INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO …

?TC "PART I - THE SCHEDULE" \l 1TC "SECTION A - SOLICITATION/CONTRACT FORM" \l 1TC "SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair)" \l 2

1. SOLICITATION NUMBER2. TYPE OF SOLICITATION3. DATE ISSUEDPAGE OF PAGES4. CONTRACT NUMBER5. REQUISITION/PURCHASE REQUEST NUMBER6. PROJECT NUMBER7. ISSUED BYCODE8. ADDRESS OFFER TOa. NAMEb. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS)10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date)12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.)12b. CALENDAR DAYS13. ADDITIONAL SOLICITATION REQUIREMENTS:STANDARD FORM 1442 (REV. 8/2014)STANDARD FORM 1442Prescribed by GSA-FAR (48 CFR) 52.236-1(d)SOLICITATION, OFFER,AND AWARD(Construction, Alteration, or Repair)SOLICITATIONSOLICITATIONIMPORTANT - The "offer" section on the reverse must be fully completed by offeror.9. FOR INFORMATION CALL:NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".SEALED BID (IFB)NEGOTIATED (RFP)11. The Contractor shall begin performance within ____________ calendar days and complete it within ____________ calendar days after receivingaward,notice to proceed. This performance period ismandatorynegotiable. (See _____________________________).YESNOa.Sealed offers in original and ___________________copies to perform the work required are due at the place specified in Item 8 by _____________(hour) local time _____________________ (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealedenvelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, the date and time offers are due.b.An offer guarantee is,is not required.c.All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. .d.Offers providing less than _______________________ calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.VA134VA101V-17-Q-047310-12-2017None00101Department of Veterans AffairsVeterans Benefits AdministrationOffice of Acquisition1800 G. Street N.W.Washington DC 20006Department of Veterans AffairsVeterans Benefits Administration Jeff Reed215 906 5468 This "RFQ" is 100% set aside for Veteran Owned Small Businesses (VOSBs).See Instructions to Offerors for VOSB requirements. The applicable NAICS code is 236118 (Residential Remodelers). The small business size standard is $36.5 Million. Payment protection is required. Davis Beacon wage rates are applicable.The estimated value of this construction requirement is between $25,000.00 and $100,000.00.The contractor shall provide all labor, tools, equipment, materials, and supervision to perform the work indicated inthe attached Performance Work Statement (PWS). A site visit is scheduled for October 18, 2017 at 1:00PM. You MUST RSVP to get the address of the site visit by emailingthe Contracting Officer at jeffrey.reed@ before Oct 16th, 2017 at 3:00PM EST. If no RSVPs are received by the COthe site visit and solicitation may be canceled. ******************************************IMPORTANT INVOICING INSTRUCTIONS**********************************************The VBA does not have the ability to use the Tungsten network per clause 852.232-72 ELECTRONIC SUBMISSION OF PAYMENTREQUESTS. Therefore, any and all invoices for this contract must be emailed to leslie.arje@ ANDjeffrey.reed@. Invoices not submitted via email will NOT be paid. ********************************************************************************************************************** 1030XX52.211-10X53:00 PM11-13-2017X60 14. NAME AND ADDRESS OF OFFEROR15. TELEPHONE NUMBER16. REMITTANCE ADDRESSCODEFACILITY CODE17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of the solicitation, if this offer isaccepted by the Government in writing within __________ calendar days after the date offers are due.AMOUNTS18. The offeror agrees to furnish any required performance and payment bonds.19. ACKNOWLEDGMENT OF AMENDMENTSAMENDMENTNUMBERDATE.20a. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER20b. SIGNATURE20c. OFFER DATE21. ITEMS ACCEPTED:22. AMOUNT23. ACCOUNTING AND APPROPRIATION DATA24. SUBMIT INVOICES TO ADDRESS SHOWN INITEM25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO10 U.S.C. 2304(c)( ) 41 U.S.C. 3304(a) ( ) 26. ADMINISTERED BY27. PAYMENT WILL BE MADE BYPHONE:FAX:28. NEGOTIATED AGREEMENT29. AWARDYourContractor agreesoffer on this solicitation is hereby accepted as to the items listed. Thisto furnish and deliver all items or perform all work requirements identifiedaward consummates the contract, which consists of (a) the Governmenton this form and any continuation sheets for the consideration stated insolicitation and your offer, and (b) this contract award. No further cont-this contract. The rights and obligations of the parties to this contractractual document is necessary.shall be governed by (a) this contract award, (b) the solicitation, and (c)the clauses, representations, certifications, and specifications incorporatedby reference in or attached to this contract.30a. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED31a. NAME OF CONTRACTING OFFICERTO SIGN30b. SIGNATURE30c. DATE31b. UNITED STATES OF AMERICA31c. AWARD DATEBYOFFERAWARDSTANDARD FORM 1442 (REV. 8/2014) BACK (Include ZIP Code)(Include area code)(Include only if different than Item 14.)(Insert any number equal to or greater thanthe minimum requirement stated in Item 13d. Failure to insert any number means the offeror accepts the minimum in Item 13d.)(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)(Type or print)(4 copies unless otherwise specified)(Type or print)(Type or print)(Contractor is required to sign thisdocument and return _______ copies to issuing office.)(Contractor is not required to sign this document.)(Must be fully completed by offeror)(To be completed by Government)CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE 00101Department of Veterans AffairsVeterans Benefits AdministrationOffice of Acquisition1800 G. Street N.W.Washington DC 20006All invoices must be emailed to:jeffrey.reed@ANDleslie.arje@ Jeffrey ReedVBA16L2-3764 Table of Contents TOC \o "1-4" \f \h \z \u \x HYPERLINK \l "_Toc256000000" PART I - THE SCHEDULE PAGEREF _Toc256000000 \h 1 HYPERLINK \l "_Toc256000001" SECTION A - SOLICITATION/CONTRACT FORM PAGEREF _Toc256000001 \h 1 HYPERLINK \l "_Toc256000002" SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) PAGEREF _Toc256000002 \h 1 HYPERLINK \l "_Toc256000003" INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS PAGEREF _Toc256000003 \h 5 HYPERLINK \l "_Toc256000004" IL CONSTRUCTION PERFORMANCE WORK STATEMENT BATHROOM MODIFICATION TO ACCOMMODATE VETERAN PAGEREF _Toc256000004 \h 8 HYPERLINK \l "_Toc256000005" GENERAL REQUIREMENTS. PAGEREF _Toc256000005 \h 12 HYPERLINK \l "_Toc256000006" APPLICABLE REGULATIONS, CODES, MANUALS, ETC. PAGEREF _Toc256000006 \h 15 HYPERLINK \l "_Toc256000007" CANCELLATION OF SERVICES: PAGEREF _Toc256000007 \h 15 HYPERLINK \l "_Toc256000008" INSURANCE PAGEREF _Toc256000008 \h 15 HYPERLINK \l "_Toc256000009" 2.1 52.222-5 CONSTRUCTION WAGE RATE REQUIREMENTS—SECONDARY SITE OF THE WORK (MAY 2014) PAGEREF _Toc256000009 \h 16 HYPERLINK \l "_Toc256000010" 2.2 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) PAGEREF _Toc256000010 \h 16 HYPERLINK \l "_Toc256000011" 2.3 52.225-10 NOTICE OF BUY AMERICAN REQUIREMENT—CONSTRUCTION MATERIALS (MAY 2014) PAGEREF _Toc256000011 \h 17 HYPERLINK \l "_Toc256000012" 2.4 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) PAGEREF _Toc256000012 \h 18 HYPERLINK \l "_Toc256000013" 2.5 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc256000013 \h 19 HYPERLINK \l "_Toc256000014" 2.6 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) PAGEREF _Toc256000014 \h 19 HYPERLINK \l "_Toc256000015" REPRESENTATIONS AND CERTIFICATIONS PAGEREF _Toc256000015 \h 20 HYPERLINK \l "_Toc256000016" 3.1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) PAGEREF _Toc256000016 \h 20 HYPERLINK \l "_Toc256000017" 3.2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2017) PAGEREF _Toc256000017 \h 20 HYPERLINK \l "_Toc256000018" 3.3 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) PAGEREF _Toc256000018 \h 24 HYPERLINK \l "_Toc256000019" GENERAL CONDITIONS PAGEREF _Toc256000019 \h 25 HYPERLINK \l "_Toc256000020" 4.1 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) PAGEREF _Toc256000020 \h 25 HYPERLINK \l "_Toc256000021" 4.2 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) PAGEREF _Toc256000021 \h 25 HYPERLINK \l "_Toc256000022" 4.3 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) PAGEREF _Toc256000022 \h 25 HYPERLINK \l "_Toc256000023" 4.4 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) PAGEREF _Toc256000023 \h 26 HYPERLINK \l "_Toc256000024" 4.5 52.225-9 BUY AMERICAN—CONSTRUCTION MATERIALS (MAY 2014) PAGEREF _Toc256000024 \h 27 HYPERLINK \l "_Toc256000025" 4.6 52.228-13 ALTERNATIVE PAYMENT PROTECTIONS (JULY 2000) PAGEREF _Toc256000025 \h 30 HYPERLINK \l "_Toc256000026" 4.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc256000026 \h 30 HYPERLINK \l "_Toc256000027" 4.8 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) PAGEREF _Toc256000027 \h 31 HYPERLINK \l "_Toc256000028" 4.9 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc256000028 \h 32INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORSThe Government anticipates award of a firm fixed price contract resulting from this solicitation.Bidding materials are available in electronic format only and are available to prime contractors that meet the SBA size standards for a small business under NAICS code 236118. Prime contractors may share bidding materials with subcontractors and suppliers as necessary. However, all questions shall be submitted through/by the prime contractors on behalf of their subcontractors and suppliers.Bonding: A Payment bond is required.Davis Bacon Wage Rates Apply: See attached Wage Rate DecisionSystem for Award Management: Quoter must be currently registered in SAM (System for Award Management) or expect to be registered at time of Contract Award, which may occur immediately after the solicitation close date.Veteran Owned Small Business (VOSB) Set Aside: This solicitation is set-aside exclusively for VOSB concerns. To be considered for award prospective Quoters must be a verified VOSB concern in the VA Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) pages at the date and time set for receipt of offers. A Quoter who is not a verified VOSB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive, and will not be considered for award.Period for acceptance of quotes: The Quoter agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation.Oral Statements: No oral statements made by the Veteran, VA employees other than the Contracting Officer, or other interested parties will take precedence over the written terms and conditions of the solicitation or resultant contract. Prebid Conference and Site Visit: October 18, 2017 @ 1:00 PM Eastern Standard Time. Email HYPERLINK "mailto:jeffrey.reed@" jeffrey.reed@ requesting attendance and address. Questions Regarding the Solicitation and Project: All questions shall be submitted in writing to Jeff Reed, contracting officer, via e-mail only at HYPERLINK "mailto:jeffrey.reed@" jeffrey.reed@. Questions will be accepted up to 10:00am. (EST) on October 27, 2017. The Government will not answer any questions submitted after this date and time. Furthermore, all questions shall be submitted by the prime contractor(s) on behalf of their subcontractor(s) and supplier(s) to the contracting officer in word format only. Due Date for Quotes: Quotes are to be submitted electronically only to HYPERLINK "mailto:jeffrey.reed@" jeffrey.reed@ no later than 3:00 P.M. (EST) on November 8, 2017. Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. Quotes received after the designated time may not be considered if the Contracting Officer has begun the evaluation process. Please Note: Only 5MB documents are allowed. If you have files larger, you will need to break them into smaller files and label them accordingly. 1 of 3, 2 of 3 and 3 of 3, please add this into the subject line of the email along with the project name.*****WHAT YOU MUST SUBMIT*****:Contractor Quotes shall contain the following items;1)SF 1442, Solicitation, Offer, and Award (Construction, Alteration, or Repair), completed and signed. Signature shall be from an authorized company representative who has authority to bind the company/corporation. You shall include a contact Name, Direct Number, Valid Email Address and Title of the authorized company representative. Include company DUNS number & the company TAX-ID number.2)Completed Price Schedule.3)Response to non-price evaluation factors.a) Contractor Approach & Project Schedule (limit to 3 pages)b) Three relevant projects of similar scopec) Past Performance Questionnaire4)SF30, acknowledgment of all Amendments, if issued.5)Include a copy of your VOSB registration status with the Center for Verification and Evaluation (CVE). 6)Include Solicitation #VA101V-17-Q-0473 on all correspondences.EVALUATION FOR CONTRACT AWARD:This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection methodology. This is a competitive LPTA best value source selection in which best value is expected to be achieved from evaluating technical acceptability. By submission of its offer, the Quoter accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable Quoters, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Quoters must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale.The Government intends to select ONE contractor for award of this effort. Quoters are cautioned to follow the detailed instructions fully and carefully, as the Government reserves the right to make an award based on initial offers received, without discussions of such offers.For the purpose of award, the government shall evaluate offers based on the factors described below:FACTOR 1Technical Acceptability (Acceptable/Non-Acceptable) FACTOR 2Past Performance (Acceptable/Non-Acceptable) FACTOR 3Cost/PriceFactor 1 - Technical Acceptability:Each Quoter’s technical proposal will be evaluated to determine if the Quoter provides a sound, compliant approach that meets the requirements of the Performance Work Statement (PWS) and demonstrates a thorough knowledge and understanding of those requirements.The ability of the Quoter’s plan to deliver a quality product and effectively manage the construction team and coordinate all work throughout the project shall be evaluated by relevant technical abilities in the following area:Work Schedule/Methods;The Technical Evaluation subfactor will be evaluated according to Table 1 listed below:TABLE 1 – TECHNICAL ACCEPTABLE/UNACCEPTABLE RATINGSRATINGDEFINITIONAcceptableThe proposal clearly meets the minimum requirements of the solicitation.UnacceptableProposal does not clearly meet the minimum requirements of the solicitation.The Agency will use the following criteria in evaluating proposals:Work Schedule/Methods – The Quoter’s proposed construction schedule will be evaluated relative to overall coordination of the construction phase, to include ability to identify all required activities of the specific project, and the Quoter’s ability to schedule the activities in a logical sequence and within the time required in this solicitation.An evaluation rating of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical proposals evaluation. If a Quoter receives a technical rating of “Non-Acceptable” they will not be considered for award. Technical proposals shall be limited to no more than 3 pages using Microsoft Word format, 12pt New Times Roman font, double-spaced with 1 inch margins. Any format that reflects the information required for analysis by the factor is acceptable.Factor 2 –Past Performance:A potential awardee must have an “Acceptable” past performance record. Quoters should submit three past performance references by utilizing the attached past performance questionnaire. This should detail residential construction and work similar to that detailed in the PWS for projects of similar magnitude completed within the last three years. Past Performance will be considered on an Acceptable or Non-Acceptable basis. In the event no relevant past performance can be identified, a Neutral rating will be assigned.The Government may seek relevant performance information on all responsive and otherwise Technically Acceptable Quoters through sources such as CPARS or PPIRS or other government data bases and other sources that are available. The government shall not be limited in its search for performance data.Factor 3 - Price Evaluation.l. Technically acceptable offers with acceptable past performance shall be ranked according to price.Rejection of Unrealistic Offers:While the Government intends to utilize a lowest price technically acceptable methodology to achieve best value, the Contracting Officer must make a determination that the pricing is fair and reasonable for the project effort. The Contracting Officer will review pricing to ensure that offers are not unrealistic in terms of project requirements, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, or are unbalanced, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the project.Source Selection Decision:The government shall select the source based upon an evaluation of the Quoter’s technical acceptability, acceptable past performance and price. The Government shall choose the lowest realistically priced offer meeting non-price requirements.IL CONSTRUCTION PERFORMANCE WORK STATEMENT BATHROOM MODIFICATION TO ACCOMMODATE VETERANSPECIFIC REQUIREMENTS.Location of Work : The work will be performed in Hamburg, NY 14055Period of Performance: The period of performance is 30 calendar days from receipt of Notice to Proceed (NTP). This includes the submittal, payment bond, review process, ordering and receiving materials, working time, and project closeout.Work Hours: Work is to be performed from 8:00 am to 5:00 pm, Monday through Friday excluding Federal Holidays. Exceptions must be requested in writing and may only be approved by the Contracting Officer.SCOPE OF WORKThe Contractor shall provide all labor , tools, equipment, materials and supervision to perform the work indicated in this Performance Work Statement (PWS). The tasks provided under this contract consist of, but are not limited to the tasks listed. The Contractor shall provide all ancillary tasks and materials necessary to provide a complete, useable space.Background :Title 38 of the United States Code, (U.S.C.), Section 3120 , is the statutory authority for the Secretary of Veterans Affairs to provide programs of independent living services and assistance in various geographic regions of the United States. Under this authority, the Veterans Benefit Administration may enter into contracts to provide services, to include construction to primary residences when deemed medically necessary to maximize independence in daily living.Modification to renovate the bathroom and adjacent doorways to Bedroom and provide new accessible shower stall sink and toilet.All work according to Attached Construction Standards and Federal Guidelines for Renovation as well as all SAH requirements for accessibility.Modifications to existing second story bathroom approximately 12'-8" x 7'-8". Submit samples of all material to Owner for review and approval before ordering and installing. Contractor to provide all labor; fixtures, equipment and material; miscellaneous material; permits as required; and insurance required to provide a complete project. All work shall be subject to inspection by the local code official or representatives of the funder and the Owner as required.Contractor is responsible to ensure that all mechanics and laborers are employees of insured companies who have commercial insurance and workman's compensation. Contractors shall provide insurance policy providing additional names insured , naming the Owner, the Veterans Affairs Administration (VA - funder) and the Construction Monitor designated by the VA and Owner to provide project oversight. All wages and salaries, wages and benefits paid by the Contractor and his Subcontractors of any tier to all employees shall be according to NYS Prevailing Wage.All demolition and construction work will be coordinated with the Owner. The Contractor shall provide all dust curtains, floor and wall protection required to complete a satisfactory job in the opinion of the Construction Monitor and the Owner. Contractor to remove debris and tools on a daily basis and coordinate all on site storage with the owner.Remove the existing vanities and wall cabinets to prepare for floor/subfloor replacement. The vanities will not be re-used.Existing interior wall at the head of the shower will need to be moved to prepare for installation of new shower stall. Move the wall and relocate plumbing to accommodate the new shower stall (approximately 63" x 31.5" x 81")Remove and replace approximately 96 SF of plywood underlayment to match existing width (existing underlayment is approximately 5/8" - %" thick).Remove and replace existing tub and ceramic tile surround with fiberglass shower unit. Contractor to reframe stall area as required. Provide new fiberglass shower system with one piece shower pan and four coordinated end and side panels (see attached selection model # 5LES6331 E1B). Install dry pack mortar under shower pan during final setting as required. Provide all new drain, vent, trims, faucets, thermostatic valves, showerhead, flexible personal showerhead and new sliding shower door (see attached selection : Hampton T215.730) Provide all new rough distribution and waste piping as required for a complete installation of new shower system. Owner to approve color before purchase.Remove, reframe and provide (1) new wood door units to match existing including all frames and door trim at the entrance to the bathroom from the main hallway. New door, frame and trim to be stained to match existing color and provide either cylinder knob door hardware or lever door hardware to match the existing metal finish according to the Owners choice. New door unit shall be 2'-10" x 6'-8".At the existing entrance to the bedroom from the bathroom, provide a finished opening, sheetrock on all sides that is no less than 2'-10" x 6'-8".Provide all new thresholds and transitions between floor finish elevations not greater/2 than ?”.Remove existing piping to the sink and toilet and cap to prepare to move the toilet and sink to the opposite wall in the bathroom (see drawing) .Reconfigure and provide a new waste line to match existing pipe size at new sink and new toilet location (see drawing).Provide new hot and cold water distribution piping as required to match existing at new sink and new toilet location, complete.The ceiling in the first floor living and dining room will be damaged during removal of the existing underlayment in the bathroom and relocation of plumbing fixtures. An allowance is included in this scope of work to replace all drywall that is damaged as a result of relocating 2nd floor bathroom plumbing fixtures. It is crucial this is coordinated with the owner and that proper protection of property is provided during construction.Provide an SAH compliant, handicap accessible wall mounted sink (see attached selection: Kohler, Pinoir White K-2035-1) Please see attached for samples of owners preference. Submit sink selection to owner for approval before purchasing.Provide a SAH compliant, handicap accessible deck mounted gooseneck or flexible spout and faucet fixture (see attached selection: Kohler: Fluent 7186.101) with two handles for vanity sink; submit faucet selection to Owner.Provide approximately 72 SF of new vinyl floor covering in the bathroom, complete. Contractor to submit samples to owner for approval, before purchasing.Remove and replace existing drywall and framing as required for installation of door units, vanity units and to make new plumbing and electrical connections. Install new framing, wood blocking and drywall leveled with existing and adjacent finishes. All joints and seams between new and existing drywall shall be made on solid wood blocking or furring to insure level finish.One exterior wall will be insulated R-21 and attic insulated R-49 after removal of existing drywall. Install continuous vapor barrier per code on warm side of wall before installation of new wallboard.Provide solid wood grounds or framing for installation of new handicap grab bars in shower stall (min. 3 various lengths) and toilet (min. 2 various lengths) and under window on outside wall (min. 1 length). All grab bar anchors shall be stainless steel with a penetration into solid wood not less than three inches and installed complete. Finish to be approved by owner.Replace drywall in wet areas of shower surround with two layers of 5/8" thick USG Purple Board or equivalent.Replace drywall behind new sink with one layer of 5/8" thick USG Purple Board or Equivalent.Provide new switches and outlets in the Hallway, Bedroom and Bathroom for continuity of power plan as specified (see drawing). All electrical splice boxes shall have exposed faceplate or splices shall be made in new switch or outlet boxes. All circuits, receptacles and lights in bathroom shall be grounded and GFIC.Provide and install (1) new recessed mounted light fixture complete above the new shower stall.Provide and install a new junction box and rough wiring for addition of a new wall mounted Vanity Light. Contractor to show samples to owner and obtain a selection before purchasing.Provide new recessed combination ceiling mounted exhaust fan/light fixture in the bathroom and run new exhaust duct in attic. Provide new aluminum metal vent cap with insect screen on soffit of roof overhang.Relocate existing floor mounted forced air grill at door between Bedroom and Bathroom out of the new doorway.All cold water and hot water piping that is exposed shall be insulated with R3 or better black neoprene insulation. All piping to new shower stall shall be not less than ?” diameter piping/pex from cold water main and hot water heater in basement to second floor shower stall. All branches to the toilet or to the lavatory sink shall not be less than 3/8" dia. piping. All domestic water supply shall be provided with stainless steel ball valves in an accessible location in the basement and all plumbing fixtures shall be provided with brass chrome plated shut off valves.All lavatory faucets and shower faucets shall be from the same manufacturer and same style. All faucet sets shall have temperature limiting mixing valves at 120 degrees. Owner shall select polished chrome, satin chrome, brushed stainless steel or bronze finish.Contractor to provide and install a new elongated, one-piece comfort height toilet, complete (see attached selection: Kohler Cimarron White K-3828). Contractor to provide submittals of new toilet to owner before purchasing. Refer to drawing for approximate location. All clearances to comply with SAH.Contractor to submit samples of paint color to owner for selection, before purchasing. Contractor to provide (1) coat primer and (2) coats finish paint complete to all walls, ceilings and trim as required.Contractor to provide all new trim as required at the window, and new base molding at the floor perimeter in the bathroom. All trim and molding will be stained to match existing wood finish.Provide (1) new flush wall mounted medicine cabinet with mirror (see attached selection: Kohler 20" x 31" Medicine Cabinet K-99895) above the new sink.General Construction Activities: Alterations include, mechanical, electrical, HVAC, lighting and/or other ceiling work , restore and paint walls , provide and install additional power and telecommunication outlets and services as needed, flooring work and replacement of plumbing fixtures.Specific Construction Activities:Contractor shall conduct field survey and verify all areas. quantities and dimensions: Coordinate all prefabricated material such as prefabricated shower with manufactures data and final dimensions of bathroom.Submit samples of all material; doors and door hardware (use lever handles); convenience outlets, trim and light fixtures; plumbing fixtures and faucets; finishes and paint color to Owner for review and approval before ordering and installing.Contractor to provide all labor; fixtures, equipment and material; miscellaneous material; permits as required; and insurance required to provide a complete project. All work shall be subject to inspection by the local code official or representative of the funder and the Owner as required.Contractor is responsible to ensure that all mechanics and laborers are employees of insured companies who have commercial insurance and workman's compensation.Contractors shall provide insurance policy providing additional names insured , naming the Owner, the Veterans Affairs Administration (VA - funder) and the Construction Monitor designated by the VA and Owner to provide project oversight. All wages and salaries, wages and benefits paid by the Contractor and his Subcontractors of any tier to all employees shall be according to NYS Prevailing Wage.All demolition and construction work will be coordinated with through the Vocational Counselor assigned to the veteran for this project. Contractor shall provide necessary floor and wall protection and remove debris and tools on a daily basis so that the Bathroom can be used by the Owner during the construction.SUBMITTAL$The contractor shall provide all submittals directly to the Contracting Officer. All submittals shall be electronic where possible. Product submittals shall be sent to the Contracting Officer or Contracting Officer's Representative (If appointed one) as noted at HYPERLINK "mailto:jeffrey.reed@." jeffrey.reed@. No work shall begin onsite until all submittals are received and approved by the VA.Reserved:Contractor Approach: Contractor shall provide a brief narrative description of the contractor's plan for accomplishing the project. Narrative shall describe the contractor's plan for the project including methodologies and material descriptions for major elements of the work (framing, roofing, flooring, HVAC, electrical, plumbing, etc.). The approach should reflect sufficient detail to demonstrate the contractor's understanding of the project and their evaluation and mitigation of any potential risk areas. Contractor shall also provide sketches and/or shop drawings as necessary to communicate the contractor's planned approach.Project Schedule: None required provide weekly updates to Contract SpecialistProject directory: Submit a list identifying key participants including the Contractor's Project Manager, Superintendent, and primary subcontractors (If any). Directory shall include personnel title, address, telephone number, cell phone number, and email address.All Final finishes are to be approved by the owner before purchasing.RESERVED:Waste Management: dispose or recycle demolition materials. Recycle and/or salvage at least 50% of construction and demolition materials. Calculations can be done by weight or volume, but must be consistent throughout the project. NOTE: Contractor shall not use the Veteran's building waste removal system for any debris associated with the project.Project Close Out Submittals: Final payment will not be made until all close out submittals are complete.A Release of Claims (ROC) must be completed by the prime contractor and all first tier subcontractors (if applicable). Submit one electronic copy of each release to the Contracting Officer. The Government will withhold a minimum of 10% of the contract amount until all releases are completed. The prime contractor may list the outstanding contract balance on the release. Subcontractors may have no claims listed.One year warranty letter covering contractor's materials and workmanship for the entire project. Contractor shall provide VA with all manufacturer or labor warranties that cover periods exceeding the 1-year warranty period, one (1) electronic and one (1) paper copy of each warranty.Operation and Maintenance (O&M) Manuals. The Contractor shall provide one electronic and one paper copy of O&M manuals within five days of project completion.Copy of all permits/permissions obtained for the work as mandated by local/state agencies. Contractor shall provide one electronic and one paper copy of all permits/permissions.GENERAL REQUIREMENTS.Security - The contractor shall ensure that all personnel (including subcontractors) assigned to perform work associated with the tasks described in this PWS have been screened through standard employment background checks. The contractor shall provide proof of these screenings upon request by the Contracting Officer. All contractor personnel shall have a picture ID.Photography: Any photos taken by the contractor of the Veteran's home shall not include the Veteran or any occupants of the home. Photographs shall not include any information that could be considered Personally Identifiable Information (Pll) including license plates, addresses, names, telephone numbers or other information that might identify the Veteran or any occupants of the home. Contractor shall treat photographs related to this project as sensitive information. All photos shall be destroyed at the end of the project and a memo confirming this shall be required prior to final payment. If the security photos are compromised in any way, the contractor is required to notify the VA immediately.Building Access: Contain activities to affected spaces within the house. Contractor personnel shall not access portions of the Veteran's home not directly involved or necessary to the work at hand.Disruptions. Minimize disruptions to home occupants to the maximum extent practicable. This includes no loud radios playing, courteous language and professional demeanor, and appropriately ventilating space for noxious odors.Daily Cleanup. Contractor personnel shall clean the area and remove dirt and debris from worksite, at a minimum, at the end of each work period. The Contractor shall provide waste removal for all construction debris.Parking: Contractor shall coordinate parking through the assigned VRC who will coordinate with the veteran for parking near or on site; OR Limited on street parking is available for the contractor. Contractor shall carpool to ensure minimum disruption to neighborhood.Deliveries: Deliveries made to the work site must be received by contractor personnel.Storage and Staging of Materials: If storage and staging is required, it must be coordinated through the VRC.Paint: All paint repairs shall match existing wall finishes in color, sheen and texture. There shall be no sags, orange peels, or blemishes on repaired or new painted surfaces. There shall be suitable break lines in keeping with a professional application. Provide proper protection of adjacent materials to prevent unwanted paint on non-painted items. Contractor shall be responsible to remove paint spatters on non-painted items. 4.10 Low Pollutant Emitting Materials: The following shall be low-emitting materials for this project: adhesives, sealants, cleaners, paints, stains, coatings, composite wood products, and furnishings.RESERVEDEnergy Efficient Products and Equipment: All materials, products, and equipment being installed which fall into a category covered by the ENERGY STAR? program must be ENERGY STAR? labeled. All materials, products, and equipment being installed which fall into a category covered by the Federal Energy Management Program (FEMP) designated energy efficient products program must be FEMP designated . All electronic products and equipment being installed which fall into a category covered by the EPEAT? program must be EPEAT? registered.Water Efficient Products and Equipment Requirements: All products and equipment being installed must be water-efficient, when available. All materials, products, and equipment being installed which fall into a category covered by the U.S. Environmental Protection Agency's (EPA) WasterSense? program must be WaterSense? labeled or meet or exceed WaterSense? program performance requirements.Minimize Toxic and Hazardous Materials: Minimize use and release of toxic and hazardous chemicals and materials, including toxic chemicals, hazardous substances, ozone-depleting substances, and other pollutants that my results in significant harm to human health or the environment.Recycled Content: Any products being installed or used that are listed on EPA's designated list must meet or exceed EPA's recycled content recommendations when the products meet VA's performance requirements are available at a reasonable cost.Utilities. Usual water and electric service will be provided to the Contractor at no cost. Contractor shall take all necessary steps to ensure that energy and water conservation policies and practices are in use. Contractor shall be responsible for excessive use of utilities and shall reimburse the Veteran for any excessive use e.g. water left on, broken pipes, etc.Protection of Existing: The Contractor shall provide all engineering controls to protect all areas being worked on from migration of dirt, dust, over spray and over brushing, and shall return all areas (including existing HVAC ductwork) to the original condition. TheContractor shall provide all labor and equipment necessary for the protection of personnel, furnishings, equipment, or building structure from damage. The Contractor shall replace or repair to the original condition any items damaged due to work performed under this contract, at no additional cost to the Government.Demolition Salvage.Removed items not indicated to be reused or retained by the Government become the property of the Contractor and shall be removed from the site.Salvage value, if any, of removed items shall be reflected in the bid.The Government is not responsible for any loss or damage to materials, supplies, tools, or equipment on the site, including materials in which salvage value may have been reflected in bid.Storage or sale of excess salvable material on the site is prohibited. Meetings:Pre-Construction Meeting: VA will host a meeting to review contractual, technical issues, objectives of the project, and communication protocols. This meeting will include discussions of schedules, submittal dates, and establish all further points of contact prior to commencement of work .This meeting will be scheduled within ten working days from the award date of the contract.Progress Meetings: The Contractor shall provide weekly status by COB on Wednesday to jeffrey.reed@. Briefly discuss progress, exchange information and resolve emergent technical problems and issues. The Contractor shall keep VA informed, of any onsite discussions and/or emails of progress and potential problems concerning the project. The Contractor is required to keep an open dialog with the Contracting Officer and the VRC, particularly in areas relating to schedule slippage or any potential conflicts regarding project standards. The Contractor is required to bring such matters to the attention of the Contracting Officer as soon as he/she is aware of the issues.Close Out Requirements: All items under this paragraph must be completed prior to submitting the final invoice for payment.Final Cleaning: Clean each surface or unit to the condition expected in a normal, commercial cleaning and maintenance program. Comply with manufacturer's instructions.Construction Debris. Contractor Tools, Equipment, and Materials: All debris, tools, equipment, and materials shall be removed from the jobsite.Punch list: Contractor shall submit punch list to CM at least five business days prior to scheduled completion of project. Upon receipt of the punch list, VA will inspect the jobsite. Based on the Contractor's punch list and VA's inspection, VA will provide the Contractor with any additions or comments within two business days.100% Completion of all punch list items.Submission of all required closeout submittals as referenced in Section 3.3 of this PWS.APPLICABLE REGULATIONS, CODES, MANUALS, ETC.The contractor is solely responsible for obtaining all required permits and permissions from the local and/or state agencies as required by local codes/regulations. Any required drawings, plans, specifications, or paperwork required by the local codes/regulations shall be the responsibility of the contractor. The contractor shall perform the work in accordance with the following (use Current Versions):VA Pamphlet 26-13 SAH RequirementsUniform Mechanical Code, Current Version.National Electrical Code, NFPA 70, Current Versions.National Fire Protection Association 101 (NFPA) Life Safety Code, 1991, Current Version.The Town of Hamburg, NY; Erie County; Building Codes, Regulations and RequirementsOccupational Health and Safety Administration (OSHA) Part 1926CANCELLATION OF SERVICES:The Government reserves the right to cancel whole or in part services or the entire task order. Cancellation will be communicated and executed by issuance of a supplemental agreement/modification to the Task Order in accordance with the terms and conditions contained therein.INSURANCERequired Insurance: The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contractWorkers' compensation and employer 's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100 ,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.)General liability.The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.Property damage liability insurance shall be required only in special circumstances as determined by the agency.HOLIDAYSNew Year's Day, Birthday Martin Luther King Jr., Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, & Christmas Day.2.1 52.222-5 CONSTRUCTION WAGE RATE REQUIREMENTS—SECONDARY SITE OF THE WORK (MAY 2014) (a)(1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Construction Wage Rate Requirements, of this solicitation. (2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror shall request a determination from the Contracting Officer. (b)(1) If the wage determination provided by the Government for work at the primary site of the work is not applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting Officer. (2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination for a secondary site of the work.(End of Provision)2.2 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:Goals for minority participation for each tradeGoals for female participation for each trade6.3 %6.9 % These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction," and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed. (d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the— (1) Name, address, and telephone number of the subcontractor; (2) Employer's identification number of the subcontractor; (3) Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed. (e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" isHamburg, NY: Erie County(End of Provision)2.3 52.225-10 NOTICE OF BUY AMERICAN REQUIREMENT—CONSTRUCTION MATERIALS (MAY 2014) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "construction material," "domestic construction material," and "foreign construction material," as used in this provision, are defined in the clause of this solicitation entitled "Buy American—Construction Materials" (Federal Acquisition Regulation (FAR) clause 52.225-9). (b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American statute should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American statute before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer. (c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American statute, based on claimed unreasonable cost of domestic construction material, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9. (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. (d) Alternate offers. (1) When an offer includes foreign solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material. (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested— (i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or (ii) May be accepted if revised during negotiations.(End of Provision)2.4 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Name: Jeff Reed Address: jeffrey.reed@ Telephone: 215 906 5468(End of Provision)2.5 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (End of Provision)FAR NumberTitleDate52.204-7SYSTEM FOR AWARD MANAGEMENTOCT 201652.204-16COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTINGJUL 201652.204-22ALTERNATIVE LINE ITEM PROPOSALJAN 201752.214-34SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGEAPR 199152.214-35SUBMISSION OF OFFERS IN U.S. CURRENCYAPR 199152.222-33NOTICE OF REQUIREMENT FOR PROJECT LABOR AGREEMENTMAY 201052.228-1BID GUARANTEESEP 19962.6 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 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 shall be furnished to the contractor.(End of Provision)REPRESENTATIONS AND CERTIFICATIONS3.1 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION) (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.(End of Provision)3.2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2017) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 236118. (2) The small business size standard is $36.5 Million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless— (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation. This provision applies to all solicitations. (iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that— (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (vi) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation. (vii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (viii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. (ix) 52.214-14, Place of Performance—Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (x) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (xi) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (xii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xiii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xiv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xvi) 52.222-57, Representation Regarding Compliance with Labor Laws (Executive Order 13673). This provision applies to solicitations expected to exceed $50 million which are issued from October 25, 2016 through April 24, 2017, and solicitations expected to exceed $500,000, which are issued after April 24, 2017.Note to paragraph (c)(1)(xvi): By a court order issued on October 24, 2016, 52.222-57 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items. (xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation. This provision applies to solicitations that include the clause at 52.204-7.) (xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xxi) 52.225-4, Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies. (D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III applies. (xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan—Certification. This provision applies to all solicitations. (xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications. This provision applies to all solicitations. (xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions. (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following representations or certifications are applicable as indicated by the Contracting Officer: [X](i) 52.204-17, Ownership or Control of Offeror. [X](ii) 52.204-20, Predecessor of Offeror. [](iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. [](iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Certification. [](v) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Certification. [](vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). [](vii) 52.227-6, Royalty Information. [](A) Basic. [](B) Alternate I. [](viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through HYPERLINK "" . After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.FAR Clause #TitleDateChange Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.(End of Provision)3.3 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that— (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.(End of Provision)GENERAL CONDITIONS4.1 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause.(End of Clause)4.2 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.(End of Clause)4.3 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 30 days after receipt of award. The time stated for completion shall include final cleanup of the premises.(End of Clause)4.4 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (a) Definitions. As used in this clause— Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts— (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at HYPERLINK "" . (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 236118 assigned to contract number .[Contractor to sign and date and insert authorized signer's name and title].(End of Clause)4.5 52.225-9 BUY AMERICAN—CONSTRUCTION MATERIALS (MAY 2014) (a) Definitions. As used in this clause— "Commercially available off-the-shelf (COTS) item"— (1) Means any item of supply (including construction material) that is— (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. "Component" means any article, material, or supply incorporated directly into construction material. "Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material. "Cost of components" means— (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material. "Domestic construction material" means— (1) An unmanufactured construction material mined or produced in the United States; (2) A construction material manufactured in the United States, if— (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic; or (ii) The construction material is a COTS item. "Foreign construction material" means a construction material other than a domestic construction material. "United States" means the 50 States, the District of Columbia, and outlying areas. (b) Domestic preference. (1) This clause implements 41 U.S.C. chapter 83, Buy American, by providing a preference for domestic construction material. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for construction material that is a COTS item. (See FAR 12.505(a)(2)). The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause. (2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows:Lead Glass (3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that— (i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American statute is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent; (ii) The application of the restriction of the Buy American statute to a particular construction material would be impracticable or inconsistent with the public interest; or (iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. (c) Request for determination of inapplicability of the Buy American statute. (1)(i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including— (A) A description of the foreign and domestic construction materials; (B) Unit of measure; (C) Quantity; (D) Price; (E) Time of delivery or availability; (F) Location of the construction project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause. (iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued). (iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination. (2) If the Government determines after contract award that an exception to the Buy American statute applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(3)(i) of this clause. (3) Unless the Government determines that an exception to the Buy American statute applies, use of foreign construction material is noncompliant with the Buy American statute. (d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers:FOREIGN AND DOMESTIC CONSTRUCTION MATERIALS PRICE COMPARISONConstruction Material DescriptionUnit of MeasureQuantityPrice (Dollars)*Item 1:Foreign Construction MaterialDomestic Construction MaterialItem 2:Foreign Construction MaterialDomestic Construction Material[List name, address, telephone number, and contact for suppliers surveyed Attach copy of response; if oral, attach summary.][Include other applicable supporting information.][*Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued).](End of Clause)4.6 52.228-13 ALTERNATIVE PAYMENT PROTECTIONS (JULY 2000) (a) The Contractor shall submit one of the following payment protections:payment bond or an irrevocable letter of credit (b) The amount of the payment protection shall be 100 percent of the contract price. (c) The submission of the payment protection is required within 5 days of contract award. (d) The payment protection shall provide protection for the full contract performance period plus a one-year period. (e) Except for escrow agreements and payment bonds, which provide their own protection procedures, the Contracting Officer is authorized to access funds under the payment protection when it has been alleged in writing by a supplier of labor or material that a nonpayment has occurred, and to withhold such funds pending resolution by administrative or judicial proceedings or mutual agreement of the parties. (f) When a tripartite escrow agreement is used, the Contractor shall utilize only suppliers of labor and material that signed the escrow agreement.(End of Clause)4.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): (End of Clause)FAR NumberTitleDate52.204-13SYSTEM FOR AWARD MANAGEMENT MAINTENANCEOCT 201652.204-18COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCEJUL 201652.209-10PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONSNOV 201552.213-4TERMS AND CONDITIONS—SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS)JAN 201752.222-6CONSTRUCTION WAGE RATE REQUIREMENTSMAY 201452.222-7WITHHOLDING OF FUNDSMAY 201452.222-8PAYROLLS AND BASIC RECORDSMAY 201452.222-9APPRENTICES AND TRAINEESJUL 200552.222-10COMPLIANCE WITH COPELAND ACT REQUIREMENTSFEB 198852.222-11SUBCONTRACTS (LABOR STANDARDS)MAY 201452.222-12CONTRACT TERMINATION—DEBARMENTMAY 201452.222-13COMPLIANCE WITH CONSTRUCTION WAGE RATE REQUIREMENTS AND RELATED REGULATIONSMAY 201452.222-14DISPUTES CONCERNING LABOR STANDARDSFEB 198852.222-15CERTIFICATION OF ELIGIBILITYMAY 201452.222-27AFFIRMATIVE ACTION COMPLIANCE REQUIREMENTS FOR CONSTRUCTIONAPR 201552.222-34PROJECT LABOR AGREEMENTMAY 201052.222-62PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706JAN 201752.223-17AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTSMAY 200852.223-18ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVINGAUG 201152.227-4PATENT INDEMNITY—CONSTRUCTION CONTRACTSDEC 200752.228-2ADDITIONAL BOND SECURITYOCT 199752.228-11PLEDGES OF ASSETSJAN 201252.228-12PROSPECTIVE SUBCONTRACTOR REQUESTS FOR BONDSMAY 201452.232-5PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTSMAY 201452.232-23ASSIGNMENT OF CLAIMSMAY 201452.232-27PROMPT PAYMENT FOR CONSTRUCTION CONTRACTSJAN 201752.236-5MATERIAL AND WORKMANSHIPAPR 198452.236-7PERMITS AND RESPONSIBILITIESNOV 199152.236-26PRECONSTRUCTION CONFERENCEFEB 199552.242-14SUSPENSION OF WORKAPR 198452.243-4CHANGESJUN 200752.243-5CHANGES AND CHANGED CONDITIONSAPR 198452.246-12INSPECTION OF CONSTRUCTIONAUG 199652.246-21WARRANTY OF CONSTRUCTIONMAR 199452.249-10DEFAULT (FIXED-PRICE CONSTRUCTION)APR 19844.8 VAAR 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.[Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.](End of Provision)FAR NumberTitleDate852.203-70COMMERCIAL ADVERTISINGJAN 2008852.219-11VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDEJUL 2016852.228-70BOND PREMIUM ADJUSTMENTJAN 2008852.232-72ELECTRONIC SUBMISSION OF PAYMENT REQUESTSNOV 2012852.236-72PERFORMANCE OF WORK BY THE CONTRACTORJUL 2002852.236-74INSPECTION OF CONSTRUCTIONJUL 2002852.236-76CORRESPONDENCEAPR 1984852.236-77REFERENCE TO "STANDARDS"JUL 2002852.236-78GOVERNMENT SUPERVISIONAPR 1984852.236-79DAILY REPORT OF WORKERS AND MATERIALAPR 1984852.236-80SUBCONTRACTS AND WORK COORDINATIONAPR 1984852.236-82PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) ALTERNATE I (JUL 2002)APR 1984852.236-84SCHEDULE OF WORK PROGRESSNOV 1984852.236-85SUPPLEMENTARY LABOR STANDARDS PROVISIONSAPR 1984852.236-86WORKERS' COMPENSATIONJAN 2008852.236-88CONTRACT CHANGES--SUPPLEMENTJUL 2002852.236-89BUY AMERICAN ACTJAN 2008852.236-91SPECIAL NOTESJUL 2002852.246-74SPECIAL WARRANTIESJAN 20084.9 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.See attached document: S02 HAMBURG - Drawings.See attached document: S02 HAMBURG - DRAWINGS 2017.See attached document: S02 HAMBURG - DBA Wages Erie County Residential.See attached document: S02 HAMBURG - PAST PERFORMANCE SURVEY. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download