The RFP Database
New business relationships start here

RO 309 PM SERVICE UPS SYSTEM


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

COMBINED SYNOPSIS SOLICITATION

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The government anticipates award of a single firm fixed price contract. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.

Solicitation 36C10E20Q0027 is issued as a request for quote (RFQ).
The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-03, effective Jul. 12, 2019.

The combined synopsis/solicitation is set aside for Service- Disabled Veteran-Owned Small Business (SDVOSB) concerns only. Only quotes submitted by Service-Disabled Veteran-Owned Small Business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a verified Service-Disabled Veteran-Owned Small Business in VIP will not be considered for award. The applicable NAICS Code for this solicitation is 238210 and the Small Business Size Standard is 500 employees. Offers from SDVOSB concerns must be registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time and date set for receipt of offers and at the time and date of award to be considered for award. Offers from SDVOSB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award.

The contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision to provide a Preventative Service Contract. Battery replacement is not part of this agreement. Service is required for the system located Server Room for the Newark NJ, Regional Office.

Please provide pricing for Line Items 0001 - 4004 as shown in the attached price schedule.

Description of Requirement

Please see the attached Statement of Work (SOW) for details.
Please Note: A site visit has been deemed not necessary for this requirement. All requests for a site visit will be denied. Contractor shall review SOW and review the Operating Manual for the Eaton Pewterware 9390-40, VRL Sealed 40 System in place.

Period of Performance: Contractor to commence worked identified in Statement of Work within 10 days from date of contract award. Work will continue with a base period of one year, with four one-year option periods.

FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018), applies to this solicitation. The following provisions are added as addenda:

52.204-7 System for Award Management (Oct 2018)
52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)
52.217-5 Evaluation of Options (Jul 1990)
52.252-1 Solicitation Provisions Incorporated by Reference (Feb1998)
852.270-1 Representatives of Contracting Officers (Jan 2008)
852.273-74 Award without Exchanges (Jan 2003)

INSTRUCTIONS FOR QUOTATION SUBMISSION

The Simplified Acquisition Procedures of FAR Subpart 12.6 and 13.5 are being used to conduct this procurement.

CONTRACTORS SHALL INCLUDE THE FOLLOWING INFORMATION IN THEIR QUOTE TO RECEIVE FULL CONSIDERATION FOR AWARD:

1. A cover page including the following information: Business Name, Socioeconomic category (i.e. SDVOSB, VOSB), Address, DUNS Number, Name, Phone number, and email address for the Primary Point of Contact, Tax Identification Number (TIN).

2. Pricing Proposed pricing shall be submitted on the provided Price Schedule. Each quote must include an offer to provide all required goods or services.

3. Representations - Completed copy of the representations in 52.212-3 (unless already completed when registering at www.SAM.gov)

4. Acknowledgement of any amendments (if applicable).

5. Technical Offeror shall include in their quote the following information to demonstrate technical capability:

Contractor shall provide a maximum of one or two paragraphs in bullet format what will be the services provided based on the SOW.
As part of its offer, any offeror who will perform services under the resultant contract utilizing subcontractors shall provide in their quote the name, address, contact information, business type (i.e., small business, woman owned business, service-disabled veteran owned business, etc.), and percentage of amount paid by the government to it that the offeror anticipates paying to said subcontractor in the performance of this contract.
Provide in one nor more than two paragraphs, your process for executing performance based on your understanding of the SOW attached. i.e. your process for providing the services expressed by the SOW.

6. Evidence of Successful Past Performance

Identify any federal, state and local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing or were completed with the past two years. Include the following information for each contract:

a. Company Name and address;
b. Types of services performed;
c. Name, telephone number or e-mail address of responsible individuals who have firsthand knowledge of performance relative to the same type of services;
d. Dates of contract performance and;
e. Total contract value.
f. Past performance information is one indicator of an offeror s ability to perform the contract successfully. Current and relevant information, source of information, context of data, and general trends in Contractor s performance shall be considered as it pertains to the performance of work described in this request for quote. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. The Government shall consider this information as well as information obtained from any other sources when evaluating the offeror s past performance.

Offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance. However, the quote from a firm with no relevant past performance may not represent the most advantageous quote to the Government.

(End of Addendum to 52.212-1)

FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this solicitation. 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, technical and past performance are more important than price. Price must be fair and reasonable and offer the best value.

The Government will evaluate quotes for award purposes by adding the total price for the base plus all options to the total price for the basic requirementB to include the possible contract extensions under FAR Clause 52.217-8, Option to Extend Services. The Government will evaluate its option to extend services at FAR Clause 52.217-8 by adding six (6) months of the Offeror's proposed price for the final option period to the Offeror's total proposed price. The Government may determine that the quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Submission of Offers:

a. Offers are due no later than October 28, 2019 by 4:30 PM EST.
b. Offers shall be submitted electronically to Raymond.tracey@va.gov. The email subject line must contain the following: Quote in Response to 36C10E20Q0027, UPS Preventative Maintenance, Newark, NJ, VBA Regional Office .
c. Solicitation Questions: Questions of a technical nature shall be submitted to the Contracting Officer in writing via e-mail. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is October 16, 2019 by 4:30 EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation, so all interested parties can see the answers.
d. Amendments: Amendments to this solicitation will be posted at http://www.fedbizopps.gov(FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable.

FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Oct 2018) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs _NONE___________.

FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) applies to this solicitation. The following provisions clauses are added as addenda:

VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY

1. GENERAL
Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. Contractors must follow policies and procedures outlined in VA Directive 6500, Information Security Program which is available at: http://www1.va.gov/vapubs and its handbooks to ensure appropriate security controls are in place.

2. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS

a. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order.
b. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures.
c. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness.
d. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor.
e. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor's employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination.

3. VA INFORMATION CUSTODIAL LANGUAGE
a. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1).
b. VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor's information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA's information is returned to the VA or destroyed in accordance with VA's sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements.
c. Prior to termination or completion of this contract, contractor/ subcontractor must not destroy information received from VA, or gathered/ created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract.
d. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract.
e. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed.
f. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12.
g. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship.
h. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated.
i. The contractor/subcontractor's firewall and Web services security controls, if applicable, shall meet or exceed VA's minimum requirements. VA Configuration Guidelines are available upon request.
j. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA's prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response.
k. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above-mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response.
l. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR.

4. SECURITY INCIDENT INVESTIGATION
a. The term "security incident" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/ subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/ subcontractor has access.
b. To the extent known by the contractor/subcontractor, the contractor/ subcontractor's notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant.
c. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement.
d. d. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident.

7. LIQUIDATED DAMAGES FOR DATA BREACH
a. Consistent with the requirements of 38 U.S.C. 5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract.
b. The contractor/subcontractor shall provide notice to VA of a "security incident" as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination.
c. Each risk analysis shall address all relevant information concerning the data breach, including the following:
Nature of the event (loss, theft, unauthorized access);
Description of the event, including:
date of occurrence;
data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code;
Number of individuals affected or potentially affected;
Names of individuals or groups affected or potentially affected;
Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text;
Amount of time the data has been out of VA control;
The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons);
Known misuses of data containing sensitive personal information, if any;
Assessment of the potential harm to the affected individuals;
Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and
Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised.
d. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following:
Notification;
One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports;
Data breach analysis;
Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution;
One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and
Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs.

8. SECURITY CONTROLS COMPLIANCE TESTING
On a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. With 10 working-days notice, at the request of the government, the contractor must fully cooperate and assist in a government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time.

(End of Clause)

52.204-3 System for Award Management Maintenance (Oct 2018)
52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)
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 days.
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 15 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 four (4) years.

52.232-18 Availability of Funds (Apr 1984)
Funds are not presently available for this contract. The Government s obligation under this contract 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 until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
52,232-19 Availability of Funds for the Next Fiscal year (Apr1984)
Funds are not presently available for performance under this contract beyond November 21, 2019. 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 21 November 2019, 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.
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.252-2 Clauses Incorporated by Reference (Feb1998)
852.203-70 Commercial Advertising (May 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION)
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 (JUL 2016) (DEVIATION).
(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)

852.232-72 Electronic Submission of Payment Requests (Nov 2018)
852.237-70 Contractor Responsibilities (Apr 1984)

(End of Addendum to 52.212-4)

52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (Oct 2018), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation:

Paragraph a clauses applicable:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (Jul 2018)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.232-23-Assignmnet of Claims (May 2014)
52.232-33 Payments by Electronic Funds Transfer-System for Award Management
52.233-3 Protest After Award (Aug 1996)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)

Paragraph b clauses applicable:
(22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013)
(25) 52.222-3 Convict Labor (June 2003)
(27) 52.222-21 Prohibition of Segregated Facilities (Apr 2015)
(28) 52.222-26 Equal Opportunity (SEP 2016)
(30) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)
(33)(i) 52.222-50 Combating Trafficking in Persons (Mar 2015)
(42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
(45)(i) 52.224-3 Privacy Training (Jan 2017)
(49) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
(56) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (Jul 2013)

Paragraph c clauses applicable:
(2) 52.222-41 Service Contract Labor Standards (Aug 2018)
(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)
(THIS IS NOT A WAGE DETERMINATION)
EMPLOYEE CLASS WAGE + FRINGE BENEFITS
23160 Electrician Maintenance $37.18
(8) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015)
(9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017)


Additional Contract Requirements or terms and conditions:
Wage Determination 2015-4211 (Rev10), dated 07/16/2019, is hereby incorporated by reference and made part of this contract. This wage determination is for services performed in Newark NJ.

Defense Priorities and Allocations Systems and assigned rating: N/A

Offers are due no later than October 28, 2019 by 4:30 PM EST. Offers shall be submitted electronically to Raymond.tracey@va.gov .The email subject line must contain the following: Quote in Response to 36C10E20Q0027, UPS Preventative Maintenance, Newark, NJ, VBA Regional Office . Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered.

For additional information, please contact the Contracting Officer, Raymond.tracey@va.gov via e-mail to Raymond.tracey@va.gov

Raymond Tracey
raymond.tracey@va.gov

raymond.tracey@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP