Veterans Affairs



PAGE 1 OF1. REQUISITION NO.2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE:% FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS ARATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TOCODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH ANDDATED ________________________________. YOUR OFFER ON SOLICITATIONDELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH AREADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 61589-13-2-1792-0046VA255-13-Q-075104-22-2013MURRAY, ERIC eric.murray@913-946-197805-10-20131200 CST00255Department of Veterans AffairsNetwork Contracting Office (NCO) 154101 S 4th Street TrafficwayLeavenworth, KS 66048X100XY334290750 Employees N/AXYDepartment of Veterans AffairsKansas City VAMC4801 Linwood BlvdKansas City, MO 64128-222600255Department of Veterans AffairsNetwork Contracting Office (NCO) 154101 S 4th Street TrafficwayLeavenworth KS 6604800255Department of Veterans AffairsFinancial Services Center, TX877-353-9791512-460-5429See CONTINUATION PageKansas City Nurse CallSEE SECTION B, PRICE/COST SCHEDULE FOR DETAILSSEE SECTION B, DELIVERY SCHEDULE FOR DETAILSService-Disabled Veteran Owned Businesses and Veteran OwnedBusinesses must be Registered & CVE Certified in Please review and complete the entire following packageAnd return electronically to the E-Mail Address providedIn Block 7A or FAX to 913-946-1998See CONTINUATION PageXXX1(ONE)SECTION AA.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSTable of Contents TOC \o &quot;1-4&quot; \f \h \z \u \x SECTION A PAGEREF _Toc354404934 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc354404935 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc354404936 \h 3B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc354404937 \h 3B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc354404938 \h 4B.3 Price/Cost Schedule PAGEREF _Toc354404939 \h 33Item Information PAGEREF _Toc354404940 \h 33B.4 Delivery Schedule PAGEREF _Toc354404941 \h 33SECTION C - CONTRACT CLAUSES PAGEREF _Toc354404942 \h 34C.1 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) PAGEREF _Toc354404943 \h 34C.2 52.247-35 F.O.B. DESTINATION, WITHIN CONSIGNEE'S PREMISES (APR 1984) PAGEREF _Toc354404944 \h 34C.3 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) PAGEREF _Toc354404945 \h 35C.4 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012) PAGEREF _Toc354404946 \h 35C.5 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc354404947 \h 35C.6 VAAR 852.211-70 SERVICE DATA MANUALS (NOV 1984) PAGEREF _Toc354404948 \h 35C.7 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) PAGEREF _Toc354404949 \h 37C.8 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) PAGEREF _Toc354404950 \h 37C.9 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) PAGEREF _Toc354404951 \h 38C.10 VAAR 852.246-70 GUARANTEE (JAN 2008) PAGEREF _Toc354404952 \h 39C.11 VAAR 852.246-71 INSPECTION (JAN 2008) PAGEREF _Toc354404953 \h 39C.12 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2013) PAGEREF _Toc354404954 \h 39SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc354404955 \h 45SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc354404956 \h 46E.1 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) PAGEREF _Toc354404957 \h 46E.2 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008) PAGEREF _Toc354404958 \h 46E.3 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) PAGEREF _Toc354404959 \h 47E.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (DEC 2012) PAGEREF _Toc354404960 \h 48SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR:Offeror DUNS #:Company Name and Address:Point of Contact:Phone Number:Email Address: b. GOVERNMENT: Contracting Officer 00255 Department of Veterans Affairs Network Contracting Office (NCO) 15 4101 S 4th Street Trafficway Leavenworth, KS 66048 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer -Other than Central Contractor Registration, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[UPON ACCEPTANCE OF ORDER] 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address:Department of Veterans AffairsFinancial Services Center, TX ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NODATEB.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes 52.219-6 Notice of Total 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.(End of Clause)Kansas City VAMC Nurse Call/Code Blue System Equipment SpecificationsGeneralProposal StandardsSystem Description – GeneralSystem Feature DescriptionEquipment Description: System InterfacesManagement ReportsDistribution Panel NetworkingTrainingConditionsEquipment CountGeneralThe Medical Center has several renovations forthcoming: a complete renovation of the 5th and 10th Floors and to completely renovate the east side of the 7th Floors in Building 1. This Nurse Call Project shall be coordinated in such a manner so that the new Nurse Call Equipment will be installed in harmony with the 5th, 7th, and 10th Floor renovation projects in cooperation with the project superintendant.The contractor will furnish all equipment, accessories and material in strict accordance with specifications and applicable drawings as required for an electronic intercommunications system. The system will meet or exceed required states’ health planning and development regulations, state fire marshal building codes, NFPA, and VA guidelines and standards.The equipment furnished under this specification will be the standard product of one manufacturer. Installed by manufacture trained and certified technicians. A catalog of designs and materials will be provided with the system. The supplier will submit the manufacturer’s complete service notes and drawings detailing all interconnections.All equipment is UL listed as under NBRZ Hospital Signaling and Nurse Call Equipment, conforming to UL 1069 standards. Submitting the UL listing cards describing the equipment by model number shall be proof of such listing.All items of equipment, including wire and cable will be manufactured and assembled according to the Buy American Act--Free Trade Agreements—Israeli Trade Act. In addition they will be designed by the manufacturer to operate as a complete system. Alternate equipment will be considered only when the following have been submitted to and approved by the hospital two (2) days prior to opening of the bid: A list of the alternate equipment and materialstogether with three (3) copies of working and shop drawings and,a list of six (6) installations of a similar Nurse Call System which have been satisfactorily installed and maintained on the user’s premises over a period of one (1) yearNursing and Maintenance staff of the hospital shall be thoroughly instructed in the use of the system by factory authorized distributor personnel. Such in-service shall be provided in conjunction with the installation of the system equipment. The in-service will comply with Section 9 of this specification.Systems will include a one-year warranty for parts and labor, after which time a maintenance contract will be available from a factory-authorized distributor. Free technical training for engineering and support staff will be available to the facility in which the equipment is installed. This training will be available for the life of the system.The factory-certified distributor/installer shall have a four-hour response time for system failures, 24/7.The Supplier/Installer is responsible to follow all Infection Control measures intended for the safety of Patients, Visitors and Facility Staff. The Supplier/Installer will meet with the COR, Safety, and an Infection Control Nurse prior to any work being performed to create an Infection Control Risk Assessment and an Interim Life Safety Measure form, otherwise known as an ICRA and an ILSM. After the ICRA and the ILSM is complete, they will be posted in the project area and they will be strictly adhered to at all times. Failure to do so can result in a work shut down or even being removed from the Medical Center.All of the Supplier/Installer personnel will attend the VA Safety Training conducted by the Medical Center’s Safety Department and an Infection Control Nurse, prior to being allowed to perform any contract activities at the Facility. Upon completion of the safety training, all attendees will go to the Human Resources Office to be registered and to get an I.D. Badge. The badge will be valid for no more than 365 days.All applicable Codes, Regulations, Standards and Specifications must be followed. There will be no deviations from them unless authorized and approved by the COR.All devices and components installed in wet or damp locations shall be devices and materials that are suitable for the location where they will be installed.All devices and components of the Nurse Call System installed in all Mental Health areas of the Medical Center will be secured with Tamper Proof hardware and in as reasonable manner as possible, to prevent patients from removing or damaging the equipment.Proposal Standardsa. Alternate offers are not acceptable. All offers shall include the following:1) Manufacturer’s name, model numbers, and three copies of factory specification sheets for each equipment item supplied by the factory authorized distributor. All function variations of equipment shall be clearly indicated in written form. 2)Written confirmation on the type of speech offered includes Full Duplex Speech (uninterrupted two-way speech). Systems that use “VOX” circuitry (voice operated switching) or “Push-To-Talk” audio are not acceptable.3)Written confirmation on the expansion of the system shall state whether the system offers Radio Paging, Remote Maintenance or a Computer Display Terminal (CDT) option.System Description – GeneralThe Nurse Call / Code Blue system will be a microcontroller-based system, and provides the following features:Unlimited field devicesProductivity reportsRadio paging interfaceComputer display terminal interfaceSystem failure alarms.User-configurable software for Nurse Master Station computersAbility to interface with computerized system(s) to receive external equipment alarms.Ability to interface with infant security system and various monitor alarms.Patient Stations with ability to control the patient room TV and lightsUser-programmable priority levels for patient/staff calls such as ‘Routine’, ‘Staff Emergency’, ‘Code Blue’Provides non-interrupted (Full Duplex) audio communication between patient/staff stations and Nurse Master Station telephonePatient Stations are compatible with bed, side rail communication s, and ‘Bed Exit’ emergency alarms.All remote stations connect to system wiring for ease of installation, replacement, and/or maintenance.All station functions are controlled through circuitry on the device.All equipment meets current UL 1069 for hospital usage NBRZ category, and is listed as a complete systemAll components of the system comply with Buy American Act--Free Trade Agreements—Israeli Trade Act. These components include faceplates, circuit boards, membrane switches and circuit board assembly, etc. Systems that do not comply with Buy American Act--Free Trade Agreements—Israeli Trade Act requirement are not acceptable and considered non-responsive to this specification.System Feature Descriptiona. General DescriptionTwo-way signaling and messaging between visual display panelsTwo-way signaling and audio communication between Nurse Master Station and patient rooms/staff areasFull Duplex (non-interrupted) audio without having a “Push-To-Talk” button or voice-activated switching circuitry Each patient and staff station contains a microphone and separate speaker.Ability to create paging zones with unlimited quantity of rooms.Ability to remotely cancel callsAbility to process a call with assignable priorities, lights and flash ratesAbility to program any call type to transmit a specific text message to any and all radio pagers.Ability to signal an unlimited number of auxiliary signaling device (ASD) zones, activating an unlimited number of zone dome lights and/or duty stations connected to the system.Ability to program any room to activate any of the ASD zones (lights and/or duty stations) n any combinationSystem incorporates built-in fault diagnostics and remote system maintenance capability.Ability to immediately report the failure of any field device’s microprocessor to a computer display.Ability to interface with radio paging systems, and will meet all requirements of radio paging per Section 6.1 of this specification.Ability to have up to 128 computerized Nurse Master Stations on the nurse call network connected to the existing Data Manager Server application having full and complete compatibility. All masters operate independently of each other; however, patient calls can be routed to any master on the network.Ability to move patient calls between master stations (swing).Ability to interface with hospital ADT system to automatically gather patient information.Ability to interface with security systems, IV pumps/medical devices, telemetry systems, etc., to receive calls and send emergency pages to appropriate levels of staffAbility to access a VPN connection for shop/factory troubleshooting, maintenance, reprogramming, and downloading future software upgradesPassword protection for critical and non-critical levels of system setup, allowing access to authorized personnel only.Call tone volume control (with administrative password), with automatic volume decrease at designated time of day (Quiet Mode)Quiet Mode can also affect radio pager beeping sequence.Ability to produce productivity reports that can be easily customized by date, room number, and call type. All data is stored in a database. Microsoft SQL database is an option.puter displayA 15" LCD touch-screen display, mini-keyboard, phone, and a mouse are supplied as the primary interface to Nurse Call functions. On-screen command “buttons” are sized and spaced (adjustable) for easy use.A 15" LCD touch-screen monitor with integrated handset is a possible optional.An on-screen keyboard is included in the software platform. Displays ten (10) active calls and provides on-screen message if more than ten calls are active in the system. Call types are indicated by individual tone and color (tones, colors and flash rate to be designated by hospital).Provisions for registering and locating staff by constant display in both a list and graphical (map) format.Simultaneous and constant display of patient requests and staff location available in both a list and graphical (map) format. Multiple staff level location displays are separate and designated by unique colors.Incoming calls are displayed by room number, bed number and type of call. Call type is differentiated by audible tone and screen color. Patient Name can be configured to display on screen with each call.Map mode (view entire unit in a graphical format) is customizable by unit. Calls are displayed in each room with no limit on the number of simultaneously displayed calls. Patient requests, staff presence and admitted patients are visually displayed on the map.Ability to view active staff requests on monitor in both list and graphical (map) format.Distinctive display of re-called patient calls and service request not answered within an allotted amount of time. An elapse timer indicates the length of time the call is in the system. The hospital has the ability to set “recall” time limits for all individual call types and tasks for all levels of staff.The display shows original request upon “recall”, with the ability to use the same or add additional requests as required.Ability to place a call on hold while answering a higher priority call. Any number of calls can be placed on hold with on-screen indicator of “on hold” status, and the elapsed timer will continue to run.Ability to set patient status at the master station to be “routine”, “priority” or “emergency” and display calls on screen based on status with unique tones and colors for each station.Ability to differentiate between male and female patients by the color of the patient information screen and color of bed icons on the map display.Hospital names, floor/unit name, time of day and system status indicators are displayable on screen and visible at all times.Ability to mute calls for a pre-determined amount of time to allow staff to assist patients without toning the call at the master station.System is user-configurable, permitting on-site changes to room numbers, zone paging, patient priority, zone lights and duty station assignments. Any combination of alpha-numeric room configuration is allowable to a maximum of nine characters.Provides an “auto-page” feature, allowing assigned staff member(s) to be paged automatically when any patient call is placed. The message on the pager shall indicate location from where the call originated (room and bed), and the type of call placed (“routine”, “bath”, etc.).c.StaffingThe ‘Staff’ database includes the following:Staff member name.Assigned bed.Pager number, with the ability to disable routine pages per staff member.Staff level.Team assignment.Shift assignment(s). Staff members shall be allowed to work multiple shifts.LPS (locator) Badge assignmentPhone number (for cellular or cordless use).Supervisor status; any staff member may be designated as supervisor, and multiple supervisors are possible.Memo area for useful information about the staff member.Unlimited numbers of staff levels are definable at a master station. Each level may have a unique color code as specified by hospital staff.Unlimited number of patient requests (tasks) are definable for each level of staff, with a unique recall timeout (response timer) for each task.Ability to send a service request for any level of staff.Staff assignments and settings are assignable by shifts, with the ability to set up shift data prior to shift change without affecting current shift settings. The new data will activate when the shift starts without user interaction.d. Patient Information Profile1)The ‘Patient Information’ database includes the following:Patient name (first, last).Age (with years/months/weeks/days indication).Gender.Smoking preference/permissions.Status (Routine, Emergency, Priority).Religion (with ability to choose from a pre-defined list).Diagnosis (with ability to choose from a pre- defined list).Doctor and staff assignments.Memo field for patient information purposes. Memo field for staffing information purposes. Ability to display all patients on screen by level of priority.Ability to transfer patient data to other rooms without re-entering patient information. Staff assignments arealso transferable in the same step.Ability to program unlimited levels of patient team member responses to each patient bed (e.g., RN, LPN, Aide, etc.).Discharge function to delete patient information and staff assignments, with the ability to automaticallysend a pager message (where applicable) to housekeeping staff upon a patient’s discharge.e.PagersAbility to store unlimited pre-set alphanumeric pager messages which may be sent to any combination ofspecific staff member(s), team(s) or individual pager numbers.User-configurable timed automatic pages to be sent to select staff member, team or staff level at a specified time and day of the week.Auto-page feature allowing the assigned staff member(s) to be paged automatically when any patient call is placed. Page message indicates where call originated (room, bed) and the type of call placed (e.g., Routine, Bath, Staff Emergency, etc.).Support Page feature allowing a secondary staff member to be paged when the primary staff member doesnot respond to call or request within a specified period of time.Supervisor Page feature allowing staff members designated as supervisors to be automatically paged whena patient request is not completed by either the primary staff member or support staff within a specified period of time.Paging system stores the last eight transmitted messages and recipients to allow easy re-paging whennecessary.f.ReportsBuilt-in Staffing Reports include the following data:Staff member name.Staff level.Shift(s) assignment.Team(s) assignment.Bed/Patient assignments.Pager number assigned.BadgeSupervisor status.Built-in Patient Information Reports include the following data:Patient namePatient priority statusPatient agePatients admit dateBedPatient genderStatusStaff assignmentsReports may be sorted by any of the listed fields.Built-in Pager Log tracks pager assignments for 90 days. Built-in Log file reports all activity on a master station for a specified day. The Log file stores informationfor 90 days.Equipment DescriptionNurse Call Master Station Function:The Nurse Call Master Station comes complete with an LCD monitor with touch screen, an IBM compatible computer, keyboard, mouse, and a phone. Optional 15" touch screen LCD monitor with integrated handset. Master Station should have an Interactive interface using a call list, displaying active calls, service requests, and staff locations. Large, descriptive buttons with colorful graphics make finding and using functions simple. Full duplex voice communication is available from the master station to patient stations, staff stations, staff/duty stations, and other master stations on same distribution panel. The system shall have the ability for Mater-to-master instant messaging on entire network; master-to-master video conferencing to all masters on entire network. Include fully integrated radio paging, staffing reports, staff assignment, and patient information, all customizable.General Description:The nurse call master station contains the following:A means by which to annunciate all routine, priority and emergency calls throughout the nurse call system.Ability to switch between a Call List mode and a Graphical Floor Map mode with a one-button selection.Unlimited call tones, with adjustable volume level and repeat interval for each call type.Handset with full-duplex audio and adjustable volume level.Automatic location of staff by level (e.g., RN, LPN, Aide).Automatic recall of patient calls to which staff has not yet responded (within a selected pre-set period of time).An alert for staff for incoming calls to an unattended nurse station.Ability to interface with the hospital’s ADT information systems. Ability to interface with hospital’s telemetry system.Ability to instant message between all masters on entire network. Ability to video conference to all masters on entire network.Ability to send full alphanumeric pages from any Nurse Call Master Station to specific pagers programmed to the radio page system interfaced with the nurse call system.Ability to network up to eight (8) Master Stations together with master to master audio communications.Technical Description, Nurse Call Master Station:Monitor Technical Specifications:CRT Size:15" Diagonal (13.8" Viewable)Deflection Angle:90 DegreesPhosphor Pitch:0.28 MMGraphics Standards Compatibility:Non-Interlaced 1024 x 768, XGA, SVGA, VGAResolution (Max):1024 x 768 Non-InterlacedVideo bandwidth (HXV):75 MHzHorizontal Sync:30-56 KHzVertical Sync:50-120 HzVideo Input Signal:RGB Analog 0.7 VP-P/75 Ohms PositiveSync Input Signal:TTL Separate/Composite (+/-)Display Colors:UnlimitedDisplay Area (HXV):270mm x 202mm (Recommended)Power Source:90-264 VACPower Consumption:20W typical, 25W maximumInput Connector:15 Pin Mini D-SubOperating Temperature:0° C To 40° C Operating Humidity:20% to 80% Non-condensing Computer Technical Specifications:Power Consumption:Typical: 24w, Max: 36 WInput Voltage12 VDC- 24 VDC, 12 VDC @ 3A, 24 VDC @ 1.5AMotherboard:Integrated Intel 855GMEProcessor:Low voltage 1.4 GHz Intel Pentium-MMemory:512 MB RAMVideo Card:Intel 855GME utilizing Integrated Intel Extreme Graphics 2 technologyConnectivity:Two 9-pin D-Sub Serial Ports, One RJ-45 Network Connector, PS/2 mouse/Keyboard port, 25-pin VGA, 3 USB on back, 1 USB on frontStorage:2GB solid-State Flash Other Parts Technical Specifications:Phone:DC 12VKeyboard:84 Keys Mini USB KeyboardCabling:Category 5 Cable From Master Computer to Distribution Panel Special Black Cable From Master Phone to Distribution Panel. AC power x 2 on critical circuit. Distribution PanelFunction:The Distribution Panel consists of one to eight micro controller-based boards, power supplies, IO boards, and other system support modules. One IO board supports up to 16 Dome addresses with up to 64 sub-addresses each. An unlimited number of boards may be networked together. All boards are field-programmable and communicate using the RS-485 protocol. The Distribution Panel is for use with audio and visual systems.General Description:Up to16, Dome Addresses with up to 64 sub-addresses each per control board.Ability to connect an unlimited number of control boards together via RS-485 network. All boards shall be field programmable.Ability to report system failuresAbility to report to up to eight (8) Master StationsPower Supply ModuleFunction:The Power Supply Modules provide low voltage power to all signaling field units for the nurse call system. Each assembly provides independent replaceable power supplies and a 120VAC power outlet to facilitate plug-in type power connections. All Power Supply Modules include high frequency switching, solid-state circuitry, electronic circuit breaker overload protection and a power LED. A UPS must be added to protect against power fluctuations and power outages. The System must be connected to the hospital’s critical branch of emergency power. Operating Voltage: 120VAC, 60HzGeneral Description:Operating Voltage shall be 1 17VAC, 60HZ.Power consumption shall be 100 watts per supply.Size of mounting backplane shall be 17”H x 20-1/8”W x 4”D. Mounting shall be 22”H x 18”W x 6”D electrical enclosure.Termination shall be to CCT or CTE via screw-down barrier strips. Mating lugs - Waldom T2014 or equivalent.Regulation shall be high frequency switching regulator circuitry with fold-back current limiting (3.2 amperes) and self-restartPower Supply Module Technical Specifications:Item:Technical Specification:Power Consumption:120 watts per supplyBackplane Size:17” H x 20-1/8”W x 4”DMounting Cabinet:22”H x 1 8”W x 6”D, Electrical enclosure or equivalent. Flush or surface mount availableRegulation:Fold-back current limiting with restartCable Requirement:2 conductor #1 8AWG per power supply to associated central control terminalUPS Power:120vac 60hzAudio/Visual Patient Stations Function:The Patient Stations are located in the patients' room, providing patient(s) with a convenient means of originating calls to the nurse’s station. When used with a paging system, calls can be routed directly to a patient’s caregiver. The voice communication from the patient’s room to the nurses’ station is hands-free and two-way (duplex). Remote devices can be associated to patient’s room for additional functionality.General Description:Inlaid membrane switch with call and monitor indicator LED and call buttons. Full Duplex speech for uninterrupted communication between patient and nurse.Manual call origination via either a call button or corresponding cord-set; automatic cord out call is placed when the cord-set is unplugged from its receptacle.The cord-out call has an override feature eliminating the need for ‘dummy plugs’. Cord-set receptacles are conveniently located on station.Solid-state circuitry throughout for long life and reliability.Quick connect/disconnect connectors for simplified installation and service.2 3/4" Mylar cone speaker with a separate electret condenser microphone for full duplex communication.Standard four-gang hospital grade ABS plastic faceplate. (Three-gang box adapter ring is also available.)Stations are fully compatible with all bedside "In-Rail" communications systems. 5.4.2.11. Red nurse monitor/privacy LED.Audio/Visual Patient Station Technical Specifications:Operating Voltage:27.5 VDC +/-10%Power Consumption:4 WattsSize:4 1/2"H x 8 1/4"W x 3 1/2"DMounting:Four-gang back-box Raco #698. Normal mounting is Horizontal. BOX MUST BE LEVEL.Faceplate:Hospital grade ABS UL94V-0 molded thermoplastic with inlaid membraneFaceplate Color:Standard Warm Grey (Pantone 1 C). Special colors supplied on individual basis.Membrane:.010 Lexan with hard-coat finishMembrane Color:Background color, Pantone 4C Warm Grey, copy color Grey (Pantone 1 C and 11 C).Termination:Plug-on connectors allowing rapid mass termination mating connectors - Panduits needed include Three CE1 56F22-1 5, One CE1 56F22-5 and one RJ-45Microphone:Sensitivity is -64db @ 1 microbar @ 1KHzSpeaker:2 3/4" Mylar cone with .5 ounce magnet. Minimum sensitivity is 90db SPL @ .25 watts @ 1ft.Cable Requirements: 1Pair #1 8AWG(Power), Cat 5-8 conductor #24AWG (Data and Audio), OneStaff Station1)Function:Staff Stations are used where voice communication is needed between the nurse station and other non-patient occupied areas. Nurse’s lounge, waiting rooms, locker rooms and break rooms are all examples of where staff stations are used. Staff stations are also available with a duty alert option.General Description:Inlaid membrane switch with call and monitor indicator LED and call buttons.Duplex speech for uninterrupted communication between staff station and nurses’ stationManual call origination by the call button.Red nurse monitor/privacy LED.Solid-state circuitry throughout for long life and reliability.Quick connect/disconnect connectors for simplified installation and service.Large 2 3/4" Mylar cone speaker with a separate electret condenser microphone for natural full duplex communication.Buzzer to annunciate assigned call types. Standard four-gang hospital grade ABS plastic faceplate. (3 Gang box adapter ring is available.)Staff Station Technical Specifications:Operating Voltage:27.5 VDC +/-10% Power Consumption:4 Watts Size:4 1/2"H x 8 1/4"W x 3 1/2"D Mounting:4-gang backbox Raco #698. Normal mounting is Horizontal. BOX MUST BE LEVEL. Faceplate:Hospital grade ABS UL94V-0 molded thermoplastic with inlaid membrane Faceplate Color:Standard Warm Grey (Pantone 1C). Special colors supplied on individual basis. Membrane:.010 Lexan with hard-coat finish Membrane Color:Background color, Pantone 4C Warm Grey, copy color Grey (Pantone 1 C and 11 C). Termination:Plug-on connectors allowing rapid mass termination mating connectors - Panduits needed include Three CE1 56F22-1 5, One CE1 56F22-5 and one RJ-45 Microphone:Cardiod Electret, sensitivity is -64db @ 1 microbar @ 1KHz Speaker:2 3/4" Mylar cone with .5 ounce magnet. Minimum sensitivity is 90db SPL @ .25 watts @ 1ft. Cable Requirements:1Pair #1 8AWG(Power), Cat 5e-8 conductor #24AWG (Data and audio) one shieldVisual Patient Station (VPS)Function:The single gang Visual Patient Station is a stand-alone (non-audio) patient station. The VPS includes a standard 1/4" Phono receptacle for use with a call cord. The patient uses the call cord to signal for assistance. A call is automatically placed when the call cord is removed.General Description:Standard 1/4" Phono socket for a call cord used by the patient to signal for assistance. Automatic placement of call when call cord is removed.Highly visible call LED to assure that a call has been placed.Large color-coded "CANCEL" label for cancellation of calls.Fire retardant high-impact hospital-grade molded thermoplastic with inlaid membrane. Lexan membrane (Pantone 1C Warm Grey).Solid-state circuitry.Easy plug-in connection into the system wiring.Manual call origination with corresponding cord-set; automatic cord out call is placed when the cord-set isUnplugged from its receptacle.The cord-out call must have an override feature so there is no need for dummy plugs.Visual Patient Station Technical Specifications:Operating Voltage:24-28 VDC + 5%Power Consumption:1 watt maximum.Dimensions:4 1/2"H x 2 3/4"W x 1 1/2"DMounting:4-inch square back-box with one-gang plaster ring, Raco 190 with 768 one-gang adapter or equivalent. Minimum 2 1/8" depth required. Normal mounting is vertical. For remodel areas, use Raco #500 or 503 with #977 Grip-Lok's or equivalent. Minimum 2 1/2" depth requiredFaceplate:Hospital grade UL94V-0 ABS molded thermoplastic with inlaid membraneFaceplate Color:PMS 427; Light Grey OpaqueMembrane:.010 Lexan with hard-coat finish background color Pantone 4C Warm Grey Cancel color Pantone 1C and 11 C Warm GreyLamp Life:500,000 hour minimumSwitch Life:100,000 cycles minimumCall Cord Socket:1/4" PhonoCable Requirement:Use 4-conductor #22AWG cable for VPS and CAT5e cable Termination Requirements: Plug on connector allows rapid mass termination. Mating connector is a Panduit CE100F22-4 or RJ45Locator Station Function:The Locator station will provide two levels of staff location, as well as other features, such as cancellation of calls and activation of special staff emergency, nurse follower, and selective page functions. The visual systems locators will be capable of being a signaling device for any purpose.General Description:Highly visible call LED to assure the call has been placed; 500,000-hour life expectancy. Easy-to-operate color-coded push buttons.Fire-retardant, high-impact, molded thermoplastic.Solid-state circuitry.Available with three buttons.Plug-in connectors for easy system connection/service.Locator Station Technical Specifications:Operating Voltage:24-28 VDC + 5%Power Consumption:1 watt maximum.Size:4 1/2"H x 2 3/4"W x 1 1\4"DMounting:4" square back-box with 1-gang plaster ring, Raco 190 with 768 or equivalent. 2 1/8" minimum depth required. Normal mounting is Vertical. For remodel areas, use Raco #500 or 503 with #977 Grip-Lok's or equivalent. Minimum 2 1/2" depth requiredFaceplate:Hospital-grade ABS UL94V-0 molded thermoplastic with inlaid membrane.Faceplate Color:PMS 427; Light Grey OpaqueMembrane:.010 Lexan with hard-coat finish.Membrane Color:.010 Lexan with hard-coat finish background color Grey (Pantone 4C). Copy color Warm Grey (Pantone 1C and 1 1C).Termination:Plug-on connector allows rapid mass termination. Mating connector - Panduit CE100F22- 6.for LOC-2000 and RJ45 for NV-LOC Cable Requirements: 6 conductor #22AWG cable to Patient or Staff Station with LOC or CAT5e Visual Notification DomeFunction:The visual notification dome is an independent device that displays patient and room status. It is about the size of a standard light switch and is generally installed just outside the patient room door. It has one clear LED that can display a variety of colors as well as three configurable buttons on the membrane. i-Dome is used to alert medical personnel of patient status via the LED display for easy viewing from a hallway the visual notification dome has a completely customizable array of light assignments spanning a vast assortment of colors. It can also operate independent of any nurse call system, providing flexibility and customization. Light color assignments are non-standard, protecting the privacy of the patient. The dome is controlled through a highly customizable web interface using an IP-based system utilizing CAT-5 cabling. Multiple simultaneous states that cycle colors can also be used providing flexibility and robust optimization for any healthcare environment.General Description:Can be configured to display patient or room status.Can show status from other devices such as beds.Can be entirely stand-alone or tied to a system.Data is received from external systems; does not actively monitor patient calls.Fully customizable web interface.Uses an IP-based system running on CAT-5 cable with power over Ethernet.Create any color to light the LED.Supports multiple states for each button; can cycle between colors to show multiple status issues.Can be used as a Staff locator with call/request cancellation capability.Visual Notification Dome Technical Specifications:Operating Voltage:24-28 VDC + 5%Power Consumption:.06 Watts idle, .75 Watts maximumSize:4 1/2"H x 2 3/4"W x 2"DMounting:4" square back-box with 1 gang plaster ring, Raco 190 with 768 or equivalent. 2 1/8" minimum depth required. For remodel areas, use Raco #500 or 503 with #977 GripLok's or equivalent. Minimum 2 1/2" depth requiredFaceplate:Hospital Grade PolylacFaceplate Color:PA765NAT with light Grey OpaqueTermination:CAT 5 daisy chained to up to 63 devicesCable Requirements: 2 RJ-45 ConnectorsDuty Alarm Station Function:The Duty Alarm Station provides remote annunciation of the nurse call system status in staff (or other) areas. Staff personnel can monitor patient calls continuously in areas without a master station. The Duty Alarm Station will tone (beep) for assigned call types at assigned rates. The zone and call mode of this station can be programmed in zone controller software.General Description:Easy programming to any zone or mode.Programmable intervals per duty station.LED installed for a visual indication of a call in the system. Fire retardant, painted, cold rolled steel faceplate. Optional mute function on duty station.Duty Alarm Station Technical Specifications:Operating Voltage:24-28 VDC + 5%Power Consumption:1 watt maximumSize:4 1/2"H x 2 3/4"W x 1 1\2"DMounting:4" square back-box with 1 gang plaster ring, Raco 190 with 768 or equivalent. 2 1/8" minimum depth required. For remodel areas, use Raco #500 or 503 with #977 Grip-Lok's or equivalent. Minimum 2 1/2" depth requiredFaceplate:Painted cold rolled steelFaceplate Color:Warm grey Pantone 1 CTermination:CAT 5 to associated Novus? domeCable Requirements: RJ-45 ConnectorsPillow SpeakersFunction:The pillow speaker will be a compact unit which is easily cleaned and sterilized. It includes a high fidelity Mylar speaker for private listening, and a wide variety of controls governing patient entertainment systems (e.g., radio, television) and for patient convenience in contacting hospital personnel. Only UL-1069 listed pillow speakers are used.Optional Functions:Room light controls.Numerical keypad for television control.12-pin break-away connector.Headset feature for private listening of entertainment systems.Pain Med and Bed Pan call buttons.General Description:A nurse call button.A TV (on/off/channel change) button.A volume control for incoming television audio.A Mylar coned moisture resistant speaker.An eight-foot cord with a ten-pin modular plug.Pillow speakers made of Polystyrene (UL94V-0) thermoplastic.Emergency Pull Cords Function:Emergency Pull Cord Stations with push-for-assistance alert staff members of the location where prompt emergency help is required. Pulling on a cord that extends from the station to the ground places an emergency call. Emergency pull cord station connects directly to a dome light and directly to an associated patient station. An incorporated push-for-assistance button allows for two call types from the same device.General Description:Large color-coded labels for placement of calls.Highly visible call LED to assure that a call has been placed.Large color-coded “CANCEL" or “CANCEL AT TOILET” label for cancellationof calls.Fire-retardant high-impact hospital grade molded thermoplastic with inlaid membrane.Lexan membrane Solid-state circuitry.Easy plug-in connection into system wiring.Push-for-Assistance button allows for two call types from same device.Eight-foot pull cord with a tassel on the end for easy gripping.Waterproof gasket for shower stations.Emergency Pull Cord Technical Specifications: Operating Voltage:24-28 VDC + 5% Power Consumption:1 watt maximum Dimensions:4 1/2"H x 2 3/4"W x 1 1/2"D Mounting:4-inch square back-box with one-gang plaster ring, Raco 190 with 768 one-gang adapter or equivalent. Minimum 2 1/8" depth required. Normal mounting is vertical. For remodel areas, use Raco #500 or 503 with #977 GripLok's or equivalent. Minimum 2 1/2" depth required. Faceplate:Hospital grade UL94V-0 ABS molded thermoplastic with inlaid membrane Faceplate Color:PMS 427; Light Grey Opaque Membrane:.010 Lexan with hard-coat finish background color Pantone 4C Warm Grey. Cancel color Pantone 1C and 1 1C Warm Grey Lamp Life:500,000 hour minimum Switch Life:100,000 cycles minimumCable Requirement for the EPC and WPC:Use 4 conductor #22AWG cable to associated patient station or CAT 5 to associated Dome light or EPCCable Requirement for the SPC and SWPC:Use 4 conductor #22AWG cable to associated EPC or CAT 5 to associated Dome light Termination Requirement:Plug-in connector allows rapid mass termination. Mating connector is aPanduit CE1 56F22-8 for EPC-2000 and RJ45 for NV-EPC or equal“Staff Emergency” Station Function:The PBE/SE is intended for use in patient rooms and other areas where priority calls require immediate attention. The PBE/SE consists of a red push button area, a color-coded "CANCEL" button, and a red LED indicator. They are designed for patient areas where emergency assistance is needed. The PBE/SE connects directly to a dome light. The SE connects directly to an associated patient station.General Description:Large color-coded call type label for placement of calls.Highly visible call LED to assure that a call has been placed.Large color-coded “CANCEL" label for cancellation of calls.Fire retardant high-impact hospital grade molded thermoplastic with inlaid membrane.Attractive Lexan membrane PMS 427; Light Grey OpaqueSolid-state circuitry.Easy plug-in connection into the system wiring.Technical Specifications:Operating Voltage:24-28 VDC + 5%Power Consumption:1 watt maximumDimensions:4 1/2"H x 2 3/4"W x 1 1/2"DMounting:4-inch square back-box with one-gang plaster ring, Raco 190 with 768 one-gang adapter or equivalent. Minimum 2 1/8" depth required. Normal mounting is vertical. For remodel areas, use Raco #500 or 503 with #977 Grip-Lok's or equivalent. Minimum 2 1/2" depth requiredFaceplate:Hospital grade UL94V-0 ABS molded thermoplastic with inlaid membrane.Faceplate Color:PMS 427; Light Grey OpaqueMembrane:.010 Lexan with hard-coat finish background color Pantone 4C Warm Grey. Cancel color Pantone 1 C and 11 C Warm GreyLamp Life:500,000 hour minimumSwitch Life:100,000 cycles minimumCable Requirement:Use 4 conductor #22AWG cable to associated Patient or Staff station for PBE-2000 or CAT 5 to associated Dome light for PBETermination Requirement:Plug-on connector allows rapid mass termination. Mating connector is a Panduit CE100F22-8 for PBE-2000/SE or RJ45 for PBE/SE“Push For Help” StationFunction:The Push for Help station is intended for use in patient rooms and other areas where priority calls require immediate attention. The Push for Help station consists of a red push button area, a color-coded "CANCEL" button, and a red LED indicator. They are designed for patient areas where assistance is needed. The Push for Help Station connects directly to a dome light and to an associated patient station.General Description:Large color-coded call type label for placement of calls.Highly visible call LED to assure that a call has been placed.Large color-coded “CANCEL" label for cancellation of calls.Fire-retardant high-impact hospital grade molded thermoplastic with inlaid membrane. Attractive Lexan membrane Light Grey OpaqueSolid-state circuitry.Easy plug-in connection into the system wiring.Push for Help Station Technical Specifications: Operating Voltage:24-28 VDC + 5% Power Consumption:1 watt maximum Dimensions:4 1/2"H x 2 3/4"W x 1 1/2"D Mounting:4-inch square back-box with one-gang plaster ring, Raco 190 with 768 one-gang adapter or equivalent. Minimum 2 1/8" depth required. Normal mounting is vertical. For remodel areas, use Raco #500 or 503 with #977 Grip-Lok's or equivalent. Minimum 2 1/2" depth required Faceplate:Hospital grade UL94V-0 ABS molded thermoplastic with inlaid membrane Faceplate Color:PMS 427; Light Grey Opaque Membrane:.010 Lexan with hard-coat finish background color Pantone 4C Warm Grey. Cancel color Pantone 1 C and 11 C Warm Grey Lamp Life:500,000 hour minimum Switch Life:100,000 cycles minimum Cable Requirement:Use 4 conductor #22AWG cable to associated Patient or Staff station for PBE-2000 or CAT 5 to associated Dome light for NV-PBETermination Requirement: Plug-on connector allows rapid mass termination. Mating connector is a Panduit. CE100F22-8 for PBE-2000 or RJ45 for PBE“Code Blue” Station Function:The PBE/CB is intended for use in Recovery, ICU, CCU and other areas where priority calls require immediate attention. The PBE/CB consists of a blue push button area, a color-coded "CANCEL" button, and a red LED indicator. All “Code Blue” calls can annunciate locally at the nurses’ station, pagers and at PBX. They are designed for patient areas where Code Blue assistance is needed. The PBE/CB connects directly to a dome light. The PBE/CB connects directly to an associated patient station. This device includes a 3-pin header to provide a dry contact closure (Normally Open or Normally Closed) that is activated when the Code Blue button is pressed and deactivated when the Cancel button is pressed.General Description:Large color-coded call type label for placement of calls.Highly visible call LED to assure that a call has been placed.Large color-coded “CANCEL" label for cancellation of calls.Fire retardant high-impact hospital grade molded thermoplastic with inlaid membrane. Attractive Lexan membrane Light Grey Opaque.Solid-state circuitry.Easy plug-in connection into the system wiring.Code Blue Station Technical Specifications:Operating Voltage:24-28 VDC + 5%Power Consumption:1 watt maximumDimensions:4 1/2"H x 2 3/4"W x 1 1/2"DMounting:4-inch square back-box with one-gang plaster ring, Raco 190 with 768 one-gang adapter or equivalent. Minimum 2 1/8" depth required. Normal mounting is vertical. For remodel areas, use Raco #500 or 503 with #977 Grip-Lok's or equivalent. Minimum 2 1/2" depth requiredFaceplate:Hospital-grade UL94V-0 ABS molded thermoplastic with inlaid membraneFaceplate Color:PMS 427; Light Grey OpaqueMembrane:.010 Lexan with hard-coat finish background color Pantone 4C Warm Grey. Cancel color Pantone 1 C and 11 C Warm GreyLamp Life:500,000 hour minimumSwitch Life:100,000 cycles minimumCable Requirement:Use 4 conductor #22AWG cable to associated Patient or Staff station for PBE or CAT 5 to associated Dome light for PBETermination Requirement:Plug-on connector allows rapid mass termination. Mating connector is a Panduit CE100F22-8 for PBE-2000 or RJ45 for PBE“Code Pink” Station (NV-PBE/CP or PBE-2000/CP)Function:The PBE/CP is intended for use in Nurseries, NICU, and other areas where priority calls require immediate attention. The NV-PBE/CP consists of a pink push button area, a color-coded "CANCEL" button, and a red LED indicator. All “Code Pink” calls can annunciate locally at the nurses’ station, pagers, and at PBX. They are designed for patient areas where Code Pink assistance is needed. The PBE/CP connects directly to a dome light. The PBE/CP connects directly to an associated patient station.Large color-coded call type label for placement of calls.Highly-visible call LED to assure that a call has been placed.Large color-coded “CANCEL" label for cancellation of calls.Fire retardant high-impact hospital grade molded thermoplastic with inlaid membrane. Attractive Lexan membrane PMS 427; Light Grey OpaqueSolid-state circuitry.Easy plug-in connection into the system wiring.Code Pink Station Technical Specifications:Operating Voltage:24-28 VDC + 5%Power Consumption:1 watt maximumDimensions:4 1/2"H x 2 3/4"W x 1 1/2"DMounting:4-inch square back-box with one-gang plaster ring, Raco 190 with 768 one-gang adapter or equivalent. Minimum 2 1/8" depth required. Normal mounting is vertical. For remodel areas, use Raco #500 or 503 with #977 Grip-Lok's or equivalent. Minimum 2 1/2" depth requiredFaceplate:Hospital grade UL94V-0 ABS molded thermoplastic with inlaid membraneFaceplate Color:PMS 427; Light Grey OpaqueMembrane:.010 Lexan with hard-coat finish background color Pantone 4C Warm Grey. Cancel color Pantone 1 C and 11 C Warm GreyLamp Life:500,000 hour minimumSwitch Life:100,000 cycles minimumCable Requirement:Use 4 conductor #22AWG cable to associated Patient or Staff station for PBE-2000 or CAT 5 to associated Dome light for PBETermination Requirement: Plug-on connector allows rapid mass termination. Mating connector is a Panduit CE100F22-8 for PBE-2000 or RJ45 for PBE.“Staff Emergency/Code Blue” Station Function:The NV-PBE/SE/CB is intended for use in Recovery, ICU, CCU and other areas where priority calls require immediate attention. The PBE/SE/CB consists of a blue push button area for Code Blue and a red push button for Staff Emergency; both buttons have LED indicators on button face to indicate active call. Calls can be cleared by pressing the buttons a second time. Clearly printed on membrane is “PUSH AGAIN TO CANCEL”. All calls can annunciate locally at assigned nurses stations. With programming, defined call types can report to pagers and at PBX. They are designed for patient areas where Code Blue and Staff Emergency assistance is needed. The PBE/ SE/CB connect directly to a dome light. The PBE/SE/CB connects directly to an associated patient station. This device includes a 3-pin header to provide a dry contact closure (Normally Open or Normally Closed) that is activated when the Code Blue button is pressed and deactivated when the Cancel button is pressed.General Description:Large color-coded call type labels for placement of calls.Highly-visible call LEDs to assure that a call has been placed.Clearly printed “PUSH AGAIN TO CANCEL”.Fire retardant high-impact hospital grade molded thermoplastic with inlaid membrane.Attractive Lexan membrane Light Grey OpaqueSolid-state circuitry.Easy plug-in connection into the system wiring.Staff Emergency/Code Blue Station Technical SpecificationsOperating Voltage:24-28 VDC + 5%Power Consumption:1 watt maximumDimensions:4 1/2"H x 2 3/4"W x 1 1/2"DMounting:4-inch square back-box with one-gang plaster ring, Raco 190 with 768 one-gang adapter or equivalent. Minimum 2 1/8" depth required. Normal mounting is vertical. For remodel areas, use Raco #500 or 503 with #977 Grip-Lok's or equivalent. Minimum 2 1/2" depth requiredFaceplate:Hospital grade UL94V-0 ABS molded thermoplastic with inlaid membraneFaceplate Color:PMS 427; Light Grey OpaqueMembrane:.010 Lexan with hard-coat finish background color Pantone 4C Warm Grey. Cancel color Pantone 1 C and 11 C Warm GreyLamp Life:500,000 hour minimumSwitch Life:100,000 cycles minimumCable Requirement:Use 4 conductor #22AWG cable to associated Patient or Staff station for PBE or CAT 5 to associated Dome light for PBETermination Requirement:Plug-on connector allows rapid mass termination. Mating connector is a Panduit CE100F22-8 for PBE-2000 or RJ45 for PBE“Dome Light”Function:The Dome Light provides the required visual signal to notify staff members of a room's status. The Dome will be equipped with four sections, with one LED per section, offering a wide variety of signals. LED lamps are easily visible from any reasonable angle. The Dome Light can be mounted on the wall or ceiling. Typical applications include corridor indication of patient calls, patient waiting, staff calls, emergency, Code Blue, and Code Pink indications, as well as zone light applications. The dome will be programmable for various colors and flash rates using custom programming tables. The Dome will be equipped with a hard-wired Piezo buzzer to audibly annunciate Code Blue calls. It will also be equipped with a 2-pin header to accommodate connection to a smoke detector.General Description:Dome lens shape allows for maximum visibility in all directions, even at great distances and under high ambient lighting conditions.Long-life LEDs virtually never burn out.Oversized two-gang faceplate, hospital-grade ABS plastic. Color is Light Grey OpaqueLens is made from unbreakable polystyrene UL94V0 plastic.Normal and emergency calls distinguished by different visual signals for positive identification of call priority will be programmable.Dome Light Technical Specifications:Operating Voltage:28 VDC.Power Consumption:<2 WattsSize:5 1/4"H x 5 1/4"W x 3 3/4"DMounting:4 11/16" square back-box with two-gang plaster ring. Raco 257 with 818 or equivalentFaceplate:Hospital grade ABS plastic back plate with attractive finish. PMS 427; Light Grey OpaqueTermination:Mating connectors are Four RJ-45 and 3 Panduit CE1 56F22-3 Luminaire:Molded white Polystyrene plastic, replaceableLED Colors: Red, Green, Blue, Yellow, Amber, Violet, Turquoise-via program control Device WiringAll nurse call system wiring is in accordance with National Electric Code (NEC) and local codes. All components are provided with plug-in connections to system wiring. NEC or local codes apply to all cables for support or installation in plenum spaces. All cables will be labeled at termination or splice points.System InterfacesRadio Page InterfaceThe nurse call system has the ability to interface with paging systems and has the following system features:Ability to interface with the ASCOM System 5000 (ESPA 4.4.4 Protocol) and standard TAP (v1 .8) Protocol.Ability to assign any bed to any pager or pager group.Ability to assign an unlimited amount of pagers to any patient bed.Ability to send an unlimited number of hospital-selected messages to any pager in the system from any nurse master station in the system.Ability to send detailed, 32-character special messages to any pager in the system from any nurse call master in the system.Ability to send detailed, 32-character special messages to any pager in the system from any in-house PC with optional I-Page Server.Ability to automatically send “Staff Emergency” calls to all staff members by patient care group, by simply pressing one button. “Staff Emergency” calls shall be indicated by an emergency tone, and the pager will indicate the room number of the call and state “Staff Emergency” in plain English format on pagers.Ability to automatically send all “Code Blue” calls to staff members by simply pressing one button. Pager shall give a separate and distinct code blue tone, and shall indicate room number of code call, and state “Code Blue” in plain English format on pagers.Ability to have patient calls routed directly to the staff member(s) assigned to the patient. The nurse call system will continue to indicate the call until the assigned staff member cancels the call in the room or the patient call is answered at the master station. The pager shall give routine call indication and indicate room and bed number of the call, as well as “patient need” in plain English format on format.If the radio page feature is placed in “Auto-Page” mode, all levels of call go directly to the pager(s) assigned to the bed placing the call. Hospital must have the ability to determine which level(s) of calls go to any or all of the pagers assigned to the bed.When a patient service request is re-called from the service mode, a second page is sent to the pager assigned to that specific bed. The pager will give a general call tone and re-indicate room and bed number.Pager assignments are easily made and/or displayed from any nurse call master in the system. Hospital has the ability to assign levels of call to individual pagers.Ability to have bathroom emergency calls go directly to the R.N. assigned to that room by simply pulling the bathroom emergency call cord. The pager will sound an emergency call and indicate room number, and shall state “Bathroom Emergency” in plain English format on pagers.The system is capable of placing unlimited timed auto-pages, programmed as needed at the master station. These pages can be sent automatically at specified times and days.In the event that a patient call is re-called in excess of two times (number of re-calls to be programmable by hospital) without the proper level of staff entering the room, a page can automatically be sent to the Supervisor’s pager. An emergency tone on the pager shall alert the Supervisor of a problem, and the pager will display the room and bed number of the patient needing assistance.Automatic Tracking SystemsAutomatic tracking systems consist of a small, lightweight badge that emits invisible, digitized infrared light or Ultrasound signal with a unique identification code. The code is received by sensors and relayed to the nurse call system master station, where the badge’s location is displayed. When a staff member wearing a badge enters a patient’s room, the dome light indicates staff presence by illuminating the appropriate lamp. Routine patient calls are automatically canceled when the correct staff level enters the patient’s room. The nurse call master station has automatic location features such as low battery indication and badge log file. Instant voice communication to staff members using a location badge is also possible. Staff location information can be stored in the reporting database to produce productivity reports that includes staff member’s name, location, and response times on all patient calls.ADT SystemsThe nurse call system can receive information from the hospital’s Admit-Discharge-Transfer system in real time.The nurse call system is capable of receiving the information in a variety of formats, including HL7.The nurse call system receives the information through a serial or TCP/IP connection. No filtering is required by the ADT system. The nurse call system handles all rmation is automatically populated in the appropriate patient information profile in the nurse call system if required. The following is a list of fields that can be uploaded:FIELDFIELDBED IDAGENAME, LASTAGE YMDNAME, FIRSTGENDERADMIT DATESMOKER STATUSDIAGNOSISACCOUNT #RELIGIONDOCTOR(s)MEMO (Personal data)NURSE(s)MEMO (staff data) Wireless PhonesThe nurse call system has the ability to interface with wireless telephone systems and has the following system features: Ability to interface with ASCOM (ESPA 4.4.4 Protocol), OAI, and standard TAP (v1 .8) Protocol. 6.4.2. Compatible with ASCOM, Spectralink, CiscoAbility to assign any bed to any phone or phone group.Ability to assign an unlimited amount of phones to any patient bed.Ability to send an unlimited number of stored messages to any phone in the system from any nurse master station in the system.Ability to send detailed, 32-character special messages to any phone in the system from any nurse call master in the system.Ability to send detailed, 32-character special messages to any phone in the system from any in-house PC with optional Web Suite Server application.Ability to automatically send “Staff Emergency” calls to all staff members by patient care group, by simply pressing one button. “Staff Emergency” calls shall be indicated by an emergency tone, and the phone will indicate the room number of the call and state “Staff Emergency” in plain English format.Ability to automatically send all “Code Blue” calls to staff members by simply pressing one button. Phone shall give a separate and distinct code blue tone, and shall indicate room number of code call, and state “Code Blue” in plain English format.Ability to have patient calls routed directly to the staff member(s) assigned to the patient. The nurse call system will continue to indicate the call until the assigned staff member cancels the call in the room or the patient call is answered at the master station. The phone shall give call type indication and indicate room and bed number of the call, as well as “patient need” in plain English format on format.If the “Auto-Page” feature is activated on the master station, all levels of calls route directly to the phone(s) assigned to the bed placing the call. Hospital must have the ability to determine which level(s) of calls go to any or all of the phones assigned to the bed.Ability to place an audio call from the phone into a patient room with full duplex audio for uninterrupted communication through the in-room patient/staff station. Management ReportsThe nurse call system is capable of collecting patient call/staff response data and storing it in an SQL database to accommodate a variety of reports. This data includes a recap of all events associated with a bed, patient, staff member, patient request and response time. If a hospital has multiple floors or wings with independent Distribution Panels, the system can be configured to use a common database. A report can be generated for one or multiple Distribution Panels.Summary information included in the report includes but not limited to:Total number of calls in report.Percentage of calls of this type that were answered on time. Total number of recalls.Percentage of calls that recalled.Total number of calls for all types.Total number of recalls for all types.Overall percentage of calls that recalled.Percentage of calls answered per staff member.The Report Statistics Table displays for each call type the average (AVG), highest (HIGH), and lowest (LOW) times in the report for:Desk ResponseThe length of time for a call to be answered at the Master.Room ResponseThe length of time for a staff member to arrive in the room, either by a call answered at theMaster, or a direct response.Total ResponseThe cumulative time before a patient has been serviced. (Desk Response + Room Response)Stay in RoomThe length of time the staff member(s) stayed in the patient’s room.Distribution Panel NetworkingAll Distribution Panels have the ability to be networked, if desired.All routine calls placed in the nurse call system must be able to be cancelled from the device where the call originated, from any nurse master station assigned to receive call, or at a designated remote locator station. All emergency and “code” calls can only be cancelled at the calling device.The network is RS-485 based.All Distribution Panels are able to run networked, or independently from the network.TrainingIn-Service Training:All in-service training will include necessary user manuals. Nurse Call Systems, will supply one in-service per year, minimum, at no additional charge to the hospital. Schedule one month in advance (minimum). The in-service shall be coordinated with the nursing education department of the hospital and signed off by nursing administration before installation of the system can begin. The pre-agreed upon in-service schedule will become part of the contract.Factory Training:A factory technical training seminar is provided at no additional cost to the facility. This training seminar will be held at the factory on an “as-scheduled due to need” basis and offers a minimum of three days of hands-on training to all hospital engineering and/or bio-medical staff. Hospital personnel have access to this school for the life of the system. ConditionsThe Medical Center has several renovations forthcoming: a complete renovation of the 5th and 10th Floors and to completely renovate the east side of the 7th Floors in Building 1. This Nurse Call Project shall be coordinated in such a manner so that the new Nurse Call Equipment will be installed in harmony with the 5th, 7th, and 10th Floor renovation projects in cooperation with the project superintendant.EquipmentAll equipment listed above and supplied by a U.S. manufacturer shall be acceptable in the above listed specifications.All equipment is listed for "UL 1069 Standards for Hospital Usage”.Part numbers designated may change according to the manufacturer's new product releases; however, the equipment specified meets or exceeds the specifications as outlinedNo deviation from the above-specified equipment is acceptable. HistoryThe manufacturer has at least six (6) installations of comparable systems and will supply a complete list of references with the bid.ServiceAll service is performed by an authorized factory servicing company with a sufficient number of service vehicles in the immediate area (subcontractors are not acceptable). Provide the number of vehicles and technicians for repair service.InstallationEmployees of the company selling the above-listed system must perform all installation. Vendor shall have at least one factory-certified installer for the installation. Use of sub-contractors or hospital personnel to perform installation is not acceptable. The authorized installation company will have a sufficient number of service vehicles in the immediate area.WarrantyFull five (5) year warranty on all field equipment, and one (1) year on labor. Pillow speakers and light bulbs shall be guaranteed for 1 year.Identification:The Supplier/Installer/Manufacture employees shall all wear visible identification at all times while on the premises of the VA Medical Center. Smoking is prohibited inside of all buildings. Possession of weapons is strictly prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court.Vehicles:All vehicles will be locked and the keys removed while performing service on the Medical Center’s property. This is intended to protect the Supplier/Installer’s property and provide for the safety of the Medical Center’s personnel. All of the Supplier/Installer’s vehicle(s) shall be identified. Parking in the appropriate designated parking areas is expected. Information on parking is available from the VA Police. The VA Medical Center will not invalidate or make reimbursement for parking violations of the Supplier/Installer or their employees for any conditions.Safety Requirments: In the performance of this contract, the Supplier/Installer shall take such safety precautions as the Contracting Officer or designee may determine to be reasonably necessary to protect the lives and health of the occupants of any building. The Contracting Officer or designee will notify the Supplier/Installer of any noncompliance with the foregoing provisions and action to be taken.The Supplier/Installer will keep the installation areas clean and will not leave any materials or debris in any area where it would cause a safety issue with patients, staff or visitors. The Supplier/Installer will coordinate with the COR where to store the materials for the project.All ceiling tiles will be replaced before the Supplier/Installer leaves the area. No ceiling tiles will be left open over night.Any penetrations through fire/smoke walls will be sealed with a fire stopping material as soon as the conduit or cable in the fire/smoke wall is installed. All holes in fire/smoke walls will be filled with an approved fire stopping material before the end of each day. The integrity of all fire/smoke walls will not be left compromised overnight.Equipment CountCODE BLUE (N1)NURSE CALL SINGLECALL LIGHT (N2)2-WAY COM. (WIRELESS)STAFF STATIONS (SS)CONTROL STATION (NM)EMERGENCY PULL (NE)SPEAKERSEMERGENCY DURESS BUTTONFLOOREACHEACHEACHEACHEACHEACHEACH282842507228380FIVE16162025411830SEVEN5436504203836TENSITE VISIT INFORMATIONA site visit schedule is setup for May 7, 2013 at 10:00 AM at Kansas City VAMC for contractors wishing to view the building that is identified for sample pricing above. This is the only site visit for this acquisition. No other dates or times will be scheduled. The POC for the Site Visit is Eric Murray at eric.murray@. Confirmations are required to be provided at least 2 days prior to the site visit schedule. QUESTIONSAll questions should be prepared for the site visit. Questions received after close of business on May 8th will not be answered.B.3 Price/Cost ScheduleItem InformationITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT1Fully Functional Nurse Call System Installed at Kansas City VAMC, Floors 5, 7, and 10.1.00JB____________________________________GRAND TOTAL__________________B.4 Delivery ScheduleITEM NUMBERQUANTITYDELIVERY DATE1SHIP TO:Department of Veterans AffairsKansas City VAMC4801 Linwood BlvdKansas City ,MO 64128 22261.00Equipment Delivery Days ARO________ Days Required for Installtion _________SECTION C - CONTRACT CLAUSESADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS Clauses 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 following clauses are incorporated into 52.212-4 as an addendum to this contract:C.1 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) 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 contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective-- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.(End of Clause)C.2 52.247-35 F.O.B. DESTINATION, WITHIN CONSIGNEE'S PREMISES (APR 1984) (a) The term "f.o.b. destination, within consignee's premises," as used in this clause, means free of expense to the Government delivered and laid down within the doors of the consignee's premises, including delivery to specific rooms within a building if so specified. (b) The Contractor shall-- (1)(i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery.(End of Clause)C.3 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price.(End of Clause)C.4 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.(End of Clause)C.5 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.(End of Clause)C.6 VAAR 852.211-70 SERVICE DATA MANUALS (NOV 1984) (a) The successful bidder will supply operation/maintenance (service data) manuals with each piece of equipment in the quantity specified in the solicitation and resulting purchase order. As a minimum, the manual(s) shall be bound and equivalent to the manual(s) provided the manufacturer's designated field service representative as well as comply with all the requirements in paragraphs (b) through (i) of this clause. Sections, headings and section sequence identified in (b) through (i) of this clause are typical and may vary between manufacturers. Variances in the sections, headings and section sequence, however, do not relieve the manufacturer of his/her responsibility in supplying the technical data called for therein. (b) Title Page and Front Matter. The title page shall include the equipment nomenclature, model number, effective date of the manual and the manufacturer's name and address. If the manual applies to a particular version of the equipment only, the title page shall also list that equipment's serial number. Front matter shall consist of the Table of Contents, List of Tables, List of Illustrations and a frontispiece (photograph or line drawing) depicting the equipment. (c) Section I, General Description. This section shall provide a generalized description of the equipment or devices and shall describe its purpose or intended use. Included in this section will be a table listing all pertinent equipment specifications, power requirements, environmental limitations and physical dimensions. (d) Section II, Installation. Section II shall provide pertinent installation information. It shall list all input and output connectors using applicable reference designators and functional names as they appear on the equipment. Included in this listing will be a brief description of the function of each connector along with the connector type. Instructions shall be provided as to the recommended method of repacking the equipment for shipment (packing material, labeling, etc.). (e) Section III, Operation. Section III will fully describe the operation of the equipment and shall include a listing of each control with a brief description of its function and step-by-step procedures for each operating mode. Procedures will use the control(s) nomenclature as it appears on the equipment and will be keyed to one or more illustrations of the equipment. Operating procedures will include any preoperational checks, calibration adjustments and operation tests. Notes, cautions and warnings shall be set off from the text body so they may easily be recognizable and will draw the attention of the reader. Illustrations should be used wherever possible depicting equipment connections for test, calibration, patient monitoring and measurements. For large, complex and/or highly versatile equipment capable of many operating modes and in other instances where the Operation Section is quite large, operational information may be bound separately in the form of an Operators Manual. The providing of a separate Operators manual does not relieve the supplier of his responsibility for providing the minimum acceptable maintenance data specified herein. When applicable, flow charts and narrative descriptions of software shall be provided. If programming is either built-in and/or user modifiable, a complete software listing shall be supplied. Equipment items with software packages shall also include diagnostic routines and sample outputs. Submission information shall be given in the Maintenance Section to identify equipment malfunctions that are software related. (f) Section IV, Principles of Operation. This section shall describe in narrative form the principles of operation of the equipment. Circuitry shall be discussed in sufficient detail to be understood by technicians and engineers who possess a working knowledge of electronics and a general familiarity with the overall application of the devices. The circuit descriptions should start at the overall equipment level and proceed to more detailed circuit descriptions. The overall description shall be keyed to a functional block diagram of the equipment. Circuit descriptions shall be keyed to schematic diagrams discussed in paragraph (i) below. It is recommended that for complex or special circuits, simplified schematics should be included in this section. (g) Section V, Maintenance. The maintenance section shall contain a list of recommended test equipment, special tools, preventive maintenance instructions and corrective information. The list of test equipment shall be that recommended by the manufacturer and shall be designated by manufacturer and model number. Special tools are those items not commercially available or those that are designed specifically for the equipment being supplied. Sufficient data will be provided to enable their purchase by the Department of Veterans Affairs. Preventive maintenance instructions shall consist of those recommended by the manufacturer to preclude unnecessary failures. Procedures and the recommended frequency of performance shall be included for visual inspection, cleaning, lubricating, mechanical adjustments and circuit calibration. Corrective maintenance shall consist of the data necessary to troubleshoot and rectify a problem and shall include procedures for realigning and testing the equipment. Troubleshooting shall include either a list of test points with the applicable voltage levels or waveforms that would be present under a certain prescribed set of conditions, a troubleshooting chart listing the symptom, probable cause and remedy, or a narrative containing sufficient data to enable a test technician or electronics engineer to determine and locate the probable cause of malfunction. Data shall also be provided describing the preferred method of repairing or replacing discrete components mounted on printed circuit boards or located in areas where special steps must be followed to disassemble the equipment. Procedures shall be included to realign and test the equipment at the completion of repairs and to restore it to its original operating condition. These procedures shall be supported by the necessary waveforms and voltage levels, and data for selecting matched components. Diagrams, either photographic or line, shall show the location of printed circuit board mounted components. (h) Section VI, Replacement Parts List. The replacement parts list shall list, in alphanumeric order, all electrical/electronic, mechanical and pneumatic components, their description, value and tolerance, true manufacturer and manufacturers' part number. (i) Section VII, Drawings. Wiring and schematic diagrams shall be included. The drawings will depict the circuitry using standard symbols and shall include the reference designations and component values or type designators. Drawings shall be clear and legible and shall not be engineering or productions sketches.(End of Clause)C.7 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VIP database ().(End of Clause)C.8 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value.(End of Clause)C.9 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause— (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (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, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (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 considered to be 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) VA’s Electronic Invoice Presentment and Payment System. (See Web site at .) (2) 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). The X12 EDI Web site () includes additional information on EDI 810 and 811 formats. (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) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) 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) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.(End of Clause)C.10 VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of ONE YEAR OR MFG WARRANTY WHICH EVER IS GREATER, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.(End of Clause)C.11 VAAR 852.246-71 INSPECTION (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account.(End of Clause)(End of Addendum to 52.212-4)C.12 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (JUL 2010) (Pub. L. 111-5). [X] (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). [] (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (FEB 2012) (41 U.S.C. 2313). [] (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). [] (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (11) [Reserved] [X] (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [] (14) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637(d)(2) and (3)). [] (15)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (JUL 2010) of 52.219-9. [] (16) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (17) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (18) 52.219-16, Liquidated Damages--Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer.) [] (ii) Alternate I (June 2003) of 52.219-23. [] (20) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (DEC 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (21) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (23) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C 632(a)(2)). [] (24) 52.219–29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (APR 2012) (15 U.S.C. 637(m)). [] (25) 52.219–30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (APR 2012) (15 U.S.C. 637(m)). [X] (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). [X] (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (30) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). [X] (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [X] (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). [] (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [] (34) 52.222-54, Employment Eligibility Verification (JUL 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). [] (ii) Alternate I (DEC 2007) of 52.223-16. [X] (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (39) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d). [X] (40)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). [] (ii) Alternate I (MAR 2012) of 52.225-3. [] (iii) Alternate II (MAR 2012) of 52.225-3. [] (iv) Alternate III (NOV 2012) of 52.225-3. [] (41) 52.225-5, Trade Agreements (NOV 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (47) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [X] (48) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). [] (49) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). [] (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). [] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). [] (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). [] (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). [] (7) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). [] (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247) [] (9) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employee Eligibility Verification (JUL 2012) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSSee attached document: VA 01-00-00 - Appendix D INTERIM LIFE SAFETY MEASURES.See attached document: VA 27-52-23 NURSE CALL AND CODE BLUE SYSTEMS.See attached document: VA 5th Floor-Floor Plan 1.See attached document: VA 5th Floor-Floor Plan 2.See attached document: VA 7th Floor-Floor Plan.See attached document: VA 10th Floor-Floor Plan.SECTION E - SOLICITATION PROVISIONSADDENDUM 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation:E.1 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)E.2 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008) The supplies or equipment required by this invitation for bid or request for proposal must conform to the standards of the Department of Veterans Affairs and Underwriters Laboratories as to NURSE CALL AND CODE BLUE SYSTEMS,SECTION 27 52 23 and UL1069. The successful bidder or offeror will be required to submit proof that the item(s) he/she furnishes conforms to this requirement. This proof may be in the form of a label or seal affixed to the equipment or supplies, warranting that they have been tested in accordance with and conform to the specified standards. Proof may also be furnished in the form of a certificate from one of the above listed organizations certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards.(End of Provision)FAR NumberTitleDate52.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONSDEC 2012(End of Addendum to 52.212-1)E.3 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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 shall be used to evaluate offers:1. Technical Capability Offer must conform to the requirements of the Statement of Work.2. Past Performance The Offeror shall be evaluated on performance of past contracts and how well the identified performance relates to the product/work being procured under the Statement of Work for this procurement. Offeror must provide at least three recent and relevant past performance references (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract). To be relevant, the effort must be similar in nature of work, size, magnitude, complexity, and scope of this procurement. Relevant past performance is defined as not more than three years from the RFP release date of this procurement.3. Service-Disabled Veteran Owned Small Business and Veteran Status 4. Price When 1, 2, and 3 are combined they are significantly more important than price alone. (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 or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Provision)E.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (DEC 2012) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service-- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Inverted domestic corporation", as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Sensitive technology"-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "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 size standards in this solicitation. "Subsidiary" means an entity in which more than 50 percent of the entity is owned-- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website access through . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs . (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it [ ] is, [ ] is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that— (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either-- (A) It [ ] is, [ ] is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It [ ] has, [ ] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) [ ] Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ___________________.] (11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246-- (1) Previous contracts and compliance. The offeror represents that-- (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act--Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act--Supplies." (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act": Canadian End Products: Line Item No. __________________________________________ __________________________________________ __________________________________________[List as necessary] (3) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (4) Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act--Free Trade Agreements--Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made, designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country, end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals-- (1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ] Have, [ ] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ] Have, [ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (1) Listed end products.Listed End ProductListed Countries of Origin (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [ ] does [ ] does not certify that-- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003- 4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003- 4(d)(1). The offeror [ ] does [ ] does not certify that-- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies-- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). [ ] TIN: _____________________. [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other _________________________. (5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: Name _____________________. TIN _____________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that-- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@. (2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror— (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC’s Specially Designated Nationals and Blocked Persons List at ). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if— (i) This solicitation includes a trade agreements certification (e.g., 52.212–3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products.(End of Provision) ................
................

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

Google Online Preview   Download