassembly of shelving, and special items such as laboratory casework, rotary cabinets, and mobile rolling file cabinet systems.

Contractor to provide move and furniture/casework transporting services between multiple sites within the VA SLC campus as applicable. Moving activities include but are not limited to moving miscellaneous free-standing furniture items, equipment, filing cabinets of various types, and laboratory casework. Coordinate with VA SLC COR for items that are in need of repair and/or disposal of designated items such as removal of trash from work sites. VA is responsible to move any personal items, countertop equipment, and any office supplies including files, pens, books, etc.

Contractor to provide offsite secure and climate controlled space for storage, inventorying, stocking, and distribution services of furniture and casework during each phase.

Contractor to provide hauling, excessing and recycling services of VA SLC furnishings in coordination with the VASLC COR.

Contractor shall provide final move, installation, configuration plans 5-14 days prior per the SOW.

Contractor shall provide full inventory of furniture and casework with pictures, prior to removal.

Contractor shall confirm employee and non-scope furniture/casework that is to be excluded from the scope of work, during the initial jobsite walkthrough with VA SLC.

Contractor shall provide report documenting the location and condition of all furniture/casework prior to removal. After reinstallation, Contractor shall provide report documenting furniture/casework final condition compared to pre-removal condition to include pictures.

Contractor shall act in collaboration with VA SLC COR and multi-disciplinary services such as IT, Housekeeping, Facilities, and the Project Manager for the Energy Efficiency Project.

Contractor may be required to provide basic AutoCAD and/or PDF drawings of final furniture/casework layouts as directed by the VA SLC COR.

Contractor shall provide sufficient and consistent personnel/crews based on workload as required accomplishing assigned tasks in the time frame stated on task order.B Requests for additional personnel/crews will be made a minimum of five calendar days in advance of the moving service activity.

Contractor shall provide, operate, manage and maintain a trained, uniformed moving services crew. All crew members shall have technical training in assembly and disassembly of all types of furniture, laboratory casework and specialized equipment before performing work. Personnel shall have the ability to: meet and deal with the general public; ability to read, understand and apply printed rules, detailed orders, instructions and furniture/casework drawing layouts; familiarity with a variety of commercial furniture/casework product disassembly and assembly parts and components; expected to be physically able to perform the functions required in the performance of their assigned duties.

Protection of Property
Contractor shall protect all items from damage and shall take precaution against damage to the buildings, grounds and furnishings. The Contractor shall repair or replace any items related to Building 2 or grounds damaged accidentally, or on purpose due to actions by the Contractor, utilizing materials of the same quality, size, grade and color, to match existing work.

The Contractor shall perform an inspection of the Building 2, all levels, zones A, B, and part of C, and grounds with the VA SLC COR prior to commencing work. To ensure that the contractor shall be able to repair or replace any items, components, buildings or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence of the COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade and color to match adjacent existing work. The Contractor is responsible for any damage that occurs during removal, storage, and reinstallation.

The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. The Contractor shall maintain accountability and control of any keys or VA badges provided and shall return them to the VA SLC COR upon completion of the work.

Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels.



Assembly and Final Acceptance
Contractor shall be responsible for following all safety and security guidelines within the area in which work is being performed, to include securing contractor-owned tools or equipment, and any on-site storage being utilized. Install all furniture/casework in accordance with each requirement statement and basic component floorplan, panel plan and electrical plan, designed and provided by the contractor with each task order. Document final conditions of furniture/casework that was removed and reinstalled.

Building 2 is a research facility and the contractor shall prevent its personnel from entering any area other than the designated work area. Maintain a means of egress within all designated work areas to comply with fire codes.

Contractor shall inspect to ensure that the furniture/casework is free of surface dirt, clean and polished, free of defects (installation of new furniture/casework), and that the installation is complete and ready for use. The Contractor shall do a final walkthrough with the VASLC COR. Deficiencies identified by the VA SLC COR shall be corrected by the Contractor at no additional cost to the government.

Contractor Furnished Materials and Equipment
On-site supervisor must be available via telephone while working on-site. Specialty moving materials, tools, and supplies, including but not limited to padding, packing, crating, dollies/hand trucks, and any other type of equipment commonly used for moving services activities, as required for the safe transportation of the property. Boxes necessary to move and pack as required in individual order. Vehicles/Trucks necessary for meeting the needs of the individual order.

Jobsite Cleanliness
Contractor will be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling all items installed under this contract. Final acceptance by the Government will not occur until all installed items have been wiped cleaned and debris/dust connected with installation is removed from the VA site. Recyclable cardboard products shall be disposed of in accordance with applicable statutes, in respective containers. The contractor is responsible for providing trash containers at an offsite facility. Packing materials will not be stored in the buildings for any period exceeding 24 hours. The Contractor shall ensure its personnel eat, drink, or smoke only in designated areas. Personal trash (food wrappers, drink containers, etc.,) shall be removed from the site on a daily basis by the Contractor

Phasing
Phasing shall be required to complement the asbestos abatement work pertaining to the Energy Efficiency Project. A schedule for removal and re-installation of furniture/casework should clearly indicate phasing and durations for the independent phases on a phasing plan. A strict schedule and phase plan shall be followed for this project. For additional information refer to drawings provided.

General Requirements / Schedule / Period of Performance

General Requirements
Per Section 1.7 (A) The Prime Contractor shall designate a minimum of one Site Safety and Health Officer (SSHO) to administer the contractor s safety program and government-accepted Accident Prevention Plan.B Each subcontractor shall designate a minimum of one Competent Person, hereinafter referred to as one Competent Person (CP) in compliance with 29 CFR 1926.20 (b)(2) that will be identified as a CP to administer their individual safety programs.B Also, per Section 1.7 (D): The SSHO or an equally-qualified designated representative/alternative will maintain a presence on the site during construction operations in accordance with FAR Clause 52.236-6:B Superintendence by the Contractor.B CPs will maintain presence during their construction activities in accordance with above mentioned clause.B A listing of the designated SSHO and all known CPs shall be submitted prior to the start of work as part of the APP with the training documentation and/or AHA as listed in Section 1.8 of the 01 35 26 VA Master Construction Specifications Safety Requirements.

In order to comply with above, do NOT bid for same SSHO that would or would potentially cover multiple projects on the campus.

A site walk-through is not mandatory but encouraged. The Contracting Officer shall schedule a pre-proposal site visit, walk-through, and notify interested bidders. No other site visits will be scheduled or authorized. Offerors shall not visit the site without prior approval form the Contracting Officer and the VA SLC, Engineering Department.

VA Information and information system security / privacy language
VA INFORMATION CUSTODIAL LANGUAGE: If the VA SLC Engineering Department determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for the VASLC Engineering Department to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under the FAR.

BADGING: All employees of the General Contractor or Sub-contractor shall comply with the VA SLC security management program and obtain VA badges. This shall require fingerprinting and background checks of each individual. The employees of the general contractor will obtain permission from the VA SLC, Human Resource Department, and be identified by project and employer, and restricted from unauthorized access.

TRAINING: All employees of the General Contractor or Sub-contractor requiring access to the VASLC information and information systems shall complete the following:
VA Privacy and Information Security Awareness.
Rules of Behavior Training.

Period of Performance / Submittals
PERIOD OF PERFORMANCE: Period of performance includes lead time for administrative requirements for the VA SLC, Engineering Department to review and approve the following, but not limited to, submittals, samples, project schedule, phase plans, and work plans. Work shall be completed in 240 days from Notice to Proceed (NTP).

HOURS OF WORK: The normal hours of work shall take place during the normal business hours of 7:30am and 4:00pm, Monday through Friday, Federal Holidays excluded. Request for weekend, after-hour, and Federal holiday work is permitted with a request in writing submitted beforehand. Inspections will require a prior five-day notification submitted to the VA SLC, Engineering Department for coordination.

Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government.

SUBMITTALS: The following shall be submitted to the VA SLC Engineering Department:

Submit for review and approval project schedule (MS Project), work plan, and phasing plan 14 days prior to construction activities.
As-found conditions report of all furniture/casework documenting location, type, condition, and photographic documentation 14 days after furniture/casework removal.
Final conditions report of all furniture/casework documenting location, type, condition, and photographic documentation 14 days after furniture/casework installation.

Attachments:

Rooms in scope with known Asbestos Containing Materials list
R&R Environmental Asbestos Survey Dated April 20, 2018
Furniture Casework Relocation Drawings
Furniture Casework Relocation Specifications

(END OF STATEMENT OF WORK)

This procurement is being conducted pursuant to FAR Part 13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be fair and reasonable. Price alone is the sole evaluation factor after verification of the general and special responsibility standards in 52.212-2 are met.

This requirement is a Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. All offerors must be verified in VIP ( www.vetbiz.gov ) at the time of response submission to be considered an SDVOSB.

PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://acquisition.gov/far/ & http://www.va.gov/OAL/library/vaar/index.asp ):

The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition with following addendum:

52.212-1 Instructions to Offerors Commercial Items Addendum

Special Standards of Responsibility To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their quotes. Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for contract award.

Licensure. Offeror shall provide evidence that personnel performing work under the contract hold a valid driver s license issued by the state of Utah.
Insurance Offeror shall provide evidence that they have insurance with a minimum of $500,000 in liability insurance.
Insurance Offeror shall provide evidence that all personnel and vehicles to perform work under the contract have valid auto registration and are covered by legally required auto insurance for the state of Utah.
Certified, Bonded and Insured Offeror shall provide evidence/confirmation of all certifications, bonds and insurance.

Offerors shall also provide a completely filled out copy of the pricing structure on pages 3-5.
(End of provision)

The following FAR/VAAR provisions apply to this solicitation and are incorporated in full text:

In accordance with FAR 52.252-1, the following FAR/VAAR provisions apply to this solicitation and are incorporated by reference:
FAR 52.204-7
FAR 52.204-16

FAR 52.232-38
SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)

SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (JUL 2013)


52.212-2 Evaluation-Commercial Items (OCT 2014)
(a) Basis of Award. This procurement is being conducted pursuant to FAR Part 13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be fair and reasonable. Price alone is the sole evaluation factor. In addition to the general standards of responsibility found at FAR B' 9.104-1, in accordance with FAR B' 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any general or special standard of responsibility will not be eligible to receive contract award.
Special Standards of Responsibility: The following special standards of responsibility apply to this procurement:
Licensure. Offeror shall provide evidence that personnel performing work under the contract hold a valid driver s license issued by the state of Utah.
Insurance Offeror shall provide evidence that they have insurance with a minimum of $500,000 in liability insurance.
Insurance Offeror shall provide evidence that all personnel and vehicles to perform work under the contract have valid auto registration and are covered by legally required auto insurance for the state of Utah.
Certified, Bonded and Insured Offeror shall provide evidence/confirmation of all certifications, bonds and insurance.

(b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest.
(End of provision)
Offerors not already registered in SAM must to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items. See https://orca.bpn.gov/ for online submittal);

The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; is incorporated by reference, applies to this acquisition with following addendum:

The following FAR clauses apply to this solicitation and are incorporated in full text:

52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997)
(a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract.
(b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective
(1) For such period as the laws of the State in which this contract is to be performed prescribe; or
(2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer.
(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.
(End of Clause)
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 employer s 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.
(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 30 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 30 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)
The following FAR clauses apply to this solicitation and are incorporated by reference:
52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)
52.216-22 INDEFINITE QUANTITY (OCT 1995)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS (DEC 2013)
The following VA Acquisition Regulation (VAAR) clauses applies and is incorporated in full text:
VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause)
852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012)
(a) Definitions. As used in this clause
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(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.
(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. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(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). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, 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.
VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of COLORADO. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.
(End of Clause)

VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.
(1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR B'125.6.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate.
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)

VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
(a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside.
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of Clause)

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015), 52.219-14 Limitations on Subcontracting (JAN 2017), 52.219-28, Post Award Small Business Program Representation (JUL 2013), 52.222-3 Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26 Equal Opportunity (SEP 2016), 52.222-35 Equal Opportunity for Veterans (OCT 2015), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014), 52.222-37 Employments Reports on Veterans(FEB 2016), 52.222-50 Combating Trafficking in Persons (MAR 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), ) 52.224-1 Privacy Act Notification (APRIL 1984), 52.224-2 Privacy Act (APRIL 1984), 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018), 52.222-17 Nondisplacement of Qualified Workers (MAY 2014), 52.222-41 Service Contract Labor Standards (AUG 2018), 52.222-42 Statement of Equivalent rates for Federal Hires (MAY 2014), 27102 Guard II GS-5, 31043 Driver Courier WG-5, 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (AUG 2018), 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015), 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017).
(End of Clause)
The following Department of Labor Wage Determinations are incorporated into this contract: No. 2015-5489, Revision No. 8, dated July 16, 2019.

A site visit will be held on 7 Aug 2018 at 9:00AM MT. Interested contractors shall meet at the George E. Wahlen, Salt Lake City VAMC, 500 Foothills Drive, Salt Lake City, UT 84148, Building 6 conference room. This will be the only site visit for this project.

All quotations shall be sent via email to joseph.wingfield@va.gov.

This is a service disabled, veteran owned small business set-aside, combined synopsis/solicitation for services as defined herein.B B The Government contemplates award of a Firm-Fixed-Price contract resulting from this combined synopsis/solicitation that will include the terms and conditions set forth herein. No assumptions will be entertained.

Submission shall be received not later than August 30, 2019 at 2:00 PM MT to joseph.wingfield@va.gov. All submission shall be 5MB or less. If the email is going to be more than 5MB, then please submit in multiple emails labeling 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Joseph Wingfield, joseph.wingfield@va.gov by Aug 14, 2019 at 2:00 PM MT.
Contracting Point of Contact
Joseph Wingfield, Contract Specialist, joseph.wingfield@va.gov.

WAGE DETERMINATION:

Wage Determination No.: 2015-5489
Revision No.: 8
Date of Revision: 7/16/2019
23470 - Laborer $13.45 + HEALTH & WELFARE: $4.54 per hour or $181.60 per week or $731.47 per month

Joseph Wingfield
joseph.wingfield@va.gov

joseph.wingfield@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP