Oklahoma Bids > Bid Detail
6515--(635) OKC VA - LivaNova Sorin S5 Perfusion Machine Replacement (VA-23-00086279)
Agency: | VETERANS AFFAIRS, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159168942253719 |
Posted Date: | Sep 12, 2023 |
Due Date: | Sep 15, 2023 |
Solicitation No: | 36C25923Q0928 |
Source: | https://sam.gov/opp/09df28cd69... |
Follow
Active
Contract Opportunity
Notice ID
36C25923Q0928
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Sep 12, 2023 09:32 am EDT
- Original Date Offers Due: Sep 15, 2023 04:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Nov 14, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
-
NAICS Code:
- 339112 - Surgical and Medical Instrument Manufacturing
-
Place of Performance:
Department of Veterans Affairs Oklahoma City VAMC Oklahoma City , OK 73104USA
Request for Quote (RFQ) #: 36C25923Q0928
LivaNova Sorin S5 Heart-Lung Machine (Brand Name Only)
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.
* The deadline for all questions is 4:00pm ET, September 13, 2023
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.
** Quotes are to be provided to Chris.hollingsworth@va.gov no later than 4:00pm ET, September 15, 2023.
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.
This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0928. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-05 effective September 7, 2023.
The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000 employees. This solicitation is unrestricted.
List of Line Items; Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
(S5) 4-Pump Console w/ Power Supply
Manufacturer: LivaNova
Part Number: 48-40-00Z
1
ea
$
$
0002
Cable holding and organizing system
Manufacturer LivaNova
Part Number: 45-09-11
1
Ea 0003
Ops Manual S5
Manufacturer: LivaNova
Part Number: 45-95-14USA
1
Ea 0004
Tubing Gate
Manufacturer: LivaNova
Part Number: 10-81-30
4
Ea 0005
Sechrist Blender Oxygen Hose Assembly
Manufacurer: LivaNova
Part Number: 050350200
1
Ea 0006
Cable holding and organizing system
Manufacturer: LivaNova
Part Number: 45-09-10
1
Ea 0007
Cap for fast clamp (6 pcs)
Manufacturer: LivaNova
Part Number:43-42-61
1
Ea 0008
4-slot System Panel
Manufacturer: LivaNova
Part Number: 28-95-00
1
Ea 0009
S5 Display Module
Manufacturer: LivaNova
Part Number: 28-95-10Z
4
Ea 0010
S5 Cardioplegia Sensor Module
Manufacturer: LivaNova
Part Number:27-80-20Z
1
Ea 0011
S5 Temperature Sensor Module
Manufacturer: LivaNova
Part Number: 20-30-20Z
1
Ea 0012
S5 Pressure Sensor Module (2-Channel)
Manufacturer: LivaNova
Part Number: 22-20-20Z
1
Ea 0013
SRD S5 Level Sensor Module
Manufacturer: LivaNova
Part Number: 23-41-00
1
Ea 0014
S5 Single Roller Pump
Manufacturer: LivaNova
Part Number: 10-80-00Z
4
Ea 0015
Color Code Set
Manufacturer: LivaNova
Part Number: 50-80-99
1
Ea 0016
CP5
Manufacturer: LivaNova
Part Number: 60-00-60Z
1
Ea 0017
Operator Manual for the CP5
Manufacturer: LivaNova
Part Number: 45-90-75USA
1
Ea 0018
Tray for 2 Roller Pumps
Manufacturer: LivaNova
Part Number: 10-84-64
2
Ea 0019
(S5) 3/8" Bubble Sensor Module w/ 420 mm
Manufacturer: LivaNova
Part Number: 23-45-00Z
1
Ea 0020
Tubing Insert, Metal, 3/8 x 3/32, Blue
Manufacturer: LivaNova
Part Number: 10-07-48
1
Ea 0021
Crosstray 4 Position w/ Power Outlet
Manufacturer: LivaNova
Part Number: 48-41-19
1
Ea 0022
PAS Sechrist 3500 CP-G
Manufacturer: LivaNova
Part Number: 050350000
1
Ea 0023
Sechrist IV308 Hose Air 14 FT
Manufacturer: LivaNova
Part Number: 050350100
1
Ea 0024
Operator Manual for B-CAPTA
Manufacturer: LivaNova
Part Number: 45-95-90USA
1
Ea 0025
Edwards LifeScience/Baxter Truwave Cable
Manufacturer: LivaNova
Part Number: 0395-2049
4
Ea 0026
MTG Pad, Low Level II (100/case)
Manufacturer: LivaNova
Part Number: 23-41-51
1
Ea 0027
S5 LED Lamp
Manufacturer: LivaNova
Part Number: 35-05-80
1
Ea 0028
B-CAPTA Full System
Manufacturer: LivaNova
Part Number: 25-95-00
1
Ea 0029
YSI Temp Probe X2
Manufacturer: LivaNova
Part Number: 45-03-10
1
Ea
Grand Total
$
Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at
Department of Veterans Affairs
Oklahoma City VA Medical Center
921 N.E. 13th St
Oklahoma City, OK
73104
52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.
Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
Any award made as a result of this solicitation will be made on an All or Nothing Basis.
State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.
Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.
All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.
All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.
Submission of quote shall include the following volumes: (I) Price
Volume I Price
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.
(End of Addendum to 52.212-1)
52.212-2, Evaluation--Commercial Items applies to this acquisition
ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:
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 considering price and other factors.
The following factors shall be used to evaluate quotations:
Factor 1. Price
Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:
Factor 1. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price.
(End of Addendum to 52.212-2)
52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission.
52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition
FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;
FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
FAR 52.219-28
Post Award Small Business Program Representation (NOV 2020)
FAR 52.222-3
Convict Labor (JUN 2003)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016)
FAR 52.222-35
Equal Opportunity for Veterans (JUN 2020)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-37
Employment Reports on Veterans (JUN 2020)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
FAR 52.222-50
Combating Trafficking in Persons (OCT 2020)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
FAR 52.225 5
Trade Agreements (JUL 2020) (DEVIATION)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions:
852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020)
VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)
852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.
http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar
The following FAR provisions are to be incorporated by reference:
FAR 52.204-7
System for Award Management (OCT 2018)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
The following VAAR provisions are to be incorporated by reference:
None
The following FAR clauses are incorporated by reference:
FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-13
System for Award Management Maintenance (OCT 2018)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)
The following VAAR clauses are to be incorporated by reference:
VAAR 852.212-71
Gray Market Items (APR 2020)
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due to chris.hollingsworth@va.gov by 4:00pm ET, September 15, 2023. Name and email of the individual to contact for information regarding the solicitation:
Chris Hollingswroth
Chris.hollingsworth@va.gov
LivaNova Sorin S5 Heart-Lung Machine (Brand Name Only)
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.
* The deadline for all questions is 4:00pm ET, September 13, 2023
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.
** Quotes are to be provided to Chris.hollingsworth@va.gov no later than 4:00pm ET, September 15, 2023.
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.
This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0928. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-05 effective September 7, 2023.
The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000 employees. This solicitation is unrestricted.
List of Line Items; Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
(S5) 4-Pump Console w/ Power Supply
Manufacturer: LivaNova
Part Number: 48-40-00Z
1
ea
$
$
0002
Cable holding and organizing system
Manufacturer LivaNova
Part Number: 45-09-11
1
Ea 0003
Ops Manual S5
Manufacturer: LivaNova
Part Number: 45-95-14USA
1
Ea 0004
Tubing Gate
Manufacturer: LivaNova
Part Number: 10-81-30
4
Ea 0005
Sechrist Blender Oxygen Hose Assembly
Manufacurer: LivaNova
Part Number: 050350200
1
Ea 0006
Cable holding and organizing system
Manufacturer: LivaNova
Part Number: 45-09-10
1
Ea 0007
Cap for fast clamp (6 pcs)
Manufacturer: LivaNova
Part Number:43-42-61
1
Ea 0008
4-slot System Panel
Manufacturer: LivaNova
Part Number: 28-95-00
1
Ea 0009
S5 Display Module
Manufacturer: LivaNova
Part Number: 28-95-10Z
4
Ea 0010
S5 Cardioplegia Sensor Module
Manufacturer: LivaNova
Part Number:27-80-20Z
1
Ea 0011
S5 Temperature Sensor Module
Manufacturer: LivaNova
Part Number: 20-30-20Z
1
Ea 0012
S5 Pressure Sensor Module (2-Channel)
Manufacturer: LivaNova
Part Number: 22-20-20Z
1
Ea 0013
SRD S5 Level Sensor Module
Manufacturer: LivaNova
Part Number: 23-41-00
1
Ea 0014
S5 Single Roller Pump
Manufacturer: LivaNova
Part Number: 10-80-00Z
4
Ea 0015
Color Code Set
Manufacturer: LivaNova
Part Number: 50-80-99
1
Ea 0016
CP5
Manufacturer: LivaNova
Part Number: 60-00-60Z
1
Ea 0017
Operator Manual for the CP5
Manufacturer: LivaNova
Part Number: 45-90-75USA
1
Ea 0018
Tray for 2 Roller Pumps
Manufacturer: LivaNova
Part Number: 10-84-64
2
Ea 0019
(S5) 3/8" Bubble Sensor Module w/ 420 mm
Manufacturer: LivaNova
Part Number: 23-45-00Z
1
Ea 0020
Tubing Insert, Metal, 3/8 x 3/32, Blue
Manufacturer: LivaNova
Part Number: 10-07-48
1
Ea 0021
Crosstray 4 Position w/ Power Outlet
Manufacturer: LivaNova
Part Number: 48-41-19
1
Ea 0022
PAS Sechrist 3500 CP-G
Manufacturer: LivaNova
Part Number: 050350000
1
Ea 0023
Sechrist IV308 Hose Air 14 FT
Manufacturer: LivaNova
Part Number: 050350100
1
Ea 0024
Operator Manual for B-CAPTA
Manufacturer: LivaNova
Part Number: 45-95-90USA
1
Ea 0025
Edwards LifeScience/Baxter Truwave Cable
Manufacturer: LivaNova
Part Number: 0395-2049
4
Ea 0026
MTG Pad, Low Level II (100/case)
Manufacturer: LivaNova
Part Number: 23-41-51
1
Ea 0027
S5 LED Lamp
Manufacturer: LivaNova
Part Number: 35-05-80
1
Ea 0028
B-CAPTA Full System
Manufacturer: LivaNova
Part Number: 25-95-00
1
Ea 0029
YSI Temp Probe X2
Manufacturer: LivaNova
Part Number: 45-03-10
1
Ea
Grand Total
$
Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at
Department of Veterans Affairs
Oklahoma City VA Medical Center
921 N.E. 13th St
Oklahoma City, OK
73104
52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.
Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
Any award made as a result of this solicitation will be made on an All or Nothing Basis.
State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.
Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.
All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.
All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.
Submission of quote shall include the following volumes: (I) Price
Volume I Price
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.
(End of Addendum to 52.212-1)
52.212-2, Evaluation--Commercial Items applies to this acquisition
ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:
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 considering price and other factors.
The following factors shall be used to evaluate quotations:
Factor 1. Price
Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:
Factor 1. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price.
(End of Addendum to 52.212-2)
52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission.
52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition
FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;
FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
FAR 52.219-28
Post Award Small Business Program Representation (NOV 2020)
FAR 52.222-3
Convict Labor (JUN 2003)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016)
FAR 52.222-35
Equal Opportunity for Veterans (JUN 2020)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-37
Employment Reports on Veterans (JUN 2020)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
FAR 52.222-50
Combating Trafficking in Persons (OCT 2020)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
FAR 52.225 5
Trade Agreements (JUL 2020) (DEVIATION)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions:
852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020)
VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)
852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.
http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar
The following FAR provisions are to be incorporated by reference:
FAR 52.204-7
System for Award Management (OCT 2018)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
The following VAAR provisions are to be incorporated by reference:
None
The following FAR clauses are incorporated by reference:
FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-13
System for Award Management Maintenance (OCT 2018)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)
The following VAAR clauses are to be incorporated by reference:
VAAR 852.212-71
Gray Market Items (APR 2020)
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due to chris.hollingsworth@va.gov by 4:00pm ET, September 15, 2023. Name and email of the individual to contact for information regarding the solicitation:
Chris Hollingswroth
Chris.hollingsworth@va.gov
Attachments/Links
Contracting Office Address
- 6162 S WILLOW DR SUITE 300
- Greenwood Village , CO 80111
- USA
Primary Point of Contact
- Chris Hollingsworth
- chris.hollingsworth@va.gov
- Phone Number (303)712-5724
Secondary Point of Contact
- Sep 12, 2023 09:32 am EDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.