B502--Solicitation - 3rd Party Monitoring LBP Abatement - Bldg's. 15, 45, 46, 47

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Tennessee
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159972929588687
Posted Date: May 5, 2023
Due Date: May 19, 2023
Solicitation No: 36C24923Q0304
Source: Members Only
Follow
B502--Solicitation - 3rd Party Monitoring LBP Abatement - Bldg's. 15, 45, 46, 47
Active
Contract Opportunity
Notice ID
36C24923Q0304
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
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.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 05, 2023 03:46 pm EDT
  • Original Date Offers Due: May 19, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B502 - SPECIAL STUDIES/ANALYSIS- AIR QUALITY
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Department of Veterans Affairs James H. Quillen VA Medical Center (VAMC) Mountain Home , TN 37684
Description
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart (FAR) 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 document will not be issued.

This solicitation is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 dated 3/16/2023 and VA Acquisition Regulation t (VAAR) Update 2008-36.

This solicitation is 100% set-aside for small businesses.

The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a small business size standard of $19.0 million.
The FSC/PSC is B502.

The Government will award a firm-fixed price (FFP) contract to the responsive and responsible offeror whose offer, conforming to the synopsis/solicitation, will be most advantageous -i.e., Best Value- to the Government as determined by the solicitation evaluation criteria.

VA Network Contracting Office (NCO) 9, located at 1639 Medical Center Parkway, Murfreesboro, TN, 37129 is seeking to purchase the services described below.

Any questions or concerns regarding this solicitation should be forwarded via email to sascha.hertslet@va.gov no later than 12:00pm, (ET), Tuesday, May 16, 2023, to give the Government an opportunity to respond and consider whether to extend the solicitation period.

Submit final offers electronically via email only not later than 10:00am, Eastern Time, 5/19/2023 to Sascha Hertslet, contracting officer, at sascha.hertslet@va.gov.

Contract terms are firm-fixed price, in English only, and in US Dollars rounded to the nearest hundredth position.

APPLICABLE WAGE DETERMINITATION (WD) RATE:
Service Contract Act WD No. 2015-4641. Revision 19. Date: 12/27/2022. State: Tennessee. County: Washington - https://sam.gov/wage-determination/2015-4641/19

SITE VISIT:
Point of Contact for the site visit is with the contracting officer s representative (COR) Miriam Trivette, miriam.trivette@va.gov, 423-461-7905, who is available Monday through Friday from 1pm to 4:30pm. Arrangements must be made with the COR before visiting the site and completed before offers are due. A site visit is not mandatory but highly encouraged.

All interested companies must provide quotations for the services requested in the following:

STATEMENT OF WORK
PART A GENERAL INFORMATION

A.1 INTRODUCTION The contractor must provide all labor, materials, supervision, and transportation needed to provide daily lead-based paint (LBP) abatement monitoring, LBP clearance and wipe, LBP soil samples and results of the LBP abatement project conducted on site for renovation project of buildings 15, 45, 46, & 47 at James H. Quillen VAMC, Mountain Home, TN 37684.

A.2 BACKGROUND Buildings 15, 45, 46, 47 are undergoing exterior renovations involving removal of LBP on the exterior identified in the comprehensive facility LBP survey. Taff & Frye out of Bristol, Virginia is the LBP abatement contractor of the project. Taff & Frye are the subcontractor to the general construction contractor, Contego Environmental, LLC out of Panama City, Florida. However, industrial hygiene services including air monitoring, soil sampling, wipe sampling and clearance sampling are to be performed by a party separate and independent from the construction contractor as part of the abatement project per EPA 40 CFR Part 745 requirements.

A.3 SCOPE OF WORK The contractor must provide all labor, materials, supervision, and transportation to provide daily air monitoring outside of containment areas, air and soil monitoring results, clearance samples (wipe and air samples), as regulated areas have been abated on the exterior of each building. Each building will be abated, monitored, and renovated individually and therefore the timeline for abatement and monitoring will be dependent on the contractor s completion of each building. The Construction Contractor s period of performance is 400 days.

PART B WORK REQUIREMENTS

B.1 Contractor is to provide all materials, labor, transportation, and supervision for the following tasks to be accomplished. The contractor will report to the facility Industrial Hygienist any deficiencies and or issues related to the removal of the LBP performed by the abatement company.

Provide LBP area monitoring during removal, and soil and wipe samples post abatement (minimum 4 soil samples - 2 pre and 2 post abatement per building, wipe samples as needed on adjacent surfaces).
During preparation activities, area monitoring using the NIOSH 7300 method will be conducted in a minimum of two locations adjacent to work area. Samples will be sent to an AIHA accredited laboratory for analysis of lead content.
During abatement, area LBP monitoring will be conducted a minimum of 2.5 hours for every 4-hour shift for each work area.
Final visual inspection of regulated areas once abatement is completed.
Comply with all applicable OSHA, EPA, and VA Requirements.

B.2 The contractor will provide the following deliverables to the Government to justify payment of services:
1. Weekly report of the daily monitoring for the previous work week with the following information:
a. Name and Title of On-site Monitor/Service Worker
b. Number, type, and location of samples taken
c. Place (name & address) samples submitted to
d. Recipient s acknowledgement
e. Any pertinent comments about observed work and corrections taken of the abatement contractor.

2. Laboratory Sample Analysis reports (wipe, air, and soil samples) as received or within 48 hours, whichever is quicker. Samples collected will be sent to an AIHA accredited laboratory for analysis of lead content.

3. Final report which includes all daily logs, sampling data, and laboratory analysis reports with signature from industrial hygiene manager and senior industrial hygienist must be submitted within 30 calendar days at the completion of this service requirement.

B.3. The Scope of Work does not include the following:
Work during nights, weekends, or holidays.
A lead abatement design document.
Lead abatement work.

PART C SUPPORTING INFORMATION

C.1 Place of Performance Department of Veterans Affairs Medical Center, Mountain Home, Sidney & Lamont St., Buildings 15, 45, 46, 47 at Mt. Home, Tennessee 37684

C.2 Period of Performance Work must be completed within 365 days from start of work date. Work must be accomplished during regular business hours 7a.m. to 4:30 p.m. Monday through Friday, except for Federal Holidays, unless approved by Contracting Officer or COR.

The LBP abatement work is estimated to take 15 business days to complete per building, to wit, there are four buildings this service contract covers. If all work is completed in less than the estimated 60 business days, the Government will only pay for the actual number of days this service is conducted.

U.S Legal Holidays: The following is a list of U.S. Government holidays. Any other day not listed, but specifically declared by the President of the United States to be a national holiday must be observed. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday.

HOLIDAY DATE
New Year s Day Jan 1
Martin Luther King s Birthday 3rd Monday in Jan
President s Day 3rd Monday in Feb
Memorial Day Last Monday in May
Juneteenth June 19
Independence Day July 4
Labor Day 1st Monday in Sep
Columbus Day 2nd Monday in Oct
Veterans Day Nov 11
Thanksgiving Day 4th Thursday in Nov
Christmas Day Dec 25

All work in areas involved must be scheduled with the VA Engineering Service representative of the construction project and the facility Industrial Hygienist. Work must be scheduled for proper execution to completion of this contract.

C.3 Special Considerations: None.

C.3.1 Contractor Furnished Materials Contractor must provide all materials to conduct Lead air, wipe, and soil monitoring for the abatement/renovation project.

C.3.2 Government Furnished Materials and Services: None

C.3.3 Qualifications of Key Personnel Personnel must be certified Lead inspector/risk assessor in the state of Tennessee.

C.3.4 Security Requirements see VAMC contact for Security clearance. Contractor must identify which employees will be working under the awarded contract. Contractor personnel must include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees must bring photo ID to obtain a VA Contractor identification badge that must be always worn above the belt while on Medical Center property. Contractor's employees must return all I.D. badges to designated personnel at time designated in the task order.

C.3.5 The Contracting Officer's Representative (COR) is responsible for the inspection of the work. The Contracting Officer's Representative will be identified by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. Government will provide contractor a copy of the COR Delegation Letter pointing out what a COR can and cannot do.

C.3.6 Smoking Policy. Smoking is prohibited on VA property.

C.3.7 Parking/Traffic Regulations. Parking Permit Request form must be completed if required. The Contractor must not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be always observed by operators. Seat belt use is mandatory on the VA grounds.

C.3.8 Working Conditions/Safety All work must be performed in accordance with Mt. Home VAMC rules & regulations. The contractor/vendor is solely responsible for working conditions on the job site, including safety of all persons and property during performance of work, and for compliance with OSHA regulations.

C.3.9 Applicable Documents: EPA 40CFR Part 745, OSHA 29CFR 1910.26
NOTE: The Contractor s employee(s) must not be considered government employees for any purpose under this contract.

The Authorization requirements do not apply, and that a Security Accreditation Package is not required.

[End of Statement of Work]
The period of performance (POP) is 6/1/2023 through 5/31/2024.
Place of Performance/Place of Delivery:
James H. Quillen VA Medical Center
Corner of Lamont Street and Veterans Way
Buildings 15, 45, 46, and 47
Mountain Home, TN 37684

Extension of Services:
As this contract is dependent on the work progress of the construction contractor contracted to do the LBP abatement work, and their progress can be impacted by unforeseen delays, the Government has included the Option to Extend Service clause to avoid potential negotiation of short term extensions to enable the Government to require continued performance of any services within the limits and at the rates specified in the contract. However, these rates may be adjusted only because of revisions to prevailing labor rates provided by the Secretary of Labor. The option clause may be exercised more than once, but the total extension of performance thereunder shall not exceed 6 months. That Option will be evaluated at time of award.

BASIS FOR AWARD:
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 the decision factors given below resulting in a Contracting Officer decision for the quote most favorable i.e., Best Value- to the Government.

PROVISIONS/CLAUSES:
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions and clauses apply to this acquisition:

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 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)

FAR 52.204-7 System for Award Management (OCT 2018)
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 (NOV 2021)
FAR 52.204-26Â Covered Telecommunications Equipment or Services-Representation (Oct 2020)
FAR 52.237-1 Site Visit (Apr 1984)

VAAR 852.209-70Â Organizational Conflicts of interest (Oct 2020)
(a) It is in the best interest of the Government to avoid situations which might create an organizational conflict of interest or where the Offeror s performance of work under the contract may provide the Contractor with an unfair competitive advantage. The term organizational conflict of interest means that because of other activities or relationships with other persons, a person is unable to render impartial assistance or advice to the Government, or the person s objectivity in performing the contract work is or might be otherwise impaired, or the person has an unfair competitive advantage.
(b) The Offeror shall provide a statement with its offer which describes, in a concise manner, all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) or actual or potential organizational conflicts of interest relating to the services to be provided under this solicitation. The Offeror shall also provide statements with its offer containing the same information for any consultants and subcontractors identified in its proposal and which will provide services under the solicitation. The Offeror may also provide relevant facts that show how its organizational and/or management system or other actions would avoid or mitigate any actual or potential organizational conflicts of interest.
(c) Based on this information and any other information solicited or obtained by the Contracting Officer, the Contracting Officer may determine that an organizational conflict of interest exists which would warrant disqualifying the Contractor for award of the contract unless the organizational conflict of interest can be mitigated to the Contracting Officer s satisfaction by negotiating terms and conditions of the contract to that effect. If the conflict of interest cannot be mitigated and if the Contracting Officer finds that it is in the best interest of the United States to award the contract, the Contracting Officer shall request a waiver in accordance with FAR 9.503.
(d) Nondisclosure or misrepresentation of actual or potential organizational conflicts of interest at the time of the offer or arising because of a modification to the contract, may result in the termination of the contract at no expense to the Government.
(End of provision)

Addendum to FAR 52.212-1(b) Submission of Offers:
All quoters must also submit the following:

(1) Proof of qualifications and certifications for the service worker who will conduct the monitoring service on site.

(2) Identify of equipment used to collect the appropriate samples

(3) Identity of lab where samples will be submitted to and tested at with estimated turn-around time of report(s).

(4) Statement of No Organizational Conflict of Interest

(5)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 must list exception(s) and rationale for the exception(s), if any. Failure to include either statement is grounds for rejection of the offer.

Addendum to FAR 52.212-1(b)(6):
The daily price for monitoring service must be broken down into the following:
Labor Wage Rate which includes Fringe Benefits
General & Administrative Expenses
Overhead & Profit
Employee Reimbursements (e.g., payment for fuel, mileage, lodging, tool and uniform allowances, meals, etc.)
Pricing for the type of sampling service offered such as laboratory analysis, environmental equipment fees, shipping, etc.

Note: This is important information should the Government be required to conduct a wage rate adjustment later upon exercise of any option.

Failure to provide this breakdown may be grounds for rejection of the offer.

Addendum to FAR 52.212-1(b)(8):
The Offeror must complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov.

If the Offeror has not completed the annual representations and certifications electronically, the Offeror must complete only paragraphs (c) through (v)) of this provision.

Submit completed FAR_Reps&Certs-ConfirmationStatement.docx

(End of Addendum to 52.212-1)
FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Mar 2023)
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 must 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 period is specified in an addendum to the solicitation.
Product samples. When required by the solicitation, product samples must be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples must 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 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.
Unique entity identifier .(Applies to all offers that exceed the micro-purchase threshold and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror must enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier " followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also must enter its Electronic Funds Transfer (EFT) indicator , if applicable. The EFT indicator is a four-character suffix to the unique entity identifier . The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier , it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier .
[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.
(End of Provision)
FAR 52.212-2, Evaluation Commercial Products and Commercial Services  (Nov 2021)

(a) 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, price and other factors considered. The following factors listed in descending order of importance will be used to evaluate offers:
Qualifications and certifications
Price for services
Speed of Delivery of reports
Warranty terms of service

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)

FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Nov 2021)
Note: Offerors must complete annual representations and certifications online in the System for Award Management (SAM) in accordance with FAR 52.212-3. If paragraph (b)(2) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:

FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022)

Addendum to FAR 52.212-4 Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below):

FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR)

FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug
2020)
FAR 52.204-25Â Prohibition on Contracting for Certain Telecommunications and
Video Surveillance Services or Equipment (Nov 2021)
FAR 52.237-3 Continuity of Services (Jan 1991)

FAR 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 because 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 must not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 365 days after award.
(End of clause)

VAAR 852.201-70Â Contracting Officer s Representatives. (Dec 2022)
The Contracting Officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation letter shall be furnished to the Contractor.
(End of clause)

VAAR 852.203-70Â Commercial Advertising (May 2018)
The Contractor shall not refer in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services.
(End of clause)

VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2018)
(a)  Definitions. As used in this clause-
(1)  Contract financing payment has the meaning given in FAR 32.001.
(2)  Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment.
(3)  Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4)  Invoice payment has the meaning given in FAR 32.001; and
(5)  Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.
(b)  Electronic payment requests. Except as provided in paragraph (e) of this clause, the Contractor shall submit payment requests in electronic form. Purchases paid with a government-wide commercial purchase card are an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c)  Data transmission. A Contractor must ensure that the data transmission method and format are through one of the following:
(1)Â VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract.
(2)Â Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI)
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e)  Exceptions. If, based on one of the circumstances below, the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for
(1)Â Awards made to foreign vendors for work performed outside the United States.
(2)Â Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information.
(3)Â Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies.
(4)Â Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5)Â Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of clause)

VAAR 852.237-75 Key Personnel (Oct 2019)
The key personnel specified in this contract are essential to work performance. At least 30 days prior to the Contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement s skills, experience, and credentials meet or exceed the requirements of the contract. If the employee of the Contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties.
(End of clause)

VAAR 852.242-71 Administrative Contracting Officer (OCT 2020)
The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor.
(End of clause)

(End of Addendum to 52.212-4)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Mar 2023)

The following subparagraphs of FAR 52.212-5 are applicable:
(b) (8) 52.209-6, Protecting the Government s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021)
(10) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)
(14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOVÂ 2020) (15 U.S.C. 644).
(22)(i) 52.219-28, Post Award Small Business Program Re-representation (MAR 2023) (15 U.S.C 632(a)(2))
(27) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(35)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
(44)Â 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)
(51) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).
(60) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).
(c) Â (1)Â 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
(2)Â 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
Employee Class
Monetary Wage-Fringe Benefits
Environmental Technician
$25.02 - $4.80
(3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY 2014) (29U.S.C.206 and 41 U.S.C. chapter 67).
(7)Â 52.222-55, Minimum Wages Under Executive Order 13658 (JAN 2022).
(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706).
(End of Clause)
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 05, 2023 03:46 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

May 15, 2023[Combined Synopsis/Solicitation (Updated)] B502--Solicitation - 3rd Party Monitoring LBP Abatement - Bldg's. 15, 45, 46, 47
May 16, 2023[Combined Synopsis/Solicitation (Updated)] B502--Solicitation - 3rd Party Monitoring LBP Abatement - Bldg's. 15, 45, 46, 47
May 17, 2023[Combined Synopsis/Solicitation (Updated)] B502--Solicitation - 3rd Party Monitoring LBP Abatement - Bldg's. 15, 45, 46, 47
May 22, 2023[Combined Synopsis/Solicitation (Updated)] B502--Solicitation - 3rd Party Monitoring LBP Abatement - Bldg's. 15, 45, 46, 47
May 24, 2023[Combined Synopsis/Solicitation (Updated)] B502--Solicitation - 3rd Party Monitoring LBP Abatement - Bldg's. 15, 45, 46, 47

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.

Start Free Trial Today >