I

?COMBINED SYNOPSIS SOLICITATIONThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in HYPERLINK "$/Working/far_doc/FAR12.DOC" \l "s126" \t "_self" Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 36C10E18Q9425The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53The solicitation is set aside for Service Disabled Veteran Owned Small Business (DSVOSB). The applicable NAIC Code for this solicitation is 334310, and the Small Business Size limitation is 750 employees.This requirement is for labor, supervision and materials to provide additional, new audio visual equipment to an already existing audio visual system at the Lincoln, NE VA Regional Office, 3800 Village Drive, Lincoln, NE 68514.CLIN 0001: Ft. Omaha/Ft. Kearney Training Room. AV materials, supplies and installation.CLIN 0002 VRE Conference Room. AV Materials, supplies and installation. Description of RequirementProvide and install the following:The contractor shall integrate new audio/visual equipment with existing equipment.All new equipment shall have the capability to interface with existing equipment. This AV system will need to be compatible to do out based training using Skype and Office 365. Fort Omaha / Fort Kearney Training RoomThis is one big training room with a movable wall partition which divides it into two separate training rooms. Replace old Extron and AMX equipment with new Crestron digital matrix system to allow for future audio expansion.Replace current Nexia biamp if needed with new compatible biamp which will be of similar quality. Reuse OFE speakers, microphones, and amplifiers if possible. Install new drop down microphones in ceiling if needed. New system will support either VOIP or POTS interface for audio conferencing. Replace current AMX control system with new Crestron control system to match existing training rooms. New Crestron system will have (2) touch panels (one per divisible room). Will be programed with similar functionality of other training rooms. Install wall plate for laptop input so a laptop can connect to the audio/video display/ projector system. Retune the room for the best audio. Recalibrate/scale the projector and screen for best fit and color.Existing OFE equipment that can be reused will be connected to the new system.RACK SYSTEMReplace current AV rack with new rack if needed, and clean up / label wiring. Vocational Rehabilitation & Education (VRE) Conference RoomThis end product of this conference room A/V upgrade is to match the functionality of the Ft. Robinson training room. Remove old Extron and AMX equipment from room. Customer will store or dispose of old equipment. Integrate any equipment which is still usable and functional into the new Audio Visual system. Install new Crestron Touch Screen with filler plate in the old AMX Touch Screen location. Program Creston Touch Screen with VA standard interface for consistent user experience across the facility Must be same functionality to what is in other training rooms.Install new Crestron control and Audio/Video matrix into the existing equipment rack. Re-cable, label, and clean up existing wiring in the rack Install wall plate for laptop input so a laptop can connect to the audio/video display/ projector system. Retune the room for the best audio. Recalibrate/scale the projector and screen for best fit and color.Existing OFE equipment that can be reused will be connected to the new system.REQUIREMENTS1.1 This document outlines the requirements for the installment of additional Audio Visual Systems equipment at the Department of Veterans Affairs, Lincoln VA Regional Office located in Lincoln, Nebraska 1.2 Component requirements are listed above under the General Section of the Statement of Work.1.3Work to be performed. New audio visual equipment will be placed with existing equipment. Exact placement of new equipment will be verified by the Support Services Division before any mounting efforts begin. 2. INSTRUCTIONS2.1The Contractor and other personnel (e.g., trainers, repair personnel) shall contact Joe Hlavac, joseph.hlavac@ for technical direction. Local VA Management will be contacted to schedule appointments prior to arriving at the site for site surveys, installation, repairs, etc. 2.2A site visit/walk through is suggested and scheduled to the offerors through the COR prior to submission of bid. All coordination shall be made with the Contracting Officer’s Representative (COR) and/or PM. Any applicable drawings, prints and/or other diagrams will be provided at this time for review and shall be returned to the COR and/or PM at the conclusion of the walk through. The site visit is scheduled for August 15, 2018 at 1:30pm at 3800 Village Drive, Lincoln, NE 68514. (Note: Site visit is suggested for this procurement. Interest parties are to contact the Project Manager, Mr. Kris Rodysill at (402) 420-4262 to set up a walk through appointment date and time. A Non-Disclosure Statement must be provided to potential vendors).2.3The Contractor shall submit their itemized quote for all materials, devices and equipment including a list of manufacturer’s complete model numbers and quantities. The quote shall also contain a statement that no exceptions are taken to the Statement of Work (SOW).2.4The Contractor shall submit with its quote the following:Any related published technical requirements and provide catalog cut sheets of the equipment and wiring schematic diagram and/or block diagram with sufficient descriptive data. The literature furnished will be identified or marked exactly to show the item to which it pertains. The information shall be provided to the PM.Evidence that this is an experienced and efficient service organization within local driving distance which regularly carries a stock of the repair parts for the system to be furnished; is capable of providing preventative maintenance, repairs, modifications, and emergency service response to trouble calls, and where feasible, is located within 2 hours of the project. Evidence that the company installing the system is a qualified audio visual specialist with at least three (3) years’ experience in the audio visual systems installation. Note: The term “specialist” as used in this requirement shall mean an individual or firm of established reputation or, if newly organized, whose personnel have regularly engaged in the installation of audio visual systems and which maintains a regular force of workmen skilled in either (as applicable) manufacturing or fabricating items required by the contract, installing items required by the contract, or otherwise performing work required by the contract. Where the contract requires installation by a specialist, that term shall also be deemed to mean either the manufacturer of the item; an individual or firm licensed by the manufacturer; or an individual or firm who will perform the work under the manufacturer’s direct supervision. All schedules and evidence must be approved by the PM before work can proceed.2.5Installation Timeframe. After receiving notice to proceed, the Contractor shall begin performance no later than 15 days after the date of order (ADO) for supplies or services and must have the work complete and system ready for testing and acceptance no later than 45 days ADO. The Contractor shall coordinate daily work hours with the PM. Any technical questions regarding the installation of the system or its technical operation shall also be directed to the PM.2.6The Contractor shall verify all dimensions, equipment needs and conditions at the site before starting any portion of the work under this contract. Any identified issues not consistent with the SOW will be brought to the attention of the PM.2.7Supervision. The Contractor shall make available, a representative from the company who has decision-making authority to appear on-site within a reasonable amount of time to answer questions or resolve problems or disputes. It is not the intent of the Government neither to supervise the Contractors’ employees or subcontractors nor to resolve any disputes or problems between the Contractor and his/her subcontractor(s). The Contractor is solely responsible for ensuring his/her subcontractors and employees follow the contract requirements. 2.7Work Site Facility Usage. The Contractor shall maintain the existing facility in a safe and neat environment throughout construction/installation period. The Contractor shall be responsible for the immediate repair and/or damage caused by construction/installation operations. The Contractor is required to take all necessary precautions in protecting the facility and its occupants during the construction/installation period.3.EQUIPMENT STANDARDS3.1The Contractor shall provide all material, equipment or devices that meet the requirements of the Underwriters Laboratories Inc. (UL), latest edition as regards to all of the facility’s audio visual system. The label of or listing by UL will be accepted as conforming to this requirement. In lieu of the label or listing, the Contractor may submit independent proof that the materials, equipment or devices conform to the published UL standards. For materials, equipment or devices that fall outside the scope of activity or UL, this requirement does not apply.3.2The National Electric Code (NEC) of the National Fire Protection Association and standards of the organization listed below are referenced herein. All work and equipment shall be manufactured, tested and installed in accordance with standards that are applicable.Electronic Industries Association (EIA)Underwriter’s Laboratories (UL)Insulated Power Cable Engineers Association (IPCEA)National Electric Manufacturer’s Association (NEMA)Institute of Electrical and Electronic Engineers (IEEE)American National Standards Institute (ANSI)National Fire Protection Association (NFPA)3.3Unless specifically approved by the Contracting Officer, all material and equipment installed to the existing system shall be new and shall be the products of the manufacturers regularly engaged in the production of such equipment. In addition, they shall be the manufacturer’s latest field proven standard designs available at the time of delivery, except for such modifications from the manufacturers standard as may be required, to conform to these requirements. Where two or more units of the same class equipment are required, such units shall be the standard products of a single manufacturer. Manufacturers shall be so established in the industry that prompt, continuing service and delivery of replacement parts may be assured. 3.4Maintainability. Devices and equipment shall be designed and constructed to facilitate modular, unitized component replacement. Components shall be so arranged and assembled that they are readily accessible to maintenance personnel without compromising the defeat-resistance operation of the system. Controls and adjustments inside enclosures, requiring manipulation by maintenance personnel, shall be readily visible and accessible with minimum disassembly of the equipment. 3.5Interchangeability. Like units, assemblies, subassemblies and replaceable parts shall be physically and functionally interchangeable as complete items, without modification. Individual items shall not be hand-picked for fit or performance. Reliance shall not be placed on any uninspected dimension, rating, characteristic, etc. Whether parts and subassemblies are readily replaceable will be determined by the PM.3.6Manufacturers’ Nameplates. Manufacturers’ nameplates will be securely and permanently affixed to each major component of the system, and will be indented, embossed, or silk-screened in a high quality way providing lasting identification. Each nameplate will as a minimum, contain the manufacturer’s name and complete model number or serial number of the component currently available and identified in current publications or catalogs.3.7Workmanship. Workmanship during manufacture, assembly and installation of the system shall conform, in all respects, to the requirements listed under Equipment Standards above. Soldering, workmanship, wiring, cleaning, finishes and miscellaneous materials shall conform to these requirements.4.SYSTEM REQUIREMENTS4.1The system shall comply for quality of products, design and performance with Underwriters Laboratories Standards.4.2Materials on Site. Unless otherwise noted or specified, materials and equipment that are removed and not reused become the property of the Government and must be turned over to the VA with a complete equipment/list inventory.4.3Storage or sale of equipment on the site. Storage or sale of excess salvageable material on the site is not permitted and shall be removed from the site daily.5.EXECUTION5.1The Contractor shall furnish, install and connect/reconnect, as applicable, all equipment and wiring to fully operate a local audio visual system for the Lincoln VA Regional Office.5.2The Contractor shall provide all wiring. Quantities, types of conductors and size shall be as required by the manufacturer of the respective equipment being installed and shall be local building and fire code compliant. Wiring and Cable5.3All wiring and cables shall comply with pertinent section s of the NEC where applicable. Wiring shall be neat and sturdy. Wires shall not be bent sharply where they enter insulating material. Wires shall be properly placed and supported to prevent undue stress on the conductors. Groups of wires and cables not in conduit shall be properly laced and secured.5.4Power Wiring. Power wiring runs shall be so arranged that they do not introduce signals or currents in to the signal wiring.5.5Grounding. Conductors, ground conductors, conduits, junction boxes, cabinets, cable messengers and all non-current carrying metallic parts of the equipment shall be grounded in accordance with National Fire Protection Safety (NFPA) NO.70.5.6Repair of existing work shall be carefully laid out in advance. Where cutting, chasing or drilling is done in any part of the building during installation, these parts shall be repaired and refinished by skilled mechanics of the trades involved, and all cleaning up and debris removal accomplished at no additional cost to the government. Conduit and fittings which run exposed on finished walls and below ceilings shall be painted with two coats of paint to match the surfaces on which they are run (if applicable).5.7The Contractor shall verify all dimensions, equipment needs and conditions at the site before starting any portion of the work under this contract.Programming5.8The Contractor shall be fully responsible for the programming, labeling and identifying all functions of the Audio Visual System.Internal Wiring Diagram5.9All internal wiring diagrams for the audio visual system shall be provided by the Contractor. Testing, Training and Project Acceptance5.10Without additional expense to the Government, competent equipment manufacturer or personnel or an authorized representative shall give instructions for the care, adjustment and operation of all parts of the system to the Government employees who are to have charge of the equipment. Copies of the program information will be supplied to the local Project Manager with the other technical information.5.11The instructor(s) shall be thoroughly familiar with all parts of the system and installation at the site and shall be trained in operating theory as well as in practical operation and maintenance work. 5.12Furnish two (2) hours of instruction to the local Project Manager and Management staff prior to officially releasing the equipment back to the Department of Veterans Affairs. This training must include the full operation of all newly installed equipment as well as how they work in conjunction with the current system. Additionally, furnish at least one (1) set of manuals to the PM, one (1) week prior to the instruction period.5.13Upon completion of the installation, complete performance tests shall be conducted on each piece of equipment and material required by the contract.5.14Acceptance by the Government will be given after the satisfactory completion of the installation of the system, training, and performance and reliability testing. Receipt by the Government of all required drawings and documents must also have been verified by the PM and/or local VA Management Staff.As-Installed Drawings and Documentation5.15Upon completion of the work, the Contractor shall neatly modify the approved drawings to show details of the system as actually installed, including all modifications (if any) which have been approved during the course of the contract. Drawings shall include all wiring diagrams showing numbered terminal points, wiring diagram of individual components and schematics of all electrical or electronic equipment used. 5.16The Contractor shall furnish a manual containing all necessary information to enable personnel to operate, test, and maintain the system. All pertinent drawings, schematics, tables, charts, and photographs shall be included. The manual shall incorporate the following information in the order shown:Covers. Front and back covers shall be of durable stock with the following printed on the front cover: Title with the correct nomenclature; contract number, date of publication, proprietary notice to read, “Prepared under VA Contract No. _________ by (Name of Contractor) ______________________, for the US Department of Veterans Affairs, Lincoln VA Regional Office.Title page. The title page shall include the same information as printed on the front cover.Table of Contents. The table of contents shall list all important subdivisions of the manual.General. The general section shall contain an overall description of the system including types of equipment installed, arrangement of the system, etc.Technical Section. The technical section shall contain the detailed information of the equipment included in the system. It shall include: system operation; installation; bill of materials including manufacturer’s names with model and serial numbers; maintenance and adjustment; troubleshooting; and schematic, assembly, wiring and interconnecting diagrams of all circuits, internal and external, for all equipment.Operation Section. The operation section shall contain recommended procedures for the operation of each device.5.17The Government request that Contractor shall provide helpdesk points of contact/ telephone numbers of individuals that can be reached in the event of equipment malfunction or questions.6.SAFETY AND HEALTH6.1All work shall comply with the applicable requirements of 29CFR 1910/1926 and 40CFR761. All work shall comply with applicable state and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent will apply.6.2The Contractor shall assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work, and shall hold the Government harmless for any action on its part or that of its employees or subcontractors, which results in illness or death.6.3The Contractor shall provide all necessary safety equipment and ensure that such equipment and all relevant safety procedures are adequate for the job being performed and are utilized properly.7.WARRANTY7.1The Contractor shall warrant to the government, all parts, components and devices comprising the working system upgrade for one (1) calendar year, beginning on the date of acceptance by the government. Additionally, it is required that the Contractor provide the government with a list of the devices/component’s manufacturer warranties.7.2During the warranty period, no cost shall accrue to the government for any discovered needed repairs or replacement of any components in the system, including labor, parts acquisition, stocking charges, transportation or service calls. 7.3A final system test will be conducted in the presence of the Program Manager and VA Management Staff. No acceptance shall be made absent this successful system test.7.4Acceptance by the government for this project shall occur when all components and devices are properly installed and tested to the satisfaction of the VA and/or PM along with written and signed documentation consisting of GSA Form 220 entitled Inspection of Work under Contract, with reported information. A copy of the same information will be provided to the Contractor to that effect. Absent this documentation, inspection and acceptance shall be considered incomplete and payment made by delayed.8.SECURITY CLEARANCE REGULATIONS/REQUIREMENTS8.1Homeland Security Presidential Directive (HSPD) 12 entitled “Policy for a Common Identification Standard for Federal Employees and Contractors” (HSPD-12 Directive) requires mandatory, government wide standards for conducting background investigations, adjudicating to the results and issuing credentials to employees and contractor s who require long term access to Federally controlled facilities and/or information systems. 8.2HSPD-12 does not apply to the following category – Contractor employees under contract to a department or agency, requiring only intermittent access and/or short terms access less than 6 months to federally controlled facilities.The Program Manager shall be responsible for ensuring contractor staff has limited/controlled access to facilities and information via escorts by on-site Federal employees and/or posted FPS Protective Security Officer Staff. The PM will also be responsible for providing contractor employees with clear documentation on the rules of behavior and consequences for violations prior to granting access to facilities/systems. The Contractor is responsible for reporting any security violations of their employees to the PM and/or the local FPS Office immediately.8.3HSPD-12 applies to the following category – Contractor employees under contract to a department or agency, requiring routine access six months or more to federally controlled facilities.8.3.1 Each contract employee shall, at a minimum, complete the required DHS, FPS suitability adjudication process as dictated by FPS assigned risk level of either low, moderate or high. It is anticipated that no contract employees will require any higher clearance, however, FPS reserves the right to require more stringent background checks in order to accommodate site-specific requirements of other Federal agencies to include but not limited to FBQ and DEA.8.3.2 FPS shall complete suitability adjudication prior to any contract employee being permitted to work and the Contractor is responsible for ensuring that all contract employees receive suitability adjudication by FPS. Contract employees and all company personnel who may work or visit the site are required to receive suitability adjudication by FPS. 8.3.3 Upon notification and commencement of required work effort, the COR and/or PM shall furnish appropriate forms or their electronic equivalent in Adobe Acrobat PDF format essential to conduct the required suitability adjudication process. 8.3.4 The Contractor is encouraged to use any local or state law enforcement agency to obtain readable fingerprints on the fingerprint cards.8.3.5 Illegible or incomplete forms submitted by the Contractor shall be returned and will result in significant delays in the adjudication process. The Contractor shall ensure that all forms submitted to FPS are complete, legible, and accurate. FPS is not responsible for any delays that occur due to the Contractor’s failure to submit timely, complete, accurate, and legible paperwork to FPS. The Contractor shall have and utilize an internal quality control process to ensure applications are complete and correct before submitting them to FPS.8.4Temporary Clearances - If FPS finds any of the Contractor’s employees to be unsuitable to work under this contract after a temporary clearance has been provided, the Contractor shall be advised immediately that such employee can no longer work under this contract, and the Contractor shall in turn immediately remove the affected employee from the project. 8.5Temporary Clearances – The contract employee or the Contractor may appeal the suitability determination to the Contracting Officer. However, in such cases the Contractor shall proceed with the hiring process at their own risk until the final determination of the employee’s suitability has been accomplished. Under no circumstance shall any contractor employee who has received a notice of unfavorable or unsuitable adjudication work under this or any DHS, FPS contract. This requirement also applies to contractor employees whose unfavorable adjudication is under appeal. 8.6Once a favorable adjudication has been made by FPS, the contract employee is suitable to work under this contract. This favorable adjudication is valid for a period of fine (5) years provided that nothing occurs within the five-year period that would render the employee unsuitable for continuing performance under the contract. The Contractor shall immediately notify COR and the CO in writing of any circumstances that arise which could possibly affect any employee’s suitability status such as arrests, convictions, and/or termination of employment by the contractor for cause, such as misconduct or neglect of duty. 8.7The Government shall have and exercise full and complete control over granting, denying, withholding, or termination suitability clearances for contractor employees. The Government may, as it deems appropriate, authorize and grant temporary clearance to employees of the Contractor. However, issuance of a temporary clearance to any such employee shall not be considered as assurance that full clearance will follow as a result or condition thereof and the granting of either temporary or full clearance shall in no way prevent, preclude, or bar the later withdrawal or termination of any such clearance by the Government. 8.8No Contractor employees shall be allowed to work on-site prior to the aforementioned background check. The Government reserves the right to deny any individual access to the building. All employees of the Contractor and any sub-contractor will be issued building identification badges and will be required to wear them in a visible site at all time while on the premises. 9.RECORDING PRESENCE9.1Each contract employee shall sign in each day when reporting to work and sign out when leaving the work site at the end of the day. GSA Form 139, Record of Time of Arrival and Departure, shall be utilized for this purpose. The sign-in and sign-out location shall be designated and established by the COR. Each time and date entries made for arrival, on duty, and departure, off duty shall be verified and countersigned by the COR.10.SPECIAL CONDITIONS1 The Contractor shall coordinate all on site work effort with the local management for installation, access to worksite, escort requirements in sensitive areas, acceptable location of contractor’s equipment/supplies, daily clean-up efforts, contractor’s employee company identification, etc. Changes To Statement of WorkAny changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.McNamara-O’Hara Service Contract Act Wage Determination: This contract incorporates the wages and fringe benefits of the following wage determinationsWage DeterminationOccupation Wage (Including Fringe Benefits)15-5351, Revision 8Engineering Technician I $16.00 + $4.84The contractor shall pay each employee that performs work under this contract at least the wages and fringe benefits indicated on the Wage Determination and the table above. The Government may require submission of payrolls, conduct labor interviews, or perform other investigations to determine that clients are receiving the wages and fringe benefits required under this contract..Confidentiality and Non-Disclosure The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the task order.The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response.Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer.Period of Performance: 45 Days After Receipt of OrderPOC: Department of Veterans AffairsLincoln VA Regional Office3800 Village DriveLincoln, NE 68514Kris Rodysill – 402-420-4262 kris.rodysill@FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda:52.252-1Solicitation Provisions Incorporated By Reference (FEB 1998)52.216-1Type of Contract (APR 1984)52.232-38Submission of Electronic Funds Transfer Information With Offer (JULY 2013)52.233-2Service of Protest (SEP 2006)VAAR 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008)VAAR 852-233-71Alternative Protest Procedure (JAN 1998)VAAR 852.270-1Representatives of Contracting Officers (JAN 2008)VAAR 852.273-74Award Without Exchanges (JAN 2003)FAR 52.212-2, Evaluation – Commercial Items, applies to this solicitation. Offers will be evaluated on price only. FAR 52.212-3, Offeror Representations and Certifications – Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer.FAR 52.212-4, Contract Terms and Conditions – Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda:Insurance – Work on a Government Installation (JAN 1997)(a) Workers’ compensation and employer’s liability. Contractors are required to comply with applicable Federal and State workers’ compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer’s liability section of the insurance policy, except when contract operations are so commingled with a contractor’s commercial operations that it would not be practical to require this coverage. Employer’s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers’ compensation to be written by private carriers. (See HYPERLINK "" \l "P360_59481" 28.305(c) for treatment of contracts subject to the Defense Base Act.)(b) General liability.(1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.(2) Property damage liability insurance shall be required only in special circumstances as determined by the agency.(c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims.VAAR 852.203-70 Commercial Advertising (May 2018)VAAR 852.211-73Brand Name or Equal (JAN 2008)VAAR 852.215-70Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION)VAAR 852.215-71Evaluation Factor Commitments (DEC 2009)Subcontracting Commitments – Monitoring and ComplianceThis solicitation includes 852.219-74 Limitations on Subcontracting Monitoring and Compliance.(JUL 2018)LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE(a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.219-6, Notice of Total Small Business Set-Aside).](b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer 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.(c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.(d) 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 Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.(End of clause)VAAR 852.246-70Guarantee (JAN 2008)VAAR 852.246-71Inspection (JAN 2008)52.212-5, Terms and Conditions Required to Implement Executive Orders – Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation:Paragraph b clauses applicable:(1)52.203-6Restrictions on Subcontractor Sales to the Government (SEP 2006)(4) 52.204-10Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2016)(6)52.209-6Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)(7) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)(11)52.219-6Notice of Total Small Business Set-Aside (NOV 2011)(13)52.219-8Utilization of Small Business Concerns (NOV 2016)(15)52.219-14Limitations on Subcontracting (JAN 2017)(21)52.219-28Post-Award Small Business Program Representation (JUL 2013)(25)52.222-19Child Labor – Cooperation with Authorities and Remedies (JAN 2018)(26)52.222-21Prohibition of Segregated Facilities (APR 2015)(27)52.222-26Equal Opportunity (SEP 2016)(28)52.222-35Equal Opportunity for Veterans (OCT 2015)(29)52.222-36Affirmative Action for Workers with Disabilities (JUL 2014)(30)52.222-37Employment Reports on Veterans (FEB 2016)(31)52.222-40Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)(32)52.222-54Employment Eligibility Verification (OCT 2015)(36)52.223-18Contractor Policy to Ban Text Messaging While Driving (AUG 2011)(37)52.225-1Buy American Act – Supplies (MAY 2014)(40)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008)(46)52.232-33Payment by Electronic Funds Transfer – System for Award Management (JUL2013)Paragraph c clauses applicable:(1)52.222-41Service Contract Act of 1965 (MAY 2014)(2)52.222-42Statement of Equivalent Rates for Federal Hires (MAY 2014)This solicitation incorporates Wage Determination 15-5351, Revision 8 for Lancaster County, Nebraska. The class of employee that is anticipated to be used is Electronics Technician 1 at a labor rate of $20.84 per hour including fringe benefits. (4)52.222-44Fair Labor Standards Act and Service Contract Act—Price Adjustment (MAY 2014)N/AN/AOffers are due not later than August 27, 2018 by 2:00PM Central Time. Offers may be submitted electronically to HYPERLINK "mailto:tinie.kelly@" tinie.kelly@. Only electronic offers shall be accepted. For additional information, please contact the Contracting Officer, Kris Kelly at (918) 486-8649, or by e-mail to HYPERLINK "mailto:tinie.kelly@" tinie.kelly@ . ................
................

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

Google Online Preview   Download