Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Items
VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5
Original Date: 10/12/17
Revision 04 Date: 06/10/20
Description
This is a combined synopsis/solicitation for BRAND NAME OR EQUAL 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 June 5, 2020
This solicitation is set-aside for
Total Small Business Set-Aside
The associated North American Industrial Classification System (NAICS) code for this procurement is 334519, with a small business size standard of 500 Employees The FSC/PSC is H258.
The VA Sierra Nevada Health System is seeking to purchase Radiation Safety Services
By federal law, Healthcare facilities are obligated to monitor, review and provide documentation of occupational exposures to staff working with ionizing radiation (X-ray, Cat Scan, Nuclear Medicine and Fluoroscopy) to verify that ALARA (As Low As Reasonably Achievable) dose guidelines are met.
ÃÂ
References include Nuclear Regulatory guide (NUREG) 1556 vol 9 rev 3, NCRP 147, 10 CFR 35, 10 CFR 20, and 29 CFR 1910.1096 (OSHA), The Joint Commission Standard EC.02.02.01, Image Gently-Image Wisely, VHA Directive 1105, VHA Directive 1129, and facility policies and procedures.
ÃÂ
The dosimeter badge is the tool that is used to monitor the radiation exposures to staff.ÃÂ It is worn by all staff that have any possibility of receiving greater than 10% of the annual exposure limits.ÃÂ Staff wear the badges during the month while at work.ÃÂ They are then collected, and badges are distributed to be worn the following month.ÃÂ The dose reports for each returned badge is reviewed for each individual exposure by the Radiation Safety Officer (RSO), once the reports are received.ÃÂ On a quarterly basis these results are reported to the Radiation Safety Committee (RSC) (required by Nuclear Regulatory Commission (NRC) and National Health Physics Program (NHPP) which are then reported to the Environment of Care (EOC) committee.ÃÂ
ÃÂ
Occupational exposure records are required to be maintained for the "life of a license" or as long as the life of the facility radiation-producing machines are being used.ÃÂ Those records are always referenced upon inspections by the NHPP, NRC, and The Joint Commission (TJC).ÃÂ These resources provide staff with dose measuring devices (Dosimetry badges) on a consistent basis, year-in and year-out (or in a case month-in and month-out).
All interested companies shall provide quotations for the following BRAND NAME OR EQUAL Dosimetry Services:
PRICE SCHEDULE
Base Year: July 1, 2020 through June 30, 2021
0001 DESRIPTION OF SERVICES
FRENQUENCY
ESTIMATED QUANITY
ESTIMATED COST ($)
TOTAL ESTIMATED COST MONTHLY
TOTAL ESTIMATED COST YEARLY
Control Badges
Monthly
4
Area monitor badges-Monthly
Monthly
40
One-time setup fee for new participants
Yearly
25
Monthly shipping
Monthly
0
Monthly shipping for additional added badges 1 Day shipping
Yearly
3
Luxel + PA (X, Gamma, Beta Dosimetry Badge
Monthly
155
Lost Luxel + PA (X, Gamma, Beta Dosimetry dosimeter fee
Monthly
15
TLD U Ring, Eye or Headband TLD 100 Chip Standard
Monthly
9
Lost TLD U Ring, Eye or Headband TLD 100 Chip Standard
Monthly
4
Fetal Monitoring Badge (Badge will be requested as needed)
Monthly
6
Monthly Reporting Alara Report Requirements per badge due beginning of every month with employee name. Fetal reporting needs to be included with when a fetal badge has been assigned. Electronic submission of reports via email and one copy mailed to VA contracting officer in charge of contract and Radiation Safety Officer.
Monthly
1 copy monthly due 15th of every month
Yearly Reporting Alara Report Requirements per badge due beginning of every month with employee name. Fetal reporting needs to be included with when a fetal badge has been assigned. Electronic submission of reports via email and one copy mailed to VA contracting officer in charge of contract and Radiation Safety Officer.
Yearly
1 copy yearly with totals for year due March 15 of every year
TOTAL BASE YEAR
OPTION YEAR ONE: July 1, 2021 through June 30, 2022
0001 DESRIPTION OF SERVICES
FREQUENCY
ESTIMATED QUANITY
ESTIMATED COST ($)
TOTAL ESTIMATED COST MONTHLY
TOTAL ESTIMATED COST YEARLY
Control Badges
Monthly
4
Area monitor badges-Monthly
Monthly
40
One-time setup fee for new participants
Yearly
25
Monthly shipping
Monthly
0
Monthly shipping for additional added badges 1 Day shipping
Yearly
3
Luxel + PA (X, Gamma, Beta Dosimetry Badge
Monthly
155
Lost Luxel + PA (X, Gamma, Beta Dosimetry dosimeter fee
Monthly
15
TLD U Ring, Eye or Headband TLD 100 Chip Standard
Monthly
9
Lost TLD U Ring, Eye or Headband TLD 100 Chip Standard
Monthly
4
Fetal Monitoring Badge (Badge will be requested as needed)
Monthly
6
Monthly Reporting Alara Report Requirements per badge due beginning of every month with employee name. Fetal reporting needs to be included with when a fetal badge has been assigned. Electronic submission of reports via email and one copy mailed to VA contracting officer in charge of contract and Radiation Safety Officer.
Monthly
1 copy monthly due 15th of every month
Yearly Reporting Alara Report Requirements per badge due beginning of every month with employee name. Fetal reporting needs to be included with when a fetal badge has been assigned. Electronic submission of reports via email and one copy mailed to VA contracting officer in charge of contract and Radiation Safety Officer.
Yearly
1 copy yearly with totals for year due March 15 of every year
TOTAL OPTION YEAR ONE
OPTION YEAR TWO: July 1, 2022 through June 30, 2023
DESRIPTION OF SERVICES
FRENQUENCY
ESTIMATED QUANITY
ESTIMATED COST ($)
TOTAL ESTIMATED COST MONTHLY
TOTAL ESTIMATED COST YEARLY
Control Badges
Monthly
4
ÃÂ
ÃÂ
ÃÂ
Area monitor badges-Monthly
Monthly
40
ÃÂ
ÃÂ
ÃÂ
One-time setup fee for new participants
Yearly
25
ÃÂ
ÃÂ
ÃÂ
Monthly shipping
Monthly
0
ÃÂ
ÃÂ
ÃÂ
Monthly shipping for additional added badges 1 Day shipping
Yearly
3
ÃÂ
ÃÂ
ÃÂ
Luxel + PA (X, Gamma, Beta Dosimetry Badge
Monthly
155
ÃÂ
ÃÂ
ÃÂ
Lost Luxel + PA (X, Gamma, Beta Dosimetry dosimeter fee
Monthly
15
ÃÂ
ÃÂ
ÃÂ
TLD U Ring, Eye or Headband TLD 100 Chip Standard
Monthly
9
ÃÂ
ÃÂ
ÃÂ
Lost TLD U Ring, Eye or Headband TLD 100 Chip Standard
Monthly
4
ÃÂ
ÃÂ
ÃÂ
Fetal Monitoring Badge (Badge will be requested as needed)
Monthly
6
ÃÂ
ÃÂ
ÃÂ
Monthly Reporting Alara Report Requirements per badge due beginning of every month with employee name. Fetal reporting needs to be included with when a fetal badge has been assigned. Electronic submission of reports via email and one copy mailed to VA contracting officer in charge of contract and Radiation Safety Officer.
Monthly
1 copy monthly due 15th of every month
ÃÂ
ÃÂ
ÃÂ
Yearly Reporting Alara Report Requirements per badge due beginning of every month with employee name. Fetal reporting needs to be included with when a fetal badge has been assigned. Electronic submission of reports via email and one copy mailed to VA contracting officer in charge of contract and Radiation Safety Officer.
Yearly
1 copy yearly with totals for year due March 15 of every year
ÃÂ
ÃÂ
ÃÂ
ÃÂ
ÃÂ
ÃÂ
TOTAL OPTION YEAR TWO
ÃÂ
ÃÂ
OPTION YEAR THREE: July 1, 2023 through June 30, 2024
DESRIPTION OF SERVICES
FRENQUENCY
ESTIMATED QUANITY
ESTIMATED COST ($)
TOTAL ESTIMATED COST MONTHLY
TOTAL ESTIMATED COST YEARLY
Control Badges
Monthly
4
ÃÂ
ÃÂ
ÃÂ
Area monitor badges-Monthly
Monthly
40
ÃÂ
ÃÂ
ÃÂ
One-time setup fee for new participants
Yearly
25
ÃÂ
ÃÂ
ÃÂ
Monthly shipping
Monthly
0
ÃÂ
ÃÂ
ÃÂ
Monthly shipping for additional added badges 1 Day shipping
Yearly
3
ÃÂ
ÃÂ
ÃÂ
Luxel + PA (X, Gamma, Beta Dosimetry Badge
Monthly
155
ÃÂ
ÃÂ
ÃÂ
Lost Luxel + PA (X, Gamma, Beta Dosimetry dosimeter fee
Monthly
15
ÃÂ
ÃÂ
ÃÂ
TLD U Ring, Eye or Headband TLD 100 Chip Standard
Monthly
9
ÃÂ
ÃÂ
ÃÂ
Lost TLD U Ring, Eye or Headband TLD 100 Chip Standard
Monthly
4
ÃÂ
ÃÂ
ÃÂ
Fetal Monitoring Badge (Badge will be requested as needed)
Monthly
6
ÃÂ
ÃÂ
ÃÂ
Monthly Reporting Alara Report Requirements per badge due beginning of every month with employee name. Fetal reporting needs to be included with when a fetal badge has been assigned. Electronic submission of reports via email and one copy mailed to VA contracting officer in charge of contract and Radiation Safety Officer.
Monthly
1 copy monthly due 15th of every month
ÃÂ
ÃÂ
ÃÂ
Yearly Reporting Alara Report Requirements per badge due beginning of every month with employee name. Fetal reporting needs to be included with when a fetal badge has been assigned. Electronic submission of reports via email and one copy mailed to VA contracting officer in charge of contract and Radiation Safety Officer.
Yearly
1 copy yearly with totals for year due March 15 of every year
ÃÂ
ÃÂ
ÃÂ
ÃÂ
ÃÂ
ÃÂ
TOTAL OPTION YEAR THREE
ÃÂ
ÃÂ
OPTION YEAR FOUR: July 1, 2024 through June 30, 2025
DESRIPTION OF SERVICES
FRENQUENCY
ESTIMATED QUANITY
ESTIMATED COST ($)
TOTAL ESTIMATED COST MONTHLY
TOTAL ESTIMATED COST YEARLY
Control Badges
Monthly
4
ÃÂ
ÃÂ
ÃÂ
Area monitor badges-Monthly
Monthly
40
ÃÂ
ÃÂ
ÃÂ
One-time setup fee for new participants
Yearly
25
ÃÂ
ÃÂ
ÃÂ
Monthly shipping
Monthly
0
ÃÂ
ÃÂ
ÃÂ
Monthly shipping for additional added badges 1 Day shipping
Yearly
3
ÃÂ
ÃÂ
ÃÂ
Luxel + PA (X, Gamma, Beta Dosimetry Badge
Monthly
155
ÃÂ
ÃÂ
ÃÂ
Lost Luxel + PA (X, Gamma, Beta Dosimetry dosimeter fee
Monthly
15
ÃÂ
ÃÂ
ÃÂ
TLD U Ring, Eye or Headband TLD 100 Chip Standard
Monthly
9
ÃÂ
ÃÂ
ÃÂ
Lost TLD U Ring, Eye or Headband TLD 100 Chip Standard
Monthly
4
ÃÂ
ÃÂ
ÃÂ
Fetal Monitoring Badge (Badge will be requested as needed)
Monthly
6
ÃÂ
ÃÂ
ÃÂ
Monthly Reporting Alara Report Requirements per badge due beginning of every month with employee name. Fetal reporting needs to be included with when a fetal badge has been assigned. Electronic submission of reports via email and one copy mailed to VA contracting officer in charge of contract and Radiation Safety Officer.
Monthly
1 copy monthly due 15th of every month
ÃÂ
ÃÂ
ÃÂ
Yearly Reporting Alara Report Requirements per badge due beginning of every month with employee name. Fetal reporting needs to be included with when a fetal badge has been assigned. Electronic submission of reports via email and one copy mailed to VA contracting officer in charge of contract and Radiation Safety Officer.
Yearly
1 copy yearly with totals for year due March 15 of every year
ÃÂ
ÃÂ
ÃÂ
ÃÂ
ÃÂ
ÃÂ
TOTAL OPTION YEAR FOUR
ÃÂ
ÃÂ
The purchase order/contract period of performance is 5 years
July 1, 2020 June 30, 2021 (Base Year)
Option Year One: July 1, 2021 June 30, 2022
Option Year Two: July 1, 2022 June 30, 2023
Option Year Three: July 1, 2023 June 30, 2024
Option Year Four: July 1, 2024 June 30, 2025
Place of Performance/Place of Delivery
Address:
VA Sierra Nevada Health Care System
975 Kirman Avenue
Reno Nevada
Postal Code:
89502-0993
Country:
UNITED STATES
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (June 2020)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (June 2020)
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019)
The Offeror shall not complete the representation in this provision if the Offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.
(a) Definitions. As used in this provision
Covered telecommunications equipment or services , critical technology , and substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing
(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for covered telecommunications equipment or services .
(d) Representation. The Offeror represents that it will, will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.
(e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it will provide covered telecommunications equipment or services , the Offeror shall provide the following information as part of the offer
(1)A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);
(2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;
(3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and
(4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).
(End of provision)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)
(a) Definitions. As used in this clause
Covered foreign country means The People s Republic of China.
Covered telecommunications equipment or services means
(1)Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities);
(2)For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities);
(3)Telecommunications or video surveillance services provided by such entities or using such equipment; or
(4)Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.
Critical technology means
(1)Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations;
(2)Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled-
(i)Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or
(ii)For reasons relating to regional stability or surreptitious listening;
(3)Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities);
(4)Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material);
(5)Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or
(6)Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817).
Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service.
(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in Federal Acquisition Regulation 4.2104.
(c) Exceptions. This clause does not prohibit contractors from providing
(1)A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(2)Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(d)Reporting requirement. (1)In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil.
(2)The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause
(i)Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.
(ii)Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services.
(e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items.
(End of clause)
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019)
(a) Definitions. As used in this provision, covered telecommunications equipment or services has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for covered telecommunications equipment or services .
(c) Representation. The Offeror represents that it does, does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.
(End of provision)
52.217-5 Evaluation of Options (JUL 1990)
VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020)
(a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities.
(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
(End of clause)
VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION)
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 52.204-7 System for Award Management (Oct 2018)
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)
FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
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 (JUNE 2020)
The following subparagraphs of FAR 52.212-5 are applicable:
[b] (4) 52.204-10
[b] (8) 52.209-6
[b] (22) (i) 52.219-28
[b] (27) 52.222-3
[b] (29) 52.222-21
[b] (30)(i) 52.222-26
[b] (32) (i) 52.222-36
[b] (33) 52.222-37
[b] (34) 52.222-40
[b] (35)(i) 52.222-50
[b] (44) 52.223-18
[b] (49)(ii) 52.225-3, Alternate I
[b] (51) 52.225-13
[b] (57) 52.232-33
52.217-9ÃÂ Option to Extend the Term of the Contract
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.
Option to Extend the Term of the Contract (Mar 2000)
(a)The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45-60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b)If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c)The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
FAR 52.219-6 Notice of Total Small Business Set-Aside (Mar 2020)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
FAR 52.237-3 Continuity of Services (JAN 1991)
VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)
VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020)
(a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference.
_X__ 852.203-70, Commercial Advertising.
___ 852.209-70, Organizational Conflicts of Interest.
___ 852.211-70, Equipment Operation and Maintenance Manuals.
___ 852.214-71, Restrictions on Alternate Item(s).
___ 852.214-72, Alternate Item(s). [Note: this is a fillable clause.]
___ 852.214-73, Alternate Packaging and Packing.
___ 852.214-74, Marking of Bid Samples.
___ 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors.
___ 852.215-71, Evaluation Factor Commitments.
___ 852.216-71, Economic Price Adjustment of Contract Price(s) Based on a Price Index.
___ 852.216-72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index.
___ 852.216-73, Economic Price Adjustment State Nursing Home Care for Veterans.
___ 852.216-74, Economic Price Adjustment Medicaid Labor Rates.
___ 852.216-75, Economic Price Adjustment Fuel Surcharge.
_ __ 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements.
___ 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
___ 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside.
___ 852.222-70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans.
___ 852.228-70, Bond Premium Adjustment.
___ 852.228-71, Indemnification and Insurance.
___ 852.228-72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds.
_X__ 852.232-72, Electronic Submission of Payment Requests.
___ 852.233-70, Protest Content/Alternative Dispute Resolution.
___ 852.233-71, Alternate Protest Procedure.
___ 852.237-70, Indemnification and Medical Liability Insurance.
_X__ 852.246-71,Rejected Goods.
___ 852.246-72, Frozen Processed Foods.
___ 852.246-73, Noncompliance with Packaging, Packing, and/or Marking Requirements.
___ 852.270-1, Representatives of Contracting Officers.
___ 852.271-72, Time Spent by Counselee in Counseling Process.
___ 852.271-73, Use and Publication of Counseling Results.
___ 852.271-74, Inspection.
___ 852.271-75, Extension of Contract Period.
_X__ 852.273-70, Late Offers.
___ 852.273-71, Alternative Negotiation Techniques.
___ 852.273-72, Alternative Evaluation.
___ 852.273-73, Evaluation Health-Care Resources.
_X__ 852.273-74, Award without Exchanges.
VAAR 852.247-71 Delivery Location (OCT 2018)
Shipment of deliverable items, other than reports, shall be to: VA Sierra Nevada Health Care System
(End of clause)
VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018)
Material shall be packed for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with regulations of carriers as applicable to the mode of transportation.
(End of clause)
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officers decision for the quote most favorable to the Government.
The following are the decision factors:
Technical and Price
Options will be evaluated at time of award.
The award will be made to the response that meets all technical requirements at the lowest price.
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.
The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS
North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation.
Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show-
The solicitation number;
The time specified in the solicitation for receipt of quotations;
The name, address, and telephone number of the quoter;
A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
Terms of any express warranty;
Price and any discount terms;
Remit to address, if different than mailing address;
A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically);
Acknowledgment of Solicitation Amendments;
Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing.
Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately.
Late submissions
Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due.
Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition.
If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15.
Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.
Availability of requirements documents cited in the solicitation.
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100
470 East L Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978
If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
ASSIST (https://assist.dla.mil/online/start/).
Quick Search (http://quicksearch.dla.mil/).
ASSISTdocs.com (http://assistdocs.com).
Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office.
[Reserved].
Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer.
The following are the decision factors:
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.
All quoters shall submit the following: Quote that includes (1) Vendor Contact Information, (2) DUNS number, Price & Extended Price.
Submission of your response shall be received not later than 8:00am PST, July 1 , 2020 to
[email protected] and
[email protected]. 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 Contract Officer/Specialist,
[email protected] and
[email protected]
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contacts listed below.
Contract Officer/Specialist
Lelani Basuel (415) 221-4810 X25557;
Darralynn Haunani Freeman (808) 539-1311
Bid Protests Not Available