PAGE 1 OF1. REQUISITION NO.2. CONTRACT NO.3. AWARD ...



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 ITEMS100512-14-2-3585-0030VA240-14-R-000202-21-2014Ms. Cheryl Homison, 412-822-3493412-822-349303-21-20143PM, EST00240E XUS Department of Veterans AffairsVeterans Health AdministrationService Area Organization (SAO) East323 North Shore Drive, Suite 500Pittsburgh PA 15212-5319812910$7 MillionX N/AX00240EUS Department of Veterans AffairsVeterans Health AdministrationService Area Organization (SAO) East323 North Shore Drive, Suite 500Pittsburgh PA 15212-531900240EUS Department of Veterans AffairsVeterans Health AdministrationService Area Organization (SAO) East323 North Shore Drive, Suite 500Pittsburgh PA 15212-531900240EUS Department of Veterans AffairsFinancial Services Center (FSC)P.O. Box 149971Austin TX 78714-8971VA Service Dog and Emotional Support Dog Solicitationfor the Post Traumatic Stress Disorder (PTSD) ServiceDog Study. See attached solicitation for schedule ofservices.XXX 1SECTION AA.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSTable of Contents TOC \o "1-4" \f \h \z \u \x SECTION A PAGEREF _Toc380734101 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc380734102 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc380734103 \h 4B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc380734104 \h 4B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc380734105 \h 16B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc380734106 \h 16B.4 SUBCONTRACTING PLAN--MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc380734107 \h 17SECTION C - CONTRACT CLAUSES PAGEREF _Toc380734112 \h 46C.1 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (FEB 2012) PAGEREF _Toc380734113 \h 46C.2 52.216-1 TYPE OF CONTRACT (APR 1984) PAGEREF _Toc380734114 \h 52C.3 52.216-18 ORDERING (OCT 1995) PAGEREF _Toc380734115 \h 52C.4 52.216-19 ORDER LIMITATIONS (OCT 1995) PAGEREF _Toc380734116 \h 52C.5 52.216-22 INDEFINITE QUANTITY (OCT 1995) PAGEREF _Toc380734117 \h 52C.6 52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995) PAGEREF _Toc380734118 \h 53C.7 52.217-5 EVALUATION OF OPTIONS (JUL 1990) PAGEREF _Toc380734119 \h 53C.8 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) PAGEREF _Toc380734120 \h 53C.9 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) PAGEREF _Toc380734121 \h 53C.10 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2012) PAGEREF _Toc380734122 \h 54C.11 52.222-49 SERVICE CONTRACT ACT—PLACE OF PERFORMANCE UNKNOWN (MAY 1989) PAGEREF _Toc380734123 \h 56C.12 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONS (DEC 2012) PAGEREF _Toc380734124 \h 57C.13 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) PAGEREF _Toc380734125 \h 58C.14 52.233-2 SERVICE OF PROTEST (SEP 2006) PAGEREF _Toc380734126 \h 60C.15 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) PAGEREF _Toc380734127 \h 60C.16 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) PAGEREF _Toc380734128 \h 60C.17 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) PAGEREF _Toc380734129 \h 61C.18 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) PAGEREF _Toc380734130 \h 61C.19 VAAR 852.209-70 ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 2008) PAGEREF _Toc380734131 \h 61C.20 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) PAGEREF _Toc380734132 \h 62C.21 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) PAGEREF _Toc380734133 \h 63C.22 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) PAGEREF _Toc380734134 \h 64C.23 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) PAGEREF _Toc380734135 \h 64C.24 52.242-15 STOP-WORK ORDER (AUG 1989) PAGEREF _Toc380734136 \h 64C.25 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2014) PAGEREF _Toc380734137 \h 65SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS PAGEREF _Toc380734138 \h 71SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc380734139 \h 7252.212-2Evaluation—Commercial Items (Jan?1999) PAGEREF _Toc380734150 \h 87E.1 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (NOV 2013) PAGEREF _Toc380734151 \h 88SECTION 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: b. GOVERNMENT: Contracting Officer 00240E US Department of Veterans AffairsVeterans Health AdministrationService Area Organization (SAO) East323 North Shore Drive, Suite 500Pittsburgh PA 15212-5319 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[] X, monthly in arrears 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.US Department of Veterans AffairsFinancial Services Center (FSC)P.O. Box 149971Austin TX 78714-8971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NODATE5. AGENCY DELIVERY ORDER OMBUDSMAN The Agency Delivery Order Ombudsman shall review any complaints from contractors to ensure they are afforded a fair opportunity to be considered, consistent with the procedures specified in the resulting contract.? The Department of Veterans Affairs Delivery Order Ombudsman and associated contact information is as follows:Jeffrey Ryan, Deputy Director, SAO East323 North Shore DrivePittsburgh, PA 15212VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE FORINCLUSION INTO CONTRACTS, AS APPROPRIATE1. GENERALContractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.2. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMSa. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order.b. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures.c. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness.d. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor.e. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor’s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination.3. VA INFORMATION CUSTODIAL LANGUAGEa. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1).b. VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor’s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA’s information is returned to the VA or destroyed in accordance with VA’s sanitization requirements. VA reserves the right to conduct on site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements.c. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract.d. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract.e. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed.f. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12.g. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship.h. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated.i. The contractor/subcontractor’s firewall and Web services security controls, if applicable, shall meet or exceed VA’s minimum requirements. VA Configuration Guidelines are available upon request.j. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA’s prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response.k. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response.l. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COTR.4. SECURITY INCIDENT INVESTIGATIONa. The term “security incident” means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access.b. To the extent known by the contractor/subcontractor, the contractor/subcontractor’s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant.c. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement.d. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident.5. LIQUIDATED DAMAGES FOR DATA BREACHa. Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract.b. The contractor/subcontractor shall provide notice to VA of a “security incident” as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach forthe potential misuse of any sensitive personal information involved in the data breach. Theterm 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination.c. Each risk analysis shall address all relevant information concerning the data breach, including the following:(1) Nature of the event (loss, theft, unauthorized access);(2) Description of the event, including:(a) date of occurrence;(b) data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code;(c) Number of individuals affected or potentially affected;(d) Names of individuals or groups affected or potentially affected;(e) Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text;(f) Amount of time the data has been out of VA control;(g) The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons);(h) Known misuses of data containing sensitive personal information, if any;(i) Assessment of the potential harm to the affected individuals;(j) Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and(k) Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised.d. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $__37.50____ per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following:Notification;(2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports;(3) Data breach analysis;(4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution;(5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and(6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs.6. SECURITY CONTROLS COMPLIANCE TESTINGOn a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. With 10 working-days’ notice, at the request of the government, the contractor must fully cooperate and assist in a government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time.7. TRAININGa. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems:(1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems;(2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training;(3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and(4) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document – e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.]b. The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.CONTRACTOR RULES OF BEHAVIORThis User Agreement contains rights and authorizations regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with the Department of Veterans Affairs (VA). This User Agreement covers my access to all VA data whether electronic or hard copy (“Data”), VA information systems and resources (“Systems”), and VA sites (“Sites”). This User Agreement incorporates Rules of Behavior for using VA, and other information systems and resources under the contract.GENERAL TERMS AND CONDITIONS FOR ALL ACTIONS AND ACTIVITIES UNDERTHE CONTRACT:I understand and agree that I have no reasonable expectation of privacy in accessing or using any VA, or other Federal Government information systems.b. I consent to reviews and actions by the Office of Information & Technology (OI&T) staff designated and authorized by the VA Chief Information Officer (CIO) and to the VA OIG regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with the VA. These actions may include monitoring, recording, copying, inspecting, restricting access, blocking, tracking, and disclosing to all authorized OI&T, VA, and law enforcement personnel as directed by the VA CIO without my prior consent or notification.c. I consent to reviews and actions by authorized VA systems administrators andInformation Security Officers solely for protection of the VA infrastructure, including, but not limited to monitoring, recording, auditing, inspecting, investigating, restricting access, blocking, tracking, disclosing to authorized personnel, or any other authorized actions by all authorized OI&T, VA, and law enforcement personnel.d. I understand and accept that unauthorized attempts or acts to access, upload, change, or delete information on Federal Government systems; modify Federal government systems; deny access to Federal government systems; accrue resources for unauthorized use on Federal government systems; or otherwise misuse Federal government systems or resources are prohibited.e. I understand that such unauthorized attempts or acts are subject to action that may result in criminal, civil, or administrative penalties. This includes penalties for violations of Federal laws including, but not limited to, 18 U.S.C. §1030 (fraud and related activity in connection with computers) and 18 U.S.C. §2701 (unlawful access to stored communications).f. I agree that OI&T staff, in the course of obtaining access to information or systems on my behalf for performance under the contract, may provide information about me including, but not limited to, appropriate unique personal identifiers such as date of birth and social security number to other system administrators, Information Security Officers (ISOs), or other authorized staff without further notifying me or obtaining additional written or verbal permission from me.g. I understand I must comply with VA’s security and data privacy directives and handbooks. I understand that copies of those directives and handbooks can be obtained from the Contracting Officer's Technical Representative (COTR). If the contractor believes the policies and guidance provided by the COTR is a material unilateral change to the contract, the contractor must elevate such concerns to the Contracting Officer for resolution.h. I will report suspected or identified information security/privacy incidents to the COTR and to the local ISO or Privacy Officer as appropriate.2. GENERAL RULES OF BEHAVIORa. Rules of Behavior are part of a comprehensive program to provide complete information security. These rules establish standards of behavior in recognition of the fact that knowledgeable users are the foundation of a successful security program. Users must understand that taking personal responsibility for the security of their computer and the information it contains is an essential part of their job.b. The following rules apply to all VA contractors. I agree to:(1) Follow established procedures for requesting, accessing, and closing user accounts and access. I will not request or obtain access beyond what is normally granted to users or by what is outlined in the contract.(2) Use only systems, software, databases, and data which I am authorized to use, including any copyright restrictions.(3) I will not use other equipment (OE) (non-contractor owned) for the storage, transfer, or processing of VA sensitive information without a VA CIO approved waiver, unless it has been reviewed and approved by local management and is included in the language of the contract. If authorized to use OE IT equipment, I must ensure that the system meets all applicable 6500 Handbook requirements for OE.(4) Not use my position of trust and access rights to exploit system controls or access information for any reason other than in the performance of the contract.(5) Not attempt to override or disable security, technical, or management controls unless expressly permitted to do so as an explicit requirement under the contract or at the direction of the COTR or ISO. If I am allowed or required to have a local administrator account on a government-owned computer, that local administrative account does not confer me unrestricted access or use, nor the authority to bypass security or other controls except as expressly permitted by the VA CIO or CIO's designee.(6) Contractors’ use of systems, information, or sites is strictly limited to fulfill the terms of the contract. I understand no personal use is authorized. I will only use other Federal government information systems as expressly authorized by the terms of those systems. I accept that the restrictions under ethics regulations and criminal law still apply.(7) Grant access to systems and information only to those who have an official need to know.(8) Protect passwords from access by other individuals.(9) Create and change passwords in accordance with VA Handbook 6500 on systems and any devices protecting VA information as well as the rules of behavior and security settings for the particular system in question.(10) Protect information and systems from unauthorized disclosure, use, modification, or destruction. I will only use encryption that is FIPS 140-2 validated to safeguard VA sensitive information, both safeguarding VA sensitive information in storage and in transit regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with the VA.(11) Follow VA Handbook 6500.1, Electronic Media Sanitization to protect VA information. I will contact the COTR for policies and guidance on complying with this requirement and will follow the COTR's orders.(12) Ensure that the COTR has previously approved VA information for public dissemination, including e-mail communications outside of the VA as appropriate. I will not make any unauthorized disclosure of any VA sensitive information through the use of any means of communication including but not limited to e-mail, instant messaging, online chat, and web bulletin boards or logs.(13) Not host, set up, administer, or run an Internet server related to my access to and use of any information assets or resources associated with my performance of services under the contract terms with the VA unless explicitly authorized under the contract or in writing by the COTR.(14) Protect government property from theft, destruction, or misuse. I will follow VA directives and handbooks on handling Federal government IT equipment, information, and systems. I will not take VA sensitive information from the workplace without authorization from the COTR.(15) Only use anti-virus software, antispyware, and firewall/intrusion detection software authorized by VA. I will contact the COTR for policies and guidance on complying with this requirement and will follow the COTR's orders regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with VA.(16) Not disable or degrade the standard anti-virus software, antispyware, and/or firewall/intrusion detection software on the computer I use to access and use information assets or resources associated with my performance of services under the contract terms with VA. I will report anti-virus, antispyware, firewall or intrusion detection software errors, or significant alert messages to the COTR.(17) Understand that restoration of service of any VA system is a concern of all users of the system.(18) Complete required information security and privacy training, and complete required training for the particular systems to which I require access.3. ADDITIONAL CONDITIONS FOR USE OF NON- VA INFORMATION TECHNOLOGYRESOURCESa. When required to complete work under the contract, I will directly connect to the VA network whenever possible. If a direct connection to the VA network is not possible, then I will use VA approved remote access software and services.b. Remote access to non-public VA information technology resources is prohibited from publicly-available IT computers, such as remotely connecting to the internal VA network from computers in a public library.c. I will not have both a VA network line and any kind of non-VA network line including a wireless network card, modem with phone line, or other network device physically connected to my computer at the same time, unless the dual connection is explicitly authorized by the COTR.d. I understand that I may not obviate or evade my responsibility to adhere to VA security requirements by subcontracting any work under any given contract or agreement with VA, and that any subcontractor(s) I engage shall likewise be bound by the same security requirements and penalties for violating the same.4. STATEMENT ON LITIGATIONThis User Agreement does not and should not be relied upon to create any other right or benefit, substantive or procedural, enforceable by law, by a party to litigation with the United States Government.5. ACKNOWLEDGEMENT AND ACCEPTANCEI acknowledge receipt of this User Agreement. I understand and accept all terms and conditions of this User Agreement, and I will comply with the terms and conditions of this agreement and any additional VA warning banners, directives, handbooks, notices, or directions regarding access to or use of information systems or information. The terms and conditions of this document do not supersede the terms and conditions of the signatory’s employer and VA.355282516954500952516954500Print or type your full name Signature355282514859000952514859000Last 4 digits of SSN Date36004500009525000Office Phone Position TitleContractor’s Company Please complete and return the original signedName document to the COTR within the timeframe stated in the terms of the contract.B.2 PRICING SCHEDULEThe contractor shall provide the services detailed in the Statement of Work and in accordance with the terms and conditions of the contract and this Request for Proposal (RFP). The contractor shall provide firm-fixed pricing rates for each contract line item for the base period and all (four) option years, as follows in CLIN: 0001 through 4009. Prices should be provided as firm fixed prices per unit (dog) and the proposed firm fixed prices shall be binding upon contract award. Differences in yearly pricing should be explained. Invoicing will be submitted on a monthly basis. Estimated Periods of Performance:Base Year 4/01/2014 through 3/31/2015Option Year One 4/1/2015 through 3/31/2016Option Year Two 4/1/2016 through 3/31/2017Option Year Three 4/1/2017 through 3/31/2018Option Year Four 4/1/2018 through 3/31/2019Final dates will be determined when contract award decision is made.UnitBase YearOption 1Option 2Option 3Option 4Service Dog:(CLINS: 0001-4001)Each (per dog)$10,000.00 *$10,000.00 *$10,000.00 *$10,000.00*$10,000.00 *Service Dog Training: (CLINS: 0002-4002)Each(per dog)$$$$$Emotional Support Dog:(CLINS: 0003-4003)Each(per dog)$$$$$Emotional Support Dog Training:(CLIN: 0004-4004)Each (per dog)$$$$$Veterinary Care, Diagnostics, & Routine Meds.(CLIN: 0005-4005)Each(per dog)$$$$$Housing/Routine Care: (CLIN: 0006-4006)Each (per dog)$$$$$Food: (CLIN: 0007-4007)Each (per dog)$$$$$Travel – Dogs to VA: (CLIN: 0008-4008)(Not To Exceed)$$$$$Travel – Veteran Reimbursement: (CLIN: 0009-4009)(Not To Exceed)$$$$$*This price is mandated by law, under the authority of Public Law (P.L.) 111-84, U.S. Senate Bill S.1390, Section 1077. This price is not subject to negotiation. By submitting an offer in accordance with this solicitation, all offerors agree to adhere to the unit price stipulated as annotated.B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-4 Notice of Price Evaluation Preference for HubZone Small Business Concerns. 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)B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract 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 compliance with the subcontracting commitments.(End of Clause)B.4 SUBCONTRACTING PLAN--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirement. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing the contractor's compliance with the plan, including reviewing the contractor's accomplishments in achieving the subcontracting goals in the plan. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data 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 compliance with the subcontracting plan.(End of Clause)Section C. Statement of Work- Procurement of Service Dogs and Emotional Support Dogs for the PTSD/SD Research Project Note: This requirement is issued under the authority of Section 1077 of U.S. Public Law 111-84 (the Act). 1.0 Background. The Act authorizes appropriations for VA to conduct a pilot study on the use of service dogs for the treatment and/or rehabilitation of Veterans with physical or mental injuries or disabilities. For a variety of reasons (detailed in the Final Rule Summary, released September 5, 2012), VA decided to limit the scope of this study to Veterans suffering from post-traumatic stress disorder (PTSD). Accordingly, this study will be termed the Posttraumatic Stress Disorder/Service Dog (PTSD/SD) study throughout the rest of this contract document. For orientation, it is important to distinguish the requirements for service dogs for the PTSD/SD study contained herein versus VA medical benefits for service dogs contained in 38 CFR Section 17.148 (§17.148) and recently described in the September 5, 2012 Federal Register (Final Rule). The congressional mandate includes numerous research study requirements that must be adhered to in order for any Contractor to be eligible for a contract award: 1.0.1 The VA is required to contract with only 501(c) (3) organizations (“Contractors”), and for those organizations to adhere to standards comparable with existing accreditation standards. 1.0.2 The VA will provide compensation of $10,000 for the procurement of each service dog in the study. There is no similar stipulation for emotional support dogs also needed for the study. Additionally, the VA is authorized to reimburse a Contractor for additional reasonable costs such as training, food, housing, and veterinary care prior to pairing (service dogs) or placement (emotional support dogs). 1.0.3 The Act states that the study must include a population of approximately 200 Veterans, which is needed in order to produce scientifically valid results with respect to assessing the benefits and costs of the use of the dogs in the study. A thorough market analysis indicates that between 150 and 220 Veterans are needed in order to provide appropriate statistical analytics in order to answer study objectives. Therefore, at least 150-220 dogs are expected to be needed as part of the contract requirements over the life of the contract. 1.0.4 At completion of the study, and if agreeable to the Veteran, the ownership of the study dog will transfer to the Veteran; otherwise, the ownership will transfer back to the Contractor, and the Contractor will become responsible for the dog. If any Veteran elects to not keep a dog, it will be returned to the Contractor unless VA determines that it would be unethical for humane or public safety reasons to do so.1.0.5 The VA study will evaluate the potential benefit of both service dogs and emotional support dogs to Veterans with a diagnosis of PTSD. There are important distinctions between service and emotional support dogs, which potential Contractors must be able to adhere to. These distinctions are further defined in item 1.5 and elsewhere below.1.1 This PTSD/SD study is distinct from VA benefits currently provided to eligible Veterans [§17.148(b)(1)] who can receive service dog benefits due to visual, hearing, or substantial mobility impairment. It is very likely that various stakeholders will confuse the medical benefits provided by VA for some service dogs with this study, which utilizes service dogs, and it is likely that Contractors will receive phone calls and queries that confuse the two. There are currently two fundamental differences- a) in contrast to the study, VA does not purchase service dogs as part of the medical benefit program, and b) the medical benefit program does not cover dogs for veterans on the basis of a mental health diagnosis (eg PTSD) alone. More details of these differences are provided below. 1.1.1 Regarding existing VA service dog benefits, the VA clinical team treating the Veteran for eligible impairments determines if the use of a service dog is optimal for the Veteran to manage the impairment and live independently, according to the criteria in §17.148. VA has never purchased service dogs as a benefit under §17.148, but does provide wellness and veterinary medical insurance for such dogs ((§17.148(d) (1)). 1.1.2 Regarding the PTSD/SD study, VA will be purchasing dogs for Veterans who enroll in the study, and will be providing wellness and veterinary health insurance for the duration of the time the Veteran is enrolled in the study. Veterans in the study will receive a monthly stipend to defray the cost of food and incidentals, and VA will reimburse any additional veterinary costs. After the Veteran completes the study, VA’s responsibility for the dog ends (§1077(c) (7)). At that time, the Veteran will be given the option of ownership of the dog. Per §1077(c) (7), “At the end of the study the Veteran will have the option of ownership of the dog. If the Veteran does not wish to retain the dog, the 501(c) (3)organization that provided the dog will be responsible for caring for or appropriately placing the dog.” “From a practical standpoint, at the request of VA, the 501(c) (3) organization must be willing to voluntarily accept ownership/possession of the dog back at no additional cost to the VA.” 1.2 At this time, benefits for a service dog described in §17.148 are not provided to mitigate the effects of a mental illness. 1.2.1 Regarding existing VA service dog benefits, in explaining its decision in the September 5, 2012 Federal Register, VA stated in the Final Rule that it was unaware of accepted training protocols for mental health service dogs, or how assistance from such dogs could be consistently helpful for Veterans to mitigate mental health impairments. The dogs procured via this contract will be used in the PTSD/SD study to help determine if service dogs are indeed an effective treatment for Veterans diagnosed with PTSD. The results are expected to inform future VA service dog benefits deliberations. This is the only connection between the PTSD/SD study and VA service dog benefits described in §17.148.1.2.2 Regarding the PTSD/SD study, Veterans diagnosed with PTSD will be eligible for enrollment if they meet criteria established by the VA study team. VA and Contractors will work together to ensure that Veterans meet Contractor handler eligibility criteria. 1.3 VA will purchase both service dogs and emotional support dogs for Veteran PTSD/SD participants via this procurement. As mentioned previously, VA is purchasing service dogs to conduct the PTSD/SD study. This is in contrast to VA policy on service dog benefits (§17.148(d) (4)), which states that VA will never take responsibility for or take possession of a service dog. 1.3.1. Contract Line Item Numbers (CLINs) that define the costs VA can pay for Service Dogs.CLINDescriptionApplies toScope0001-4001 Service DogCost of obtaining Service DogApplies only to obtaining the dog; set to $10,000 by Public Law 111-84.0002-4002Service Dog TrainingCosts related to training Service Dog prior to pairingTrainer labor and fringe, props, equipment, treats, transportation to training venues, other costs directly related to training a Service Dog to contract standards (see items 11.4, 12.1, 12.4, and 12.5).0005-4005Veterinary Care, Diagnostics and Routine MedicinesCosts related to health of dog prior to acceptance by VARoutine veterinary care, dewormers, flea preventatives, spay/neuter costs, prescription and over the counter medications, radiographs for Orthopedic Foundation for Animals (OFA) scoring, medical testing and physical examinations (see items 11.3, 12.2 and 12.3). 0006-4006Housing Routine CareCosts related to providing housing and routine husbandry and/or kennel care for dogs prior to pairing Kennel costs, kennel staff labor and fringe, utilities, bedding, grooming and basic care (e.g. nail trimming) costs. 0007-4007FoodCosts related to feeding dogs prior to pairingFood.0009-4009Travel- Veteran ReimbursementCosts related to Veteran travelling and staying at Service Dog facility during the pairing processTravel and lodging costs allowed by Federal Travel Regulations (FTRs) (see item 11.7). Expenses above those allowed by the FTRs cannot be reimbursed. 1.3.2. Contract Line Item Numbers (CLINs) that define the costs VA can pay for Emotional Support Dogs.CLINDescriptionApplies toScope0003-4003 Emotional Support DogCost of obtaining Emotional Support DogApplies only to dog; amount not specified by Public Law 111-84.0004-4004Emotional Support Dog TrainingCosts related to training Emotional Support Gog prior to placement with VeteranTrainer labor and fringe, props, equipment, treats, transportation to training venues, other costs directly related to training an emotional support dog to contract standards (see items 11.6, 12.1, 12.4, and 12.5).0005-4005Veterinary Care, Diagnostics and Routine MedicinesCosts related to health of dog prior to acceptance by VARoutine veterinary care, dewormers, flea preventatives, spay/neuter costs, prescription and over the counter medications, radiographs for OFA scoring, medical testing and physical examinations (see items 11.3, 12.2 and 12.3). 0006-4006Housing Routine CareCosts related to providing housing and routine husbandry and/or kennel for dogs prior to placement Kennel costs, kennel staff labor and fringe, utilities, bedding, grooming and basic care (e.g. nail trimming) costs. 0007-4007FoodCosts related to feeding dogs prior to pairingFood.0008-4008Travel- Dogs to VACosts related to sending an Emotional Support Dog to the VA study performance site where it is neededCarrier, transportation, and other related travel costs (see 11.8).(Note: this CLIN pricing will also apply to any dog that must be returned to the Contractor by VA for any reason, as specified in Section 3).1.4 Enrollment by a Veteran in the PTSD/SD study has no bearing on whether the Veteran will be eligible for future benefits described in §17.148 after their participation in the study ends. As stated in the Final Rule section entitled “The Exclusion of Benefits for Mental Health Service Dogs is Not Unreasonable”, the purpose of this PTSD/SD study is to provide scientific evidence whether service dogs are effective therapy for Veterans with PTSD. The results of this study will then inform future VA decisions on whether service dog benefits should be extended to Veterans with a primary mental health diagnosis. Accordingly, it is critically important that this study be done according to the highest scientific standards in partnership with respected organizations capable of providing healthy, well-trained service dogs and emotional support dogs.1.5 Service Dogs versus Emotional Support Dogs. The VA study will evaluate the potential benefit of both service dogs and emotional support dogs to Veterans with a diagnosis of PTSD. There are important differences between the two categories of dogs.1.5.1 The US Department of Justice (DoJ), Civil Rights Division, Disability Rights Section provides guidance regarding service dogs: Beginning on March 15, 2011, only dogs are recognized as service animals under Titles II and III of the ADA. A service animal is a dog that is individually trained to do work or perform tasks for a person with a disability that mitigates that disability. Generally, Title II and Title III entities must permit service animals to accompany people with disabilities in all areas where members of the public are allowed to go. The important characteristic of a service dog is that it has been individually trained to do work or perform tasks for people with disabilities. Examples of such work or tasks include guiding people who are blind, alerting people who are deaf, opening a door for someone in a wheelchair, alerting and protecting a person who is having a seizure, providing a physical barrier in a crowd for a person with PTSD. Service dogs are working animals, not pets. The work or task a dog has been trained to provide must be directly related to the person’s disability. Dogs whose sole function is to provide comfort or emotional support do not qualify as service animals under the ADA.1.5.2 An emotional support animal is a U.S. DoJ term for a pet which provides therapeutic benefit to its owner through companionship and affection. Emotional support animals are not specially trained to ameliorate disability. In this research study, we will be using dogs as emotional support animals, they are essentially a companion dog (pet dog). For the purpose of this study, an emotional support dog may be (but is not limited to) a candidate service dog that lacks the drive, work ethic, or focus to continue training as service dog. The physical and behavioral requirements specified for service dogs and emotional support dogs are the same, except where specifically noted. In the U.S., two federal laws grant special rights to some owners of emotional support animals: Fair Housing Act – establishes a procedure for modifying "no pets" policies in most types of housing to permit a person with a disability to keep an animal for emotional support. In housing that allows pets but charges supplemental rent or deposits for them, these fees must be waived. The dog’s owner can be charged for actual damage done by the animal, but cannot not be required to pay a fee or a security deposit in order to keep the animal.Air Carrier Access Act of 1986 - establishes a procedure for modifying pet policies on aircraft to permit a person with a disability to travel with a prescribed emotional support animal so long as they have appropriate documentation and the animal is not a danger to others and does not interfere with others (through unwanted attention, barking, inappropriate toileting, etc.). The Act prohibits discrimination in air transportation by domestic and foreign air carriers against qualified individuals with physical or mental impairments. It applies only to air carriers that provide regularly scheduled services for hire to the public. The following summary table is based upon information from California’s Protection & Advocacy System website:AccommodationService DogEmotional Support DogAnimal that is individually trained to perform work or tasks for the benefit of a person with a disability Animal that provides comfort orsupport for a person with a disability, but does not have any individualized training to perform work or tasks. Reasonable Accommodation in Housing? Yes. Housing provider may ask for documentation that owner has a disability and there is a disability-related need for a service animal. Yes. Housing provider may ask for documentation that owner has a disability and there is a disability-related need for an emotional support animal. Reasonable Accommodation in Places of Public Accommodation and Public Entities? Yes. Public accommodations and public entities may not ask for documentation, but can ask if the animal is a service animal and what it is trained to do. No. Reasonable Accommodation for airline travel? Yes. Airline may ask whether the animal is a service animal and what it is trained to do. Yes. Airline may ask for a signed note from a licensed mental health professional, not more than 1 year old, that states that owner has a psychiatric disability and a disability-related need for an emotional support animal.2. Selected VA responsibilities and rights related to service dogs and emotional support dogs purchased under this procurement for the PTSD/SD study. 2.1 VA will provide commercial veterinary health and wellness policies for each service dog and emotional support dog purchased for the duration of time each Veteran remains in the study. The policies will commence when VA proofs and accepts the dog before the Veteran receives the dog and end when the Veteran has completed their participation in the study. VA will be the sole owner of all such policies, and will have unrestricted access to medical and billing records related to these policies. VA agrees to share medical information on dogs when requested by the Contractor. 2.2 VA will provide trained mental health staff to provide care as needed to Veterans enrolled in the study. Contractors will not provide medical or mental health care to any Veteran enrolled in the PTSD/SD study. 2.3 VA study staff will interact with study Veterans to collect data. Contractor staff will not be responsible for any experimental data collection.2.4 VA research team will screen Veterans to make sure they fit the PTSD/SD study enrollment criteria and are able to learn and reinforce essential dog commands to help ensure a successful pairing. Veterans will be cautioned that they must meet the criteria developed by the VA with Contractor input to receive a dog; however, the study team will pre-screen all study patients. 2.5 VA has the right to make unannounced site visits to Contractor property any time during normal business hours of 8:30 AM to 5:00 PM, Monday through Friday local time (federal holidays excluded) to ensure training methods, handling of dogs, veterinary care, and facilities are appropriate. Health care and training records for dogs purchased by VA or destined to be paired with Veterans in the study are subject to review at any time upon request by the Contracting Officer or Contracting Officer’s Representative (COR).2.6 VA will provide an overview of PTSD signs and symptoms to the Contractors and their staff. All Contractor staff who will be working with study Veterans will be required to attend this session or another session approved by VA. 2.7 VA will provide an overview of the study. All Contractor staff who will be working on the study will be required to attend this session or another session approved by the VA. 2.8 VA trainers will interact with the Contractors during preparation for initial pairing. To ensure that candidate Veterans will be eligible to receive a dog from a Contractor, VA trainers will interact with and consult with Contractor staff prior to pairing of service dogs.3. Ownership of service dogs and emotional support dogs purchased under this procurement. Upon acceptance of a service dog or emotional support dog, VA becomes the sole owner of the dog during the time the Veteran is enrolled in the PTSD/SD study. This right of ownership supersedes any and all agreements that may be in place between a Contractor and the Veteran receiving the service dog or emotional support dog. 3.1 If the Veteran chooses not to keep a dog after pairing (service dog) or placement (emotional support dog) but before the end of the Veteran’s participation in the study, for reasons unrelated to dog disqualifying health or behavior problems (see section 12.1 for the definition of disqualifying health and behavior problems): 3.1.1 Service dogs will be returned to the Contractor which supplied the dog, at VA expense. The Contractor will be responsible for making transportation arrangements to return the dog back to the Contractor’s property, reimbursable at the rate set by CLINs 0008-4008. 3.1.1.1 If VA determines that it can use the dog for pairing with another Veteran for the study, the Contractor shall work with VA to re-pair the dog with a new Veteran. In this case, re-pairing costs will be payable by the VA, not to exceed 25% of the rates for CLINs 0002-4002, 0005-4005, 0006-4006, and 0007-4007 combined. 3.1.1.2 If VA determines that it does not need the dog for pairing with another Veteran for the study, VA will transfer ownership to the Contractor. No refund will be due VA in such as case. 3.1.2 Emotional support dogs will be kenneled by VA until placed with another Veteran unless VA no longer needs the dog for the study, in which case the dog will be returned to the Contractor which supplied the dog at VA expense. The Contractor will be responsible for making transportation arrangements to return the dog back to the Contractor’s property, reimbursable at the rate set by CLINs 0008-4008.3.2 If the Veteran chooses to keep the dog at the end of the study period,3.2.1 VA will transfer ownership of the dog to the Veteran; 3.2.2 The Veteran will be responsible for all expenses related to the care and feeding of the dog after their enrollment in the study is complete; 3.2.3 VA’s legal and financial liability for the dog shall cease. 3.3 If VA removes a service dog or an emotional support dog from a Veteran after pairing/placement due to mistreatment of the dog, because the Veteran is unable to care properly for the dog, or because VA no longer deems the Veteran’s living arrangements or environment to be adequate to keep or care for a dog, the following conditions apply (note: the Contractor that supplied the dog will be consulted, but VA will make the final determination on whether to remove the dog):3.3.1 Service dogs de-paired per this paragraph will be returned to the Contractor which supplied the dog, at VA expense. The Contractor will be responsible for making transportation arrangements to return the dog back to the Contractor’s property, reimbursable at the rate set by CLINs 0008-4008. 3.3.1.1 If VA determines that it can use the dog for pairing with another Veteran for the study, the Contractor shall work with VA to re-pair the dog with a new Veteran. In this case, re-pairing costs will be payable by the VA, not to exceed 25% of the rates for CLINs 0002-4002, 0005-4005, 0006-4006, and 0007-4007 combined.3.1.2 If VA determines that it does not need the dog for pairing with another Veteran for the study, VA will transfer ownership to the Contractor. No refund will be due VA in such as case. 3.3.2 Emotional support dogs will be kenneled by VA until placed with another Veteran unless VA no longer needs the dog for the study, in which case the dog will be returned to the Contractor which supplied the dog at VA expense. The Contractor will be responsible for making transportation arrangements to return the dog back to the Contractor’s property, reimbursable at the rate set by CLINs 0008-4008. 3.4 At any time after pairing (service dog) or placing (emotional support dog) and prior to the Veteran completing the study, if VA decides to return a dog to the Contractor because the dog has developed disqualifying health or behavioral problems that prevent it from functioning properly as a service dog or as an emotional support dog: 3.4.1 VA will be due a refund from the Contractor on the complete cost paid for a dog. VA will pay for transportation back to the Contractor, but the Contractor will be responsible for making transportation arrangements to return the dog back to the Contractor’s property, reimbursable at the rate set by CLINs 0008-4008. 3.4.2 If the Contractor can provide another dog quickly enough to meet study needs the Contractor may provide, if VA agrees, a fully trained replacement dog that meets the health and behavioral requirements in this contract in lieu of a refund. 3.4.3 VA will consider information provided by a Contractor in its decision, but VA retains sole contract rights to determine whether a dog will be returned. 3.5 At its sole discretion, VA retains the right to remove a service dog or emotional support dog from a Veteran if the Veteran does not remain enrolled in the study or does not meet study participation requirements. 3.5.1 Service dogs de-paired per this paragraph will be returned to the Contractor which supplied the dog, at VA expense. The Contractor will be responsible for making transportation arrangements to return the dog back to the Contractor’s property, reimbursable at the rate set by CLINs 0008-4008. 3.5.1.1 If VA determines that it can use the dog for pairing with another Veteran for the study, the Contractor shall work with VA to re-pair the dog with a new Veteran. In this case, re-pairing costs will be payable by the VA, not to exceed 25% of the rates for CLINs 0002-4002, 0005-4005, 0006-4006, and 0007-4007 combined. 3.5.1.2 If VA determines that it does not need the dog for pairing with another Veteran for the study, VA will transfer ownership to the Contractor. No refund will be due VA in such as case. 3.5.2 Emotional support dogs will be kenneled by VA until placed with another Veteran unless VA no longer needs the dog for the study, in which case the dog will be returned to the Contractor which supplied the dog at VA expense. The Contractor will be responsible for making transportation arrangements to return the dog back to the Contractor’s property, reimbursable at the rate set by CLINs 0008-4008. 4. Specific Prohibitions. Although VA will consider Contractor input and suggestions, Contractor may not, without specific written approval from the Contracting Officer,4.1 Remove a dog from a Veteran during the study; 4.2 Threaten a Veteran with removal of the dog.4.3 Suggest or imply that VA will remove a paired dog.4.4 Train a dog previously or currently owned by a Veteran or family member to be paired or placed with that Veteran or another Veteran in the study.4.5 Provide information about the study to outside parties. VA will work with Contractors to develop statements and bullet points that can be communicated. . 5. Privacy considerations. Dogs procured will be used in a research study, which is subject to specific and strict laws and regulations regarding the privacy of Veterans enrolled in the study. The privacy of Veterans participating in this study must be diligently protected at all times by the Contractor. VA recognizes that Contractor staff must be aware of general challenges faced by PTSD sufferers and understand the possible symptoms of PTSD to choose a suitable service dog and perform an effective pairing or choose an appropriate emotional support dog to facilitate successful placement, but the following restrictions shall be followed:5.1 Veterans in the study may not be named, featured, or pictured in any publications, press releases, web pages, text messages, or any other communications, whether verbal, written, or electronic; 5.2 Veterans in the study may not be solicited for donations, loans, or favorable considerations of any type for any Contractor staff. This prohibition includes promotional, monetary, or other requests by the Contractor;5.3 Veterans in the study may not make personal appearances or be filmed for press or promotional purposes on behalf of the Contractor or Contractor staff members;5.4 Any and all external requests for information about the study or Veterans participating in the study must be referred immediately to the Contracting Officer. No information about the study may be released to any third party without the written permission of the Contracting Officer; 5.5 Contractors may not provide funds or resources beyond what would normally be provided to any person being paired with a service/emotional support dog; 5.6 Veterans may participate in activities provided equally to all other clients of the Contractor, but the Contractor shall obtain permission from the Contracting Officer in advance for all such activities; 5.7 Restrictions in this section shall remain in place until all Veterans in the study are paired with dogs from any Contractor, complete the entire study period. Thereafter, written permission shall be obtained from Veterans for any activities described above.5.8 Contractors shall not tell Veterans to lie to or mislead the VA about how a dog is behaving or about the health status of a dog. Veterans shall be instructed to be honest when reporting about their dog to the VA. 5.9 Veterans in study may not donate, work for, or volunteer with Contractor until all Veterans in the study have completed the study. 6. Contact with Veterans will be limited after pairings or placement. Because this is a research study on the benefits of service dogs as well as emotional support dogs and not a study on the type or benefits of service dog Contractor post-pairing/placement support practices, the potential influence of the Contractor on the Veteran shall be minimized after pairing/placement for the duration of the research study.6.1 Dog trainers hired by VA will be responsible for monitoring the Veterans after pairing/placement and will have primary responsibility for interacting with them after pairing/placement. However, VA trainers will seek guidance from the Contractor as needed should any problems in a pairing /placement arise. 6.2 Upon request, VA will share de-identified (other than the dog’s name and microchip number) notes of VA trainer visits and interactions involving pairing/placement issues upon request.6.3 Contractors must contact a COR or the Contracting Officer if any concerns about a pairing/placement arise. 7. Contractor access to Protected Health Information (PHI) and Individual Identifying Information (III). PHI is any information about health status, provision of health care, or payment for health care that can be linked to a specific individual. This is interpreted broadly to include any part of a patient's medical record or history. The Health Insurance Portability and Accountability Act of 1996 provide strict limits on how and when such information can be shared. Individual Identifying Information (III) is information that can allow third parties to identify a person if such information is shared. It is similar, but not identical to PHI. By law and policy, VA requires that both PHI and III be protected from unauthorized disclosure.7.1 Contractors shall not have access to the medical records or have any direct contact with healthcare providers for Veterans enrolled in the study. Contractor staff will be able to ask Veterans questions necessary to choose the most appropriate dog to help ensure the best possible pairing/placement. Information collected by Contractor to aid in determining the most appropriate dog must be collected and stored as a hardcopy document. This collected information is classified as sensitive information and must be protected from improper disclosure. 7.2 To avoid the need for background investigations, Contractor staff will not be allowed to visit the homes or residences of Veterans. VA staff will do a home visit prior to pairing/placement and advise Contractor staff of pertinent information that could affect pairing /placement decisions. VA will consult with Contractor staff to determine the information that needs to be collected to result in a good pairing/placement.7.3 PHI and III collected and maintained by the Contractor is subject to the following restrictions:7.3.1 No Veteran PHI or III may be stored on Contractor computers or in electronic records unless the computer system and security safeguards meet the requirements in Department of Veterans Affairs Handbook 6500, “Information Security Program.” Electronic records may be maintained using the name of the dog paired/placed with the Veteran, in lieu of Veteran personal identifiers;7.3.2 Paper records with Veteran PHI or III shall be maintained in a secure location under lock and key, with access only by Contractor personnel who have taken VA privacy training, with annual refresher VA privacy training;7.3.3 Paper records maintained on Veteran participants may not be mixed together with other similar records- they must be kept separately. 7.4 Veteran contact information, with no reference to any medical information about the individual, may only be stored on password-protected cell phones. 8. Delivery Schedule. Contractors shall be able to provide at least 2 dogs (service dogs and/or emotional support dogs) that meet all contract specifications within 60 calendar days of task order award. All awardees are guaranteed an initial task order totaling at least 6 dogs (either service dogs, emotional support dogs, or a combination of each) during the base year of the contract only. No guarantee amounts will be provided for the Option Years of the contract; rather, follow-on task orders will be issued on a competitive basis amongst all schedule holders. The Government reserves the right to make single or multiple awards, as well as to make awards on an All or None by CLIN basis under this solicitation for the same supplies to two or more sources, but will give preference to making multiple awards to the maximum extent practicable. The study enrollment for the study is estimated to be about 220 dogs, which would be 110 service dogs and 110 emotional support dogs. An additional 10 service dogs are needed to complete Phase 1 of the study (needed in the base year of the contract). In addition, additional dogs of each type are expected to be needed over option years 3, 4, and 5 as replacements for dogs when no Contractor fault is present, see, e.g. 3.3, 3.5. The total expected need is about 130 service dogs and 120 emotional support dogs.Follow-On Delivery Order Evaluation Criteria: Each follow-on delivery order exceeding $3,000 will be placed on a competitive basis, except as provided for in FAR 16.505(b)(1)(b)(2), e.g., the agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays, or it is necessary to place an order to satisfy a minimum guarantee.The Government will provide a fair notice of the intent to place an order, including a clear description of the services to be delivered to all Contractors under the multiple-award contract; and afford all Contractors responding to the notice a fair opportunity to submit an offer and have that offer fairly considered.The Government will award orders under this contract to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. The following factors listed below will be used to evaluate all follow on delivery orders. These factors are considered of equal importance: 8.1 FACTOR 1, Quality of Dogs Previously Provided on Task Orders Placed under this Respective Contract. The organization’s record of the health, training, and suitability of dogs previously provide as part of this contract.8.2 FACTOR 2, Ability to Provide Dogs to Study when Needed. The organization’s ability to provide dogs upon VA’s request per SOW item A.8, and any subsequent delivery requests that may be asked for on the follow-on task orders. 8.3 FACTOR 3, Performance in Meeting Other Contract Requirements. This factor includes the organization’s record on this contract in:Providing complete and accurate electronic medical history files for candidate service and emotional support dogs;Timeliness in providing dates for VA dog trainers to proof candidate dogs;Timeliness in providing training records for candidate dogs prior to scheduled proofing date;Success in providing necessary equipment, materials, personnel, and setting for VA personnel to evaluate dog performance of the tasks specified as part of the proofing process;Ability to comply with contract privacy security requirements;? Cooperating with the VA trainers when they ask for assistance with a dog issue expressed by? a Veteran;Communicating in advance when emotional support dogs will be shipped, the method of shipment, and the number of dogs;Adherence to VA travel policies in arranging veteran travel;Quality of assistance provided to Veterans in travel arrangements and during pairings;Quality of lodging provided to Veterans during service dog pairings. ? 8.4 FACTOR 4, Proximity of Contractor to VA Study Site (for service dogs only). VA will evaluate this factor based upon the location of the Veterans that need to be paired for the study. 8.5 FACTOR 5, Pricing. Dog pricing will be evaluated for reasonableness. In no event shall the pricing for the follow on delivery orders be in excess of those prices initially proposed in the base contract.8.6 FACTOR 6, Veteran Involvement. In an effort to achieve socioeconomic small business goals, VA will evaluate offerors based on their service-disabled Veteran-owned small business (SDVOSB) or Veteran-owned small business (VOSB) status, and their proposed use of eligible service-disabled Veteran-owned small businesses and Veteran-owned small businesses as subContractors or team members.?Substantiating documents such as teaming agreements must be submitted with the price quotation. To receive credit, an offeror must be registered and verified in Contractor Information Pages ().9. Veteran eligibility criteria. VA will pre-screen Veterans to make sure they meet specific criteria for receiving a dog.9.1 Veterans selected for the study will have to meet the following criteria:Males and females greater than 18 years of age.Referral from mental health provider that documents PTSD diagnosis is needed. Must meet all items on referral checklist (anger management; cognitive ability; exclusion of suicidal plan, delusions, psychoses, dementia, and alcohol/substance dependence).PTSD as a result of any trauma.PTSD diagnosed by the Clinician-Administered PTSD Scale (Meets criteria for current criteria for PTSD in the 5th edition of the Diagnostic and Statistical Manuel for Mental Disorders). Enrolled in mental health services at VA and has attended at least one visit in the past 90 days prior to consent. Agrees to remain in VA mental health treatment throughout the duration of the study.Ability to adequately care for a dog (physically and financially). Please note, an individual may have a physical impairment, (e.g., use a wheelchair), but service dogs will not be trained to accommodate for those disabilities. The Veteran must have lived in the home for over six consecutive months and have suitable home environment to provide for a dog. Home environment must be accessible for study staff.Willing to accept a study randomization outcome, and willing to attend either a training session for potential receipt of Service Dog that lasts two weeks, or receive an emotional support dog and receive instruction from a VA dog trainer.Has someone to care for dog in the absence of Veteran.Agreement by others in home to have dog.Willing and able to travel (by air or car) to training site for pairing (service dogs). Acceptance by dog Contractors to receive service dog or an emotional support dog.Subject has no pets (cats, dogs or horses), but wants a dog. A few Veterans in a small sub-part of the study may have pets in the home.For safety reasons, Veterans who have children younger than age 10, in the household for more than 8 hours per day, one day a week or more will be excluded from the study. After 20 dogs from each Contractor selected have been placed, this exclusion criterion will be revisited after assessing any adverse events.Able to verbalize understanding of consent form, willingness to complete study questionnaires, and provide written informed consent.9.2 Veterans will be excluded from participation in the study if they: Were hospitalized for mental health reasons in the past 6 months.Have any indication of aggressive behavior that would make it unsafe for dog.Have a diagnosis of psychoses, delusions, dementia, active alcohol/substance dependence, or moderate to severe traumatic brain injury. Please note, some individuals may have mild brain injury but are able to meet the overall cognitive requirements of the study. Have an active suicidal or homicidal intent, or cognitive disabilities that would preclude safety of dog and ability to participate in the study.Have a suicide flag in their VA medical record.If a site principal investigator identifies a social, mental or physical condition that prevents Veteran from either giving informed consent or participating in the study.Are participating in another research trial.They have a flag for violent/disruptive behavior in their VA medical record. 9.3 As noted in item 9.1, for safety reasons, Veterans who have children younger than age 10 in the household for more than 8 hours per day, one day a week or more, will be excluded from the study. 9.3.1 After 20 dogs from a Contractor have been received by VA, this exclusion criterion will be revisited by VA after assessing any adverse events.9.3.2 VA retains sole authority to determine whether dogs from a particular Contractor may be placed with a Veteran who has children in the home. 10. Contract Type and Period of Performance. The VA intends to award an Indefinite Delivery, Indefinite Quantity (IDIQ) type long-term contract, and reserves the right to make multiple awards as a result of the solicitation issuance. This contract shall consist of one (1) base year, plus four (4) one year option periods. As stated above, each awardee that receives a contract will be given a minimum guarantee of 6 dogs during the base year of the contract only. No additional guarantees shall be given for the option periods. The total ceiling is 400 dogs over the life of the contract.The period of performance is at the commencement of the base year of the contract as indicated in the price/cost schedule, thru one year. The same period of performance applies if the Contracting Officer has exercised an option under the contract (i.e.: commencement of the option thru one year.) If work is required at a government site it shall not take place on Federal holidays or weekends unless directed by the Contracting Officer. The following Federal Holidays are observed: New Year's Day; Dr. Martin Luther King, Jr Day; Presidents Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; Christmas Day.11. Specific Contract Tasks and Associated Deliverables.11.1 Task #1, Project Management Plan. 11.1.1 Task Description. Contractor will provide a detailed Project Management Plan (PMP) and briefing for the VA.11.1.2 Deliverable #1A: Shall consist of submission of the written, detailed PMP within 30 calendar days of contract award. The PMP shall include the following components:11.1.2.1 Key personnel – any changes in key personnel must be approved in advance by the CO or COR. Replacement personnel should have equivalent training and experience or better. 11.1.2.2 Procedures to ensure compliance with privacy and protected health information and individual identifying information protection requirements in the contract.11.1.2.3 Quality assurance procedures for ensuring healthy, well-trained dogs that meet contract requirements in Section 12, Dog Health and Behavioral Standards for Service Dogs and Emotional Support Dogs, below. 11.1.2.4 How veterinary medical care will be provided and how parasite control/zoonotic disease control will be assured while dogs are on the Contractor’s property.11.1.2.5 The qualifications of the dog trainers who will train the dogs and perform the pairings/placements; include the type of training, years of applicable of experience, and number of dogs trained, and type of dogs trained.11.1.2.6 Safeguards to prevent improper release of Veteran protected health information (PHI) or individually identifiable information (III).11.1.2.7 Measures that will be taken to protect paper or electronic records that contain Veteran PHI or III.11.1.2.8 Procedures for notifying VA of problems and addressing problems in the deliverables as they arise.11.1.2.9 A detailed description of the process used to pair service dogs with Veterans in the study. 11.1.2.10 A detailed description of how emotional service dogs are matched with Veterans and then will be transported to VA individual study sites outside the immediate vicinity of the Contractor’s facility. VA dog trainers will receive the emotional support dogs whether transported by ground or air.11.1.2.11 A detailed description of the resources your company will employ to meet the size and scope of the contract.11.1.3 Deliverable #1B. If requested by VA, within 30 calendar days the Contractor will provide a presentation of the PMP and answer questions from VA staff. This may be on the Contractor property or done by video or teleconference, at VA’s discretion.11.2 TASK # 2 Pre-Pairing Criteria11.2.1 Description. Two types of meetings will occur that address pre-pairing criteria. The first is a general discussion on how the Contractor will mesh their eligibility criteria with the VA study requirements, and the second is a meeting to address the specific needs of individual Veterans. Both meetings may be conducted by teleconference. 11.2.1.1 Kick-Off Eligibility Discussion: All Contractors will participate in a kickoff meeting during which eligibility criteria will be reviewed with the Contractors. Contractors will then have an opportunity to add additional items, which they consider to be pertinent in matching a dog with a Veteran with PTSD. 11.2.1.2 Pre-pairing Individual meetings: Contractors will meet or communicate on a regular basis with the VA research team members to review information on prospective study participants. This effort will be done to ensure that the Contractor can accept the prospective service dog “handler.” If issues are identified and/or additional questions raised, the study team will work with individual research study sites to resolve questions. These meetings or calls will occur as needed. 11.2.2 Deliverable #2A. Contractor and appropriate personnel will attend the meeting, as agreed to by the VA. 11.2.3 Deliverable #2B. Contractor and appropriate personnel will attend the teleconferences as needed to ensure they are in agreement with the study team’s recommendations for Veterans chosen to be paired with service dogs or to receive an emotional support dog. 11.3 Task #3, Dog Health and Soundness 11.3.1 Description. For all dogs that meet the general requirements (see paragraph 12.1 below, “General Requirements”), the Contractor shall provide the VA documentation of health and soundness of dogs being considered for purchase. The Contractor will identify each dog with a unique implanted microchip number. Documentation of dog health and soundness will be provided in the form of an electronic medical file that includes OFA radiographs of elbows and hips, vaccination records, health history, vet visits for illness, and other required documentation listed. Given the high incidence of disease (e.g. thyroid autoantibodies) in Golden Retrievers, OFA thyroid procedures must be conducted to identify those dogs that are phenotypically normal but may have an increased likelihood of developing autoimmune thyroiditis. Dogs that found to be normal at 12 months of age have low risk of developing autoimmune thyroiditis and are therefore preferred. The electronic file and each item within the file shall be imprinted with the dog’s microchip number.11.3.2 Deliverable #3: Contractor shall provide an electronic file for each service dog or emotional support dog to be considered for purchase by the VA no earlier than 8 weeks before the estimated date of proofing by the VA trainer.11.3.3 Review of Deliverable #3. Electronic files are received and reviewed by CORs (also VA veterinarians). If medically cleared by the CORs, VA dog trainer(s) with prior experience in service dogs will schedule a date with Contractor for on-site proofing of the cleared service dogs. VA trainers will also evaluate emotional support dogs prior to purchase. Once medically cleared by the VA, the Contractor cannot pair these dogs with other parties unless written permission is obtained from the Contracting Officer. 11.4 Task 4. Provide Trained Service Dogs11.4.1 Description. The Contractor will train service dogs and provide to the VA a list of medically-cleared service dogs that have been trained to comply with the specified tasks 90% of the time, and passed the AKC Canine Good Citizen (CGC) and ADI Public Access Test (PAT) when administered by Contractor personnel. The Contractor must provide documentation that the dog is competent to perform these tasks (see Deliverables #4A, 4B, and 4C below). Once the list of candidate dogs is received, a VA trainer will arrange a date with the Contractor for proofing the dogs. In the PAT, the VA trainer will serve as the handler and assess the dog’s ability to perform the specific tasks listed below:11.4.1.1 Block (stand in front of Veteran to give space). Trainers will be asked to demonstrate the ability to have the dog provide physical space in front of the handler. The dog should perform the task reliably each time and should not have to be given a command more than three times before complying. This task shall be demonstrated in a public place. The handler will walk with the dog for at least 30 feet distance then and stop. The dog should naturally stop with the handler. As a person approaches from the front the block command will be given. The dog should step in front of the handler, typically the dog stands perpendicular to the handler, to provide a physical barrier between the handler and the person approaching. The dog should be relaxed and not exhibit aggressive, defensive, or protective behaviors. The dog should not show interest in the person approaching and should stay in block position until released by the handler with an appropriate command. 11.4.1.2 Lights (locates and turns on lights ) Trainers will be asked to demonstrate the ability of the dog to enter a room ahead of the handler and turn on the lights to ensure good visibility, reduce the risk of falls, and generally make the Veteran feel more at ease. This is a task that will be performed in the subject’s home and should be demonstrated in a home or simulated home environment. A standard consumer light switch must be used (touch plates or similar adaptive hardware are not acceptable).To demonstrate the skill, the handler will walk the dog to a door or entryway and give the command to turn on lights. The dog should enter the room and turn on a light while the handler remains in the entryway. Once the lights are on, the dog will return to the handler’s side and wait for further direction. 11.4.1.3 Sweep (room, perimeter, turn on lights, if needed). Trainers will be asked to demonstrate the ability of the dog to enter a room ahead of the handler, turn on lights, and sweep the perimeter of the room. The dog should perform this task reliably each time and should not have to be given a command more than 3 times before complying. The dog must bark if an intruder is detected. This is a task that will be performed in the subject’s home and should be demonstrated in a home or simulated home environment. To demonstrate the skill, the handler will walk the dog to a door or entryway. If it is necessary to turn on lights (meaning a light switch is not accessible to the handler from the door or entryway) a command will be given. The dog should enter the room and turn on a light while the handler remains in the entryway. A command will then be given for the dog to do a sweep of the room. Once it is established that the room is clear, the dog will return to the handler’s side. If the dog detects someone in the room it will alert the handler by barking.11.4.1.4 Bring (retrieves an object at the request of the handler). Trainers will be asked to demonstrate the ability of the dog to bring specified items to the handler upon request. The dog should perform the task reliably each time and should not have to be given a command more than three times before responding. This task may be applicable to both the home and public environments. To demonstrate the skill, the handler points to a specific object and gives the command. If the specified object is in a group of objects, the handler will say the name of the object in combination with the handler pointing to the object. Once the dog correctly locates the specified object, the dog carries the object to the handler and releases the object to the handler. 11.4.1.5 Behind (stand behind Veteran to give space). Trainers will be asked to demonstrate the ability to have the dog provide physical space behind the handler. The dog should perform the task reliably each time and should not have to be given a command more than 3 times before complying. This task should be demonstrated in a public place. The handler will walk with the dog for at least 30 feet then stop. The dog should naturally stop with the handler. The dog will be given the watch command and should step behind the handler to provide a physical barrier behind the handler. The dog should stay in “behind” position until released by the handler. Next, the handler should take the dog to a check-out counter or other place where they would need to stand in a line or stand in a group or crowd of people. The dog will be given the behind command and should step behind the handler. The dog should not exhibit aggressive, protective, or defensive behaviors. The dog should be alert but not show interest in or seek attention from the people behind the handler. The dog should stay in the behind position until released by the handler.11.4.2 Deliverable #4A: Contractor shall provide a list of medically cleared service dogs (identified by name and microchip number) that respond to commands (basic obedience, skilled tasks [11.4.1.1-11.4.1.5], and PAT) given by the handler 90% of the time on the first ask in all public and home environments. Within 15 days of the dogs being medically cleared by VA, the Contractor must provide a list of these dogs to be evaluated by the VA trainer (see Deliverables 4B and 4C below).11.4.3 Deliverable #4B: Contractor shall provide dates for the VA trainer to schedule an on-site visit for proofing of the medically cleared dogs and review of the training records for each dog that the VA trainer will evaluate including documentation of successful completion of the AKC Canine Good Citizen test, specific trained tasks (see 11.4.1.1-11.4.1.5 above), and PAT. The proofing dates must occur within 21 calendar days after the Contractor has provided a list of candidate dogs; the training records of these dogs must be electronically provided to the VA trainer at least one week prior to the scheduled proofing date. Training records shall include the following information: Item 1 – Documentation of socialization to people (particularly children), other animals, and a variety of environments (i.e. public settings); documentation must indicate the type of socialization, duration and frequency of socialization and the outcome of each socialization session.Item 2 – Documentation of AKC Canine Good Citizen certification, PAT certification, and log indicating dates and number of hours dedicated to the training on specified skilled tasks.11.4.4 Deliverable #4C: Contractor shall make the medically cleared dogs available for the VA trainer to evaluate each individual dog’s performance of specified tasks (11.4.1.1.-11.4.1.5) and PAT. Contractor personnel will administer the tests and VA trainer will be handler. The Contractor trainer who trained the dog cannot participate in the evaluation other than to answer questions from the VA trainer. The Contractor shall have all necessary materials and aids necessary to complete the specific tasks and PAT readily available; the PAT must be conducted in actual and novel public setting rather than a simulated or familiar public setting. Proofing of all candidate dogs should typically be completed within one working day unless advanced authorization is obtained from VA.11.4.5 Review of Deliverables. If the service dog cannot satisfactorily perform the tasks and/or fails the PAT, the dog may not be presented again for proofing until the dog’s performance improves and additional training has occurred. In general, any dog that fails any part of the evaluation (specific tasks or PAT) twice will be eliminated from further consideration. However, depending on the reason for failing the dog, the VA may decide, at its sole discretion, to allow further testing.11.5 Task #5, Contractor Pairing of Service Dogs with Veterans in the Study11.5.1 Description. At the Contractor’s facility, using the Contractor’s pairing methodology, Contractor shall pair the VA medically cleared and proofed service dog with a Veteran enrolled and approved to receive a dog as part of the PTSD/SD study. As part of the enrollment process, VA will obtain information that assists with selection of an appropriate service dog for each Veteran and also helps ensure that Veterans would meet commercial eligibility criteria in place by the Contractor. The VA trainer or other VA representatives (i.e.VA veterinarians) may be present at the pairing for quality assurance purposes.11.5.2 Deliverable #5A: The Contractor will provide a certificate of Veteran/service dog pairing within 5 calendar days of the actual pairing date, which shall include the following:a. Date of Pairingb. Veteran’s name c. Service Dog name and microchip #d. Service Dog Contractor Namee. VA Trainer’s name, signature, and date of signature as a witness of the pairing process (if present). 11.5.3. Deliverable #5B: The Contractor shall provide a written summary of the pairing procedure to the VA within 5 calendar days of the actual pairing date. The summary should reference the service dog by name and microchip. This information will be faxed to the VA CORs.(Note: The pairing procedure for service dogs used by the Contractor must be described as part of the PMP under Task 1.)11.6 Task 6, Emotional Support Dogs11.6.1 Description. All emotional support dogs must meet the general requirements (see paragraph 12.1 below, “General Requirements”). The Contractor shall provide the VA documentation of health and soundness of dogs being considered for purchase. The Contractor will identify each dog with a unique implanted microchip number. Documentation of dog health and soundness will be provided in the form of an electronic medical file that includes OFA radiographs of elbows and hips, vaccination records, health history, vet visits for illness, and other required documentation listed. The electronic file and each item within the file shall be imprinted with the dog’s microchip number. Once the dogs are medically cleared by the VA, the Contractor will provide to the VA a list of medically cleared dogs that have passed the AKC Canine Good Citizen (CGC) and the AKC Community Canine tests administered by Contractor personnel. The AKC Community Canine test is the advanced level of the Canine Good Citizen Program and is designed to assess the dog’s obedience in real world settings. The VA dog trainer will use the AKC Community Canine Test as the primary assessment tool for proofing the candidate emotional support dogs. Once the list is received, the VA dog trainer will arrange a date with the Contractor for proofing the dogs.11.6.2 Deliverable #6A: Contractor shall provide a list of medically cleared emotional support dogs (identified by name and microchip number). Within 21 calendar days of the dogs being medically cleared by VA, the Contractor must provide a list of these dogs to be evaluated by the VA dog trainer.11.6.3 Deliverable #6B: Contractor shall provide dates for a VA trainer to schedule an on-site visit for proofing of the EMOTs in the previously mentioned list (Deliverable #5a) and training records for each dog that the VA dog trainer will evaluate. The proofing dates must occur within 21 calendar days after the Contractor has provided a list of candidate dogs; the training records of these dogs must be electronically provided to the VA dog trainer at least one week prior to the scheduled proofing date. 11.6.4 Deliverable 6C: Contractor shall make the medically cleared emotional support dogs available for the VA dog trainer to evaluate each individual dog’s performance on the Community Canine test. Contractor personnel will administer the test and VA dog trainer will be handler. Note: Unless requested, Contractor trainers cannot participate in the evaluation other than to answer questions from the VA dog trainer. The Contractor shall have all necessary materials and aids necessary to complete the Community Canine test readily available. The Community Canine test must be conducted in an actual and novel public setting; simulated or familiar public settings are not acceptable. 11.6.5 Review of Deliverables. If the EMOT cannot satisfactorily pass the Community Canine test the dog may not be presented again for proofing until the dog’s performance improves and additional training has occurred. In general, any dog that fails the Community Canine exam twice will be eliminated from further consideration; however, depending on the reason for failing the dog, VA may approve another examination attempt at its sole discretion.11.7 Task 7, Make lodging and travel arrangements for Veterans who will receive service dogs.11.7.1 Description. The Contractor will make travel and accommodation arrangements for Veterans who will receive a service dog and be paired with that dog on the Contractor’s property. VA will reimburse reasonable transportation, travel and per diem costs in accordance with the Federal Travel Regulations (FTR), Federal Acquisition Regulations (FAR) 31.205.46, “Travel Costs.” These rates can be verified on the following web site (). Travel invoices with an expense summary shall be submitted on a monthly basis. Only Veteran travel is reimbursable. The maximum number of trips and duration of stay will be determined by the pairing process described in Task 1 as negotiated between VA and the Contractor in advance.11.7.2 Deliverable #7. Monthly, an expense summary shall be submitted to VA for reimbursement with the following supporting documentation organized individually for each traveler: Name of travelerDate(s) of travel and method of travel (e.g., air, car, or train) An itemized list of lodging, transportation, and Meals and Incidental Expenses per diem expenses. The Meals and Incidental Expenses per diem allowance, or “MIE” is the maximum daily amount the VA can pay for meal and incidental expenses. The MIE rate is set yearly by the Government Services Administration (GSA) varies by locality.The city and state of origination plus name and microchip number of paired service dog (note; no phone numbers, or home addresses should be included).Receipts for expenses of $75.00 or more must be included as attachments to each individual travel expense report in accordance with FAR 31.205-46 (a), (3),(iv), “Travel Costs.”11.7.3 Review of Deliverables. CORs will approve reimbursement of reasonable transportation, travel and per diem costs in accordance with the Federal Travel Regulations (FTR), Federal Acquisition Regulations (FAR) 31.205.46, “Travel Costs.” Ineligible costs will not be reimbursed. 11.8 Task 8, Ship Emotional Support Dogs to specific VA Sites11.8.1 Description. Contractor shall send medically cleared and proofed dogs, within 10 calendar days to VA Medical Center’s local airport or if more practical, by ground transportation consistent with USDA AWAR transportation to the VA Medical Center or the location specified by the VA. Dog trainer(s) will pick the dogs up from the airport. Cost for this dog travel will be reimbursed by the VA. A bill of lading must accompany each shipment of emotional support dogs, information provided shall include each dog’s microchip number, signalment (i.e. age, sex, and breed), weight, and coat color. VA personnel will use universal scanners to verify that the microchip number on the billing of lading matches the implanted microchip. Any dog received that its microchip number or other descriptors do not match those listed in the bill of lading will be returned to the Contractor at the Contractor’s expense.11.8.2 Deliverable # 8. Monthly, the Contractor will provide a report of dogs shipped to VA, which shall include dog’s name, microchip number and dog’s destination.11.9 Task 9, Provide support to VA dog trainers after service dogs are paired or after emotional support dogs are placed. 11.9.1 Description. As needed during normal business hours, Contractor shall provide trained personnel to assist VA dog trainers with questions or a problem concerning dogs after the Veteran has the dog at home. Such assistance shall be provided by phone unless other arrangements have been made.11.9.2 Deliverable #9. Should Veterans have a concern about their dog, they should contact the VA trainers; when necessary VA trainers may contact Contractor personnel to facilitate resolution of a concern. 12. Dog Source, Health and Behavioral Standards for Service Dogs and Emotional Support Dogs.12.1. General Requirements. This section describes requirements for trained service dogs and emotional support dogs eligible for purchase by VA. All dogs will be evaluated on their ability to meet the standards set forth in this statement of work. However, in addition to acceptable performance during testing, all candidate dogs must be generally attentive and friendly toward people, free of anxiety around people and other animals in typical daily circumstances. They must display good socialization and be extremely tolerant of people (regardless of age, race or disability). 12.1.1 Any of the following defects in behavior displayed at any point during evaluation or consignment may be cause for rejection. This list is provided as a helpful guide and example to all persons presenting canines for purchase and is not intended to be a complete list or legally binding. The defects include but are not limited to:12.1.1.1 Unwillingness to comply or cooperate with handlers.12.1.1.2 Fear, shyness or nervousness in response to people or being handled.12.1.1.3 Inability to work in proximity to people or other dogs because of aggressiveness.12.1.1.4 Aggression toward handler.12.1.1.5 Food and/or toy aggression. Territorial aggression of any kind is unacceptable.12.1.1.6 Fearful or cowering behavior when being loaded or unloaded from a vehicle.12.1.1.7 Excessive panting not due to heat or exercise.12.1.1.8 Sensitivity or fear in response to environmental stimuli such as public buildings (e.g. hospitals, grocery stores, etc), vehicles, slick surfaces, elevated surfaces, stairs, noisy objects, crowds of people, and other stressors/distracters likely to be encountered in public places (note: emotional support dog candidates will have to pass the AKC Community Canine test whereas service dog candidates will have to pass the more rigorous ADI Public Access Test; see item 12.5).12.1.2 Because the medical and behavioral histories of animals obtained from pounds, shelters, and rescue organizations are often incomplete or not known, such animals are NOT acceptable for use in the PTSD/SD study.12.2 Breed, Sex, Weight, and Height Requirements. The paragraphs below detail acceptable breeds, physical appearance, and size and weight requirements for canines.12.2.1 Breed. The canines (service dogs and emotional support dogs) shall be one of the following breeds, unless the Contracting Officer provides written approval otherwise: Labrador Retriever, Golden Retriever, Labrador Retriever-Golden Retriever cross, or German Shepherd. Contracting Officer may consider dogs of other breeds that otherwise meet the specified contract requirements. Canines should not weigh less than 45 pounds or more than 80 pounds. Canine should not be less than 20 inches at the withers.12.2.2 Age. Canines must be at least 16 months, but not more than 24 months of age, at time of the medical evaluation. Note: dogs less than 18 months of age cannot be paired as a service dog or submitted to VA for use as an emotional support dog unless approved in advance in writing by the Contracting Officer.12.2.3 Sex. Males and females are acceptable. All canines must be neutered (i.e. castration or ovario hysterectomy) prior to purchase by VA. 12.3 Medical Requirements.12.3.1 In general, all canines must be in excellent health with no acute or chronic disease or condition, which could either hamper their ability to perform, or would be excessively costly to treat. 12.3.2 At 16 months of age or older, the candidate dogs must undergo a complete medical examination meeting the requirements outlined below. The cost of medical examinations performed by private veterinarians will be reimbursed by the government in accordance with CLIN 0005-4005.12.3.3 Radiographs of Candidate Canines. Contractors must submit quality radiographs of hips and elbows for each candidate dog to the OFA. The radiographs must be obtained using the American Veterinary Medical Association recommendations for positioning and/or current OFA radiograph procedures (see: ) for hips and elbows. The submitted radiographic film must meet OFA identification requirement and must have the minimum data permanently imprinted on the film (i.e. the dog’s microchip number, whelping date (or age at time of radiographs), and the date of the examination. The Contractor shall provide to VA the following:a.A copy of the radiographb.The OFA letter indicating dog has received a hip grade of good or better and that the elbows are free of radiologic evidence of degenerative joint disease including but not limited to hip dysplasia, OCD, un-united anconeal process, elbow incongruency, and fragmented coronoid process.12.3.4 Required Documentation. The following documentation shall accompany the canine at the time of delivery:12.3.4.1 Current health certificate administered by a licensed veterinarian, which must be based on the following (actual test results must be provided to VA): Complete physical examination; collection of blood, urine and fecal samples for routine testing; and anesthesia and radiographs of the hips, elbows and lumbar spine (lower back). Include documentation of parasite prevention/control treatments administered and date of administration. Laboratory testing which must include at least a CBC with Chemistry Panel, complete urine analysis, and vector-borne disease panel.12.3.4.2 Current vaccination records. All canines presented must have been vaccinated within the previous 12 months for rabies, canine distemper, canine adenovirus (Type 2), coronavirus, para-influenza, parvovirus, Bordetella bronchispetica, and leptospirosis. A vaccination certificate with individual canine identification (name and microchip number) must be provided on all canines. This facilitates health certificate preparation, if the canine is to be returned to the Contractor.12.3.4.3 Current X-rays/radiographs (obtained less than sixty (60) days from the date submitted to VA of the pelvis and hip area and the elbows of each forelimb as described above. Dogs must be free of any condition of the bones, joints, or muscles that could interfere with performance of normal duties, such as:Hip dysplasia and elbow dysplasia. A malformation of the hip and elbow joints, respectively, which usually results in degenerative joint disease, arthritis and chronic lameness. Radiographic evidence of hip dysplasia or elbow dysplasia or degenerative joint disease, as determined by OFA veterinary radiologists will disqualify a canine.Fractures, which are unhealed, or healed fractures resulting in significant bone or joint conformation changes or lameness are disqualifying. Ligament damage, osteoarthritis, etc., of the limb joints is disqualifying.Presence of transitional vertebrae of the caudal lumbar spine, lumbosacral junction or sacrum is disqualifying. Asymmetric pelvic attachment is also disqualifying. 12.3.4.4 Pedigrees, registration certificates, scorebooks, breed surveys and other proof of lineage or related paperwork if applicable. 12.3.5 Gait. All canines must display normal mobility at a walk and run. Canines are disqualified for any gait abnormality, which could affect the canine’s ability to perform normal duties.12.3.6 Skin and Coat. Skin and coat must be healthy in appearance, displaying no evidence of chronic dermatitis, allergies, infections, injuries or marked external parasite infestation (e.g., ticks, mange, fleas, etc. The dog should have a well-groomed appearance.12.3.7 Teeth and Jaws. Canines will have normal dentition and dental occlusion. Dogs with noticeably overshot or undershot jaws will be rejected. All four canine teeth should be present and must not be weakened by notching, enamel hypoplasia or abnormal, excessive wear. They should not have more than 1/3 inch of the tip missing or have pulp cavity exposed. Oral infection or periodontal disease will be grounds for disqualifying the dog as is broken teeth or excessively worn teeth. 12.3.8 Heart and Lungs. Heart sounds, rate and rhythm must be normal (e.g., no murmurs, arrhythmia, etc.). In general, the cardiovascular and respiratory system must be normal at rest and upon exercise. Current heartworm disease is disqualifying.12.3.9 Limbs and Joints. Any condition of the bones, joints or muscles that might hamper or restrict the normal performance of duties is grounds for disqualification 12.3.10 Nervous System and Basic Senses. Any defect in the nervous system, to include the basic senses of vision, hearing and sense of smell, is disqualifying. 12.3.11 Heartworms. All canines submitted for purchase must be free of heartworm infection (Dirofilaria immitis). The presence of heartworm infection will be determined by using a heartworm antigen test. A negative heartworm concentration test (filtration or Knott’s) is not sufficient evidence to declare the animal heartworm-free.12.3.12 Intestinal Parasitism. Dogs should be free of infection with intestinal parasites (roundworms, hookworms, tapeworms, giardia and other common pathogenic intestinal microorganisms) based on assessment of stool samples.12.3.13 External Parasitism. Dogs should be free of fleas, ticks, lice or mange mites. 12.3.14 Reproductive and Urinary System. Any congenital or conformational abnormality is disqualifying. 12.4 Specific Behavioral/Training Requirements. 12.4.1 Service Dogs. A service dog must be well behaved at all times and promptly respond to commands (verbal or hand signals) given by the VA trainer (or other employee as designated in writing by the Contracting Officer). To be effective in the trained tasks the canine must exhibit strong desire to please the handler and remain at the handler’s side unless otherwise directed. In addition to the trained tasks specified in 11.4.1.1-5, canines must pass the AKC Canine Good Citizen test (see 12.5.1) and must also pass the ADI PAT (see 12.5.2) with the VA trainer(s) serving as the handler in both cases. 12.4.2 Emotional Support Dogs. An emotional support dog must be well socialized to people and other animals (see 12.1), and must pass the AKC Canine Good Citizen (see 12.5.1 below) and AKC Community Canine tests (see 12.5.3 below) when administered by a VA dog trainer. 12.5 Assessment Tests.12.5.1 American Kennel Club – Canine Good Citizen test (\)12.5.1.1 Test 1: Accepting a friendly stranger. This test demonstrates that the dog will allow a friendly stranger to approach it and speak to the handler in a natural, everyday situation. The evaluator walks up to the dog and handler and greets the handler in a friendly manner, ignoring the dog. The evaluator and handler shake hands and exchange pleasantries. The dog must show no sign of resentment or shyness, and must not break position or try to go to the evaluator.12.5.1.2 Test 2: Sitting politely for petting. This test demonstrates that the dog will allow a friendly stranger to touch it while it is out with its handler. With the dog sitting at the handler's side, to begin the exercise, the evaluator pets the dog on the head and body. The handler may talk to his or her dog throughout the exercise. The dog may stand in place as it is petted. The dog must not show shyness or resentment.12.5.1.3 Test 3: Appearance and grooming. This practical test demonstrates that the dog will welcome being groomed and examined and will permit someone, such as a veterinarian, groomer or friend of the owner, to do so. It also demonstrates the owner's care, concern and sense of responsibility. The evaluator inspects the dog to determine if it is clean and groomed. The dog must appear to be in healthy condition (i.e., proper weight, clean, healthy and alert). The handler should supply the comb or brush commonly used on the dog. The evaluator then softly combs or brushes the dog, and in a natural manner, lightly examines the ears and gently picks up each front foot. It is not necessary for the dog to hold a specific position during the examination, and the handler may talk to the dog, praise it and give encouragement throughout.12.5.1.4 Test 4: Out for a walk (walking on a loose lead). This test demonstrates that the handler is in control of the dog. The dog may be on either side of the handler. The dog's position should leave no doubt that the dog is attentive to the handler and is responding to the handler's movements and changes of direction. The dog need not be perfectly aligned with the handler and need not sit when the handler stops. The evaluator may use a pre-plotted course or may direct the handler/dog team by issuing instructions or commands. In either case, there should be a right turn, left turn, and an about turn with at least one stop in between and another at the end. The handler may talk to the dog along the way, praise the dog, or give commands in a normal tone of voice. The handler may sit the dog at the halts if desired.12.5.1.5 Test 5: Walking through a crowd. This test demonstrates that the dog can move about politely in pedestrian traffic and is under control in public places. The dog and handler walk around and pass close to several people (at least three). The dog may show some interest in the strangers but should continue to walk with the handler, without evidence of over-exuberance, shyness or resentment. The handler may talk to the dog and encourage or praise the dog throughout the test. The dog should not jump on people in the crowd or strain on the leash.12.5.1.6 Test 6: Sit and down on command and Staying in place. This test demonstrates that the dog has training, will respond to the handler's commands to sit and down and will remain in the place commanded by the handler (sit or down position, whichever the handler prefers). The dog must do sit AND down on command, then the owner chooses the position for leaving the dog in the stay. Prior to this test, the dog's leash is replaced with a line 20 feet long. The handler may take a reasonable amount of time and use more than one command to get the dog to sit and then down. The evaluator must determine if the dog has responded to the handler's commands. The handler may not force the dog into position but may touch the dog to offer gentle guidance. When instructed by the evaluator, the handler tells the dog to stay and walks forward the length of the line, turns and returns to the dog at a natural pace. The dog must remain in the place in which it was left (it may change position) until the evaluator instructs the handler to release the dog. The dog may be released from the front or the side.12.5.1.7 Test 7: Coming when called. This test demonstrates that the dog will come when called by the handler. The handler will walk 10 feet from the dog, turn to face the dog, and call the dog. The handler may use encouragement to get the dog to come. Handlers may choose to tell dogs to "stay" or "wait" or they may simply walk away, giving no instructions to the dog.12.5.1.8 Test 8: Reaction to another dog. This test demonstrates that the dog can behave politely around other dogs. Two handlers and their dogs approach each other from a distance of about 20 feet, stop, shake hands and exchange pleasantries, and continue on for about 10 feet. The dogs should show no more than casual interest in each other. Neither dog should go to the other dog or its handler.12.5.1.9 Test 9: Reaction to distraction. This test demonstrates that the dog is confident at all times when faced with common distracting situations. The evaluator will select and present two distractions. Examples of distractions include dropping a chair, rolling a crate dolly past the dog, having a jogger run in front of the dog, or dropping a crutch or cane. The dog may express natural interest and curiosity and/or may appear slightly startled but should not panic, try to run away, show aggressiveness, or bark. The handler may talk to the dog and encourage or praise it throughout the exercise.12.5.1.10 Test 10: Supervised separation. This test demonstrates that a dog can be left with a trusted person, if necessary, and will maintain training and good manners. Evaluators are encouraged to say something like, "Would you like me to watch your dog?" and then take hold of the dog's leash. The handler will go out of sight for three minutes. The dog does not have to stay in position but should not continually bark, whine, or pace unnecessarily, or show anything stronger than mild agitation or nervousness. Evaluators may talk to the dog but should not engage in excessive talking, petting, or management attempts (e.g, "there, there, it's alright").12.5.1.11 Equipment. All tests must be performed on leash. For collars, dogs should wear well-fitting buckle or slip collars made of leather, fabric, or chain. Special training collars such as pinch collars, head halters, and electronic collars are not permitted in the CGC test. The VA evaluator will supply a 20-foot lead for the test. The handler should bring the dog's brush or comb to the test.12.5.1.12 Encouragement. Handlers may use praise and encouragement throughout the test. The handler may pet the dog between exercises. Food and treats are not permitted during testing, nor is the use of toys, squeaky toys, etc. to get the dog to do something. 12.5.1.13 Failures and Dismissals. Any dog that eliminates during testing will be disqualified. Any dog that growls, snaps, bites, attacks, or attempts to attack a person or another dog is disqualified.12.5.2 Assistance Dogs International Public Access Test( ). Either a VA dog trainer, VA veterinarian, or other VA employee (as designated in writing by the Contracting Officer) will administer this test no later than 2 months prior to VA purchase or Contractor pairing of dog with handler. Commands must be given verbally.12.5.2.1 CONTROLLED UNLOAD OUT OF VEHICLE: After a suitable place has been found, the individual will unload the dog and any necessary equipment (wheelchair, walker, crutches, etc.) out of the vehicle. The dog must wait until released before coming out of the vehicle. Once outside, it must wait quietly unless otherwise instructed by the Individual. The dog may not run around, be off lead, or ignore commands given by the individual. Once the team is out of the vehicle and settled, the assistant should walk past with another dog. They should walk within six (6) feet of the team. The Service Dog must remain calm and under control, not pulling or trying to get to the other dog.The emphases are that the Service Dog must remain unobtrusive and is unloaded in the safest manner possible for everyone. 12.5.2.2 APPROACHING THE BUILDING: After unloading, the team must maneuver through the parking lot to approach the building. The dog must stay in a relative heel position and may not forge ahead or lag behind. The dog must not display a fear of cars or traffic noises and must display a relaxed attitude. When the individual stops for any reason, the dog must stop also. 12.5.2.3 CONTROLLED ENTRY THROUGH A DOORWAY: Once at the doors of the building, the individual may enter however he/she chooses to negotiate the entry safely. Upon entering the building; however, the dog may not wander off or solicit attention from the public. The dog should wait quietly until the team is fully inside then should calmly walk beside the individual. The dog must not pull or strain against the lead or try to push its way past the individual but must wait patiently while entry is completed. 12.5.2.4 HEELING THROUGH THE BUILDING: Once inside the building, the individual and the dog must walk through the area in a controlled manner. The dog should always be within touching distance where applicable or no greater than a foot away from the individual. The dog should not solicit public attention or strain against the lead (except in cases where the dog may be pulling the individual’s wheelchair). The dog must readily adjust to speed changes, turn corners promptly, and travel through a crowded area without interacting with the public. In tight quarters, the dog must be able to get out of the way of obstacles and not destroy merchandise by knocking it over or by playing with it. 12.5.2.5 SIX FOOT RECALL ON LEAD: A large, open area should be found for the six foot recall. Once found, the individual will perform a six foot recall with the dog remaining on lead. The individual will sit the dog, leave it, travel six feet, then turn and call the dog to him/her. The dog should respond promptly and not stop to solicit attention from the public or ignore the command. The dog should come close enough to the individual to be readily touched. The recall should be smooth and deliberate without the dog trudging to the individual or taking any detours along the way. 12.5.2.6 SITS ON COMMAND: The dog handler/service dog will be asked to demonstrate the Individual’s ability to have the dog sit three different times. The dog must respond promptly each time with no more than two commands. There should not be any extraordinary gestures on the part of the people approaching the dog. Normal, reasonable behavior on the part of the people is expected.The first sit will be next to a plate of food placed upon the ground. The dog must not attempt to eat or sniff the food. The individual may correct the dog verbally or physically away from the food, but then the dog must maintain a sit while ignoring the food. The dog should not be taunted or teased with the food. This situation should be made as realistic as possible.The second sit will be executed, and the assistant with a shopping cart will approach within three feet of the dog and continue on past. The dog should maintain the sit and not show any fear of the shopping cart. If the dog starts to move, the individual may correct the dog to maintain the sit.The last sit will be a sit with a stay as a person walks up behind the team, talks to the person and then pets the dog. The dog must hold position. The dog may not break the stay to solicit attention. The individual may repeat the stay command along with reasonable physical corrections. 12.5.2.7 DOWNS ON COMMAND: The down exercises will be performed in the same sequence as the sits with the same basic stipulations. The first down will be at a table where food will be dropped on the floor. The dog should not break the down to go for the food or sniff at the food. The individual may give verbal and physical corrections to maintain the down. There should not be any extraordinary gestures on the part of the people approaching the dog. Normal, reasonable behavior from the people is expected.The second down will be executed, and then an adult and child should approach the dog. The dog should maintain the down and not solicit attention. If the child pets the dog, the dog must behave appropriately and not break the stay. The individual may give verbal and physical corrections if the dog begins to break the stay. 12.5.2.8 NOISE DISTRACTION: The dog handler/service dog will be heeling along and the tester will drop a clipboard to the ground behind the team. The dog may acknowledge the noise, but may not in any way show aggression or fear. A normal startle reaction Is fine–the dog may jump and or turn–but the dog should quickly recover and continue along on the heel. The dog should not become aggressive, begin shaking, etc. 12.5.2.9 RESTAURANT: The dog handler/service dog should enter a restaurant and be seated at a table. The dog should go under the table or, if size prevents that, stay close by the individual. The dog must sit or lie down and may move a bit for comfort during the meal, but should not be up and down a lot or need a lot of correction or reminding. This would be a logical place to do the food drop during a down. (See #7) 12.5.2.10 OFF LEAD: Sometime during the test, where appropriate, the person will be instructed to drop the leash while moving so it is apparent to the dog. The individual must show the ability to maintain control of the dog and get the leash back in its appropriate position. The main concern is that the dog be aware that the leash is dropped and that the person is able to maintain control of the dog and get the leash back into proper position. 12.5.2.11 CONTROLLED UNIT: The dog handler/service dog will leave the building in a similar manner to entering, with safety and control being of prime importance. The team will proceed across the parking lot and back to the vehicle. The dog must be in appropriate heel position and not display any fear of vehicle or traffic sounds. 12.5.2.12 CONTROLLED LOAD into VEHICLE: The individual will load the dog into the vehicle, with either entering first. The dog must not wander around the parking lot but must wait patiently for instructions. Emphasis is on safety and control. 12.5.2.13 Disqualifying Behaviors. Any dog that displays any aggressive behavior (growling, biting, raising hackles, showing teeth, etc.) will be disqualified. Any dog that eliminates in a building or shows uncontrollable behavior will be disqualified.12.5.3 AKC COMMUNITY CANINE TEST (Advanced Canine Good Citizen {CGCA}) ( ). The VA trainer acting as the handler will evaluate all candidate emotional support dogs using the AKC Community Canine test as described below. Dogs must successfully complete all ten items.12.5.3.1 (1) Dog stands, sits or lays down and waits under control while the owner: ? sits at the registration table and fills out paperwork.OR? if the test is done in the community, dog waits while the owner sits and has a snack or visits with another person (e.g., at a park).12.5.3.2 (2) Dog walks on a loose leash in a natural situation (not in a ring) and does not pull. ? make a left turn? make a right turn? stop 12.5.3.3 (3) Dog walks on a loose leash through a crowd ? at a show or in class (not in a ring).? in the community, dog walks on a sidewalk, through a crowd at a community fair, park, on a trail, through a busy hallway, etc. 12.5.3.4 (4) Dog walks past distraction and does not pull. This item may be tested along with #3 if there are dogs in the crowd.? at a show or class. Dog walks by dogs waiting in the crowd – dogs 2 ft. apart. ? in the community. Dog walks by other dogs on a trail, sidewalk, in a hallway, etc. 12.5.3.5 (5) Sit-stay in small group (three other people with dogs). Owners and dogs are in an informal circle while owners have a conversation. Dogs are all on the owner’s left side, on leash, 3 ft. apart (at least 30 seconds). 12.5.3.6 (6) Dog allows person who is carrying something (backpack, computer bag, etc.) to approach and pet it. “May I pet your dog?” (Item is placed on floor/ground before the person pets the dog.)12.5.3.7 (7) “Leave it.” Dog walks by food and follows owner instructions, “Leave it.” This can be food placed by the evaluator on the floor or ground in a food dish with a wire cover as in Rally.12.5.3.8 (8) Down or sit stay-distance (owner’s choice). Dog is on 20-ft line, owner walks away with back to dog, picks up an item (shopping or training bag, clipboard, folder, etc.) placed on the floor, chair, or ground by the evaluator and returns to the dog. walk at a fast and slow pace.12.5.3.9 (9) Recall with distractions present (coming when called). Handler goes out 20-ft. (off center) and calls dog. Dog is on the 20-ft. line from #8 above. 12.5.3.10 (10) Dog will sit or stand stay (owner’s choice) while owner enters/exits a doorway or narrow passageway. Owner calls dog through door when ready. Owner may choose to send the dog through first and have the dog wait for the owner, or, the owner may choose to have the dog go through the doorway at the owner’s side. Whichever method is used, the dog must not pull the owner and must be under good control. Think of the handler having the leash in one hand and a cup of coffee in the other.The doorway or gate can be real or simulated with ring gates, two chairs, or a natural passage way (e.g., entrance to trail) in the community. SECTION C - CONTRACT CLAUSESC.1 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (FEB 2012) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies(or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-- Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.- (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall-- (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the-- (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if-- (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on-- (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments (9) The specification. (t) Reserved. (2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via CCR accessed through or by calling 1-888-227-2423 or 269-961-5757.(End of Clause)Class Deviation from Federal Acquisition Regulation Provision 52.209-5 Certification Regarding Responsibility Matters (APR 2010) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) (MARCH 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) C.2 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Fixed-Price, Indefinite Quantity contract resulting from this solicitation.(End of Provision)C.3 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the effective date of the contract through expiration of contract performance if options are exercised. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.(End of Clause)C.4 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor— (1) Any order for a single item in excess of $25,000.00; (2) Any order for a combination of items in excess of 300,000.00; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within two days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.(End of Clause)C.5 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract twelve (12) months after the effective period of this contract.(End of Clause)C.6 52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995) The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation.(End of Provision)C.7 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).(End of Provision)C.8 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract.(End of Clause)C.9 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed sixty (60) months.(End of Clause)C.10 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2012) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is: 812910. (2) The small business size standard is: N/A. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(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. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer 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 (b)(4)(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. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [ ] is, [ ] is not an EDWOSB 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 (b)(5)(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. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(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 changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (b)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: _________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (c) 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 concern eligible under the WOSB Program. "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 the size standard in paragraph (a) of this provision. "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 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. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall-- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act.(End of Provision)C.11 52.222-49 SERVICE CONTRACT ACT—PLACE OF PERFORMANCE UNKNOWN (MAY 1989) (a) This contract is subject to the Service Contract Act, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: District of Columbia, Maryland, Georgia, and Florida. . The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by interested parties within 5 days of solicitation close date. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price.(End of Clause)C.12 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONS (DEC 2012) (a) Definitions. As used in this provision— "Person"— (1) Means— (i) A natural person; (ii) A corporation, business association, partnership, society, trust, financial institution, insurer, underwriter, guarantor, and any other business organization, any other nongovernmental entity, organization, or group, and any governmental entity operating as a business enterprise; and (iii) Any successor to any entity described in paragraph (1)(ii) of this definition; and (2) Does not include a government or governmental entity that is not operating as a business enterprise. "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)). (b) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@. (c) Except as provided in paragraph (d) of this provision or if a waiver has been granted in accordance with 25.703–4, by submission of its offer, the offeror— (1) 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; (2) 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. These sanctioned activities are in the areas of development of the petroleum resources of Iran, production of refined petroleum products in Iran, sale and provision of refined petroleum products to Iran, and contributing to Iran’s ability to acquire or develop certain weapons or technologies; and (3) 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 ). (d) Exception for trade agreements. The representation requirement of paragraph (c)(1) and the certification requirements of paragraphs (c)(2) and (c)(3) of this provision do not apply if— (1) This solicitation includes a trade agreements notice or certification (e.g., 52.225-4, 52.225-6, 52.225-12, 52.225-24, or comparable agency provision); and (2) The offeror has certified that all the offered products to be supplied are designated country end products or designated country construction material.(End of Provision)C.13 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 9/30/2014. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 9/30/2014, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.(End of Clause)C.14 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: US Department of Veterans Affairs Veterans Health Administration Service Area Office (SAO) East 323 North Shore Drive, Suite 500 Pittsburgh PA 15212-5319 Mailing Address: US Department of Veterans Affairs Veterans Health Administration Service Area Office (SAO) East 323 North Shore Drive, Suite 500 Pittsburgh PA 15212-5319 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.(End of Provision)C.15 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.16 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 Provision)C.17 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.18 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) (a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General. (b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647. (c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports.(End of Clause)C.19 VAAR 852.209-70 ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 2008) (a) It is in the best interest of the Government to avoid situations which might create an organizational conflict of interest or where the offeror's performance of work under the contract may provide the contractor with an unfair competitive advantage. The term "organizational conflict of interest" means that because of other activities or relationships with other persons, a person is unable to render impartial assistance or advice to the Government, or the person's objectivity in performing the contract work is or might be otherwise impaired, or the person has an unfair competitive advantage. (b) The offeror shall provide a statement with its offer which describes, in a concise manner, all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) or actual or potential organizational conflicts of interest relating to the services to be provided under this solicitation. The offeror shall also provide statements with its offer containing the same information for any consultants and subcontractors identified in its proposal and which will provide services under the solicitation. The offeror may also provide relevant facts that show how its organizational and/or management system or other actions would avoid or mitigate any actual or potential organizational conflicts of interest. (c) Based on this information and any other information solicited or obtained by the contracting officer, the contracting officer may determine that an organizational conflict of interest exists which would warrant disqualifying the contractor for award of the contract unless the organizational conflict of interest can be mitigated to the contracting officer's satisfaction by negotiating terms and conditions of the contract to that effect. If the conflict of interest cannot be mitigated and if the contracting officer finds that it is in the best interest of the United States to award the contract, the contracting officer shall request a waiver in accordance with FAR 9.503 and 48 CFR 809.503. (d) Nondisclosure or misrepresentation of actual or potential organizational conflicts of interest at the time of the offer, or arising as a result of a modification to the contract, may result in the termination of the contract at no expense to the Government.(End of Provision)C.20 852.232-72 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.21 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.(End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:Deputy Assistant Secretary for Acquisition and Logistics,Risk Management Team, Department of Veterans Affairs810 Vermont Avenue, N.W.Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management:Director, Office of Construction and Facilities Management811 Vermont Avenue, N.W.Washington, DC 20420C.22 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of (state where contractor is located and/or practicing). Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.(End of Clause)C.23 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.(End of Provision)C.24 52.242-15 STOP-WORK ORDER (AUG 1989) (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of up to 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work order is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either— (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if— (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon a proposal submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order.(End of Clause)C.25 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2014) (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: [X] (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.) [] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (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). [] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). [X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) 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). [] (11) 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award (NOV 2011) (15 U.S.C. 657a). [X] (12) 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). [] (13) [Reserved] [] (14)(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). [] (15)(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. [X] (16) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). [X] (17)(i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [X] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (JUL 2010) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (21)(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. [X] (22) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (23) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). [] (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [] (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). [] (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). [X] (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (29) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [X] (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (32) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). [X] (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [X] (34) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). [X] (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (36) 52.222-54, Employment Eligibility Verification (AUG 2013). (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.) [] (37)(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.) [] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (39)(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] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [] (41) 52.225-1, Buy American Act—Supplies (FEB 2009) (41 U.S.C. 10a-10d). [] (42)(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. [X] (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 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). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (48) 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)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [] (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (52) 52.232-36, Payment by Third Party (Jul 2013) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54)(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: [X] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). [X] (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.).Employee ClassMonetary Wage-Fringe BenefitsPlease refer to Clause 52.222.49on page 43 of solicitation. [X] (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 (Jul 2013) (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, Employment Eligibility Verification (AUG 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 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. (xv) 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 ATTACHMENTS Wage Determinations SECTION E - SOLICITATION PROVISIONSIn the event of a conflict between the instructions contained in FAR 52.212-1 and the addendum to FAR 52.212-1, the instruction to offerors in the Addendum to FAR 52.212-1 shall control. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Reserved. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to—GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SWWashington, DC 20407Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (). (ii) Quick Search (). (iii) (). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at . An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database through . (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.Addendum to 52.212-1 – Proposal Preparation InstructionsPROPOSAL PREPARATION INSTRUCTIONSA.To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Proposal format should be prepared following the same format for Factors and Sub-Factors as listed in the evaluation criteria below. The response shall consist of two (2) separate volume parts, Part I – Price Proposal, and Part II – Technical Proposal. Please submit two (2) copies of the technical proposal (including any appendices); one that has company identifiable information redacted. Proposal packages should be made up of separate volumes for technical and price proposals. The Price Proposal shall consist of no more than five (5) pages. Content of Price Proposal shall relate only to Factor 4: Price, additional content will not be considered. The Technical Proposal inclusive of all three sub-factors shall not exceed thirty (20) pages inclusive of the cover pages, table of contents, narrative, and glossary. An appendix of an additional thirty (20) pages can be included for the addition of staff qualification statements and past performance information only. Any content submitted that exceeds the noted page limits shall not be reviewed or considered in the evaluation. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms and acronyms. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. Page size shall be no greater than 8 ?” x 11” with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1”) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100%scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by a least one blank line. All proprietary information shall be clearly and properly marked. Pages in violation of these instructions, either by exceeding the margin, font or spacing restriction or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view.B.The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offerors, the Contracting Officer will review this determination and if, in the Contracting Officer’s opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of the price.EVALUATION FACTORS FOR AWARD General Basis for AwardThe Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. In making the best value determination, the Government will make a comparative assessment of the offerors. All proposals will be evaluated to determine that the offered price(s) reflects a technical understanding of the requirement and those considered unrealistic may be rejected. 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 offers 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. NOTE: The government reserves the right to award this contract to other than the lowest price technically acceptable offeror, as well as reserves the right to make multiple awards in accordance with FAR 52.216-27. Additionally, the government reserves the right to make award on an all or none basis by CLIN.Evaluation FactorsThe Government will base the determination of best value on a comparative assessment of the offeror's prices, technical capability, and past performance as identified in this solicitation. All pricing will be evaluated on a total price basis to include option years of the contract. 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).The determination of best value also considers the relative importance of the evaluation factors. All evaluation factors, other than price, when combined are: () approximately equal to price.() significantly less important than price. As other evaluated price becomes more equal, relative importance of all other evaluation factors become more significant. (X) significantly more important than price. As other evaluation factors become more equal, the evaluated price becomes more important. The final award decision may be made through a trade-off between price and non-price factors. The Technical Factor is more important than the Past Performance Factor, which is more important than the Veterans Involvement Factor which is more important than Price. Under the Technical Factor, there are five (5) sub-factors which are of equal importance: Project Management Plan, Quality Assurance (QA)/Quality Improvement (QI) Plan, Staffing, Dog Source/Dog Training Plan, Organizational Capabilities and History. ?Technical Capability1. Only organizations with 501(c) (3) status shall be considered by VA because of a specific requirement in the authorizing legislation for the PTSD/SD research study. An offeror shall furnish specific documentation with its proposal to establish currently valid 501(c) (3) status. Specifically, offerors shall be registered by the IRS at the following website: . If an Offeror does not intend to provide both Service and Emotional Support dogs, specific contract tasks in the Statement of Work that do not apply do not have to be addressed in your offer. 3. In addition, an Offeror does not have to address items below that are specific to a dog type the Offeror not be interested in providing. To help guide an Offeror on required responses, the items below are labeled as follows:[SD]- Address this item if an Offeror wants to provide service dogs.[EMOT]- Address this item if an Offeror wants to provide emotional support dogs.[BOTH]- Address this item if an Offeror wants to provide both types of dog. 4. If you are interested in providing both types of dogs, please make it clear in your responses which information applies to service dog, emotional support dogs, or both types of dogs.5. Some references back to the contract Statement of Work (SOW) are provided in italic typeface for each request for information. Technical Proposal A. FACTOR 1, TECHNICAL QUALITY1. For this procurement, the Technical Quality factor addresses how an offeror plans to provide healthy, well-trained service and/or emotional support dogs for the VA study. There are five subfactors for this factor:Project Management Plan. The management and administrative organization plus policies and procedures that will be used to ensure that each of the contract task orders will be met. It must also include a strategy to ensure good communication with the VA and with the Veterans during the service dog pairing process. Quality Assurance Plan/Quality Improvement Plan. The approach that will be taken by the offeror to monitor and assure the quality of the dog training and health process, as well as the protection of sensitive Veteran health and private information protected by HIPAA and other Federal laws. It must include a description of internal or external checks and balances, audits, or other means of self-review and improvement, as needed. Dog Source and Dog Training Plan. A description of how dogs will be obtained and how they will be trained. Because their history is often missing or incomplete, trained pound and “rescue” dogs will not be accepted for this contract. Staffing. The personnel who will conduct the work required by the task orders. The identities and experience of staff members must be provided, including how many years of experience each person has in obtaining and using skills important to meeting each contract task. Key personnel must be identified. Organizational Stability and Capabilities. The stability and historical capabilities of the organization as reflected in its history of providing trained dogs. The specific information needed for each subfactor appears below. By necessity, there will be some overlap between the subfactors. a. Sub factor - Project Management Plan. Provide in detail the following information related to managing the performance of this contract:(1) Your organizational structure and policies/procedures for ensuring that all tasks in the contract Statement of Work will be met. Indicate the personnel who will be involved in meeting each of the tasks, and how they will be managed within the organization (detailed information about key personnel will be requested below in subfactor 3). [BOTH] SOW Section 11 (2) Your organization’s procedures to ensure compliance with privacy and protected health information requirements, which includes safeguards to prevents improper release of Veterans protected health information (PHI) as well as what measures will be taken to protect organization records that contain PHI. (Note- unless your organization’s electronic records system can meet the very stringent requirements found in VA Handbook 6500 for medical records and private information storage, all Veteran information must be maintained as paper records during the study). [SD] SOW Section 7(3) Challenges you potentially foresee in relation to the contract scope of work, and proposed solutions. [BOTH](4) The method by which travel and lodging for the Veterans will be arranged when your organization pairs a service dog with a Veteran. [SD] SOW Task 7, item 11.7(5) The plan to safely ship emotional support dogs to any of the VA research performance sites when the dogs are needed. [EMOT] SOW Task 8, item 11.8(6) A detailed description of the resources your company will employ to conduct this contract, and the last financial report for your organization available to the public. [BOTH]b. Sub-Factor - Quality Assurance (QA)/Quality Improvement (QI) Plan. Describe in depth the QA/QI plan and standards to be employed. Include the following:(1) A detailed QA plan including, but not limited to, the following [BOTH]:How the health and training standards included in the Statement of Work (Sections 11 and 12) for the contract will be implemented, documented and monitored. Additionally, indicate how the VA will have access to review such records on request. SOW Section 2 How consistency in training dogs will be maintained across the organization and duration of contract. Mechanisms for recruitment, selection, and retention of key organizational personnel. Mechanisms for evaluating the effectiveness of dog training staff.Specific monitoring measures to ensure that required training is provided to dogs, and that training procedures are effective. SOW items 12.4 and 12.5Supervisory controls for personnel involved in performing the required services for the contract.?(2) A detailed QI plan addressing how deviations from the health and training standards will be identified and by whom, and how problems will be corrected and by whom, and how organizational management will be kept informed of such issues. [BOTH] SOW items 12.1 and 12.3 (3) Timelines for implementation of the QA and QI plans. [BOTH](4) Identify who will be responsible for implementing the QA/QI plans. Include who will provide supervision, and what QA/QI experience that individual will be expected to have. [BOTH]?c. Sub-Factor - Staffing. Describe in depth the knowledge and experience of proposed staff, and your plan for recruiting and retaining them. Key personnel for this contract will be defined as management and trainer staff members whose specific qualifications (e.g. experience and training) are critical to meeting contract objectives. If personnel will be recruited, describe the expected minimum training and experience criteria you will use during the recruitment process.(1) Key personnel, Project Management Team. Describe the qualifications of the project management team that would be responsible for meeting contract objectives. Include resumes of key management team members.?[BOTH](2) Key personnel, Dog Training Team. Provide details on personnel training, education, and experience of dog trainers. Specific information related to service dogs, working dogs, or emotional support dogs must be provided. Provide resumes for key trainers. [BOTH](3) When pairing service dogs with Veterans at your organization’s site, indicate how all staff that will interact with Veterans will be trained in understanding the symptoms and challenges of PTSD. [SD]d. Sub-Factor - Dog Source and Dog Training Plan. Describe how healthy and well-adjusted dogs will be obtained for training, and how that training will be conducted to ensure that contract tasks will be accomplished, as described in the Statement of Work. Although experience in training dogs for Veterans is desirable, it is not a requirement. Note that item 12.1.2 in the SOW does not allow the use of pound, shelter, rescue, or other similar organizations as sources of dogs. Dogs must weigh between 45 and 80 pounds and meet the breed requirements in item 12.2.1 of the SOW. (1) Provide the exact source(s) of the dogs your organization will utilize to provide the dogs required by this contract. Specifically, please describe how your organization will prevent the use of pound or “rescue” animals. [BOTH] SOW item 12.2(2) Provide a detailed method by which dogs with behavioral or social problems have been and will be screened out of consideration for use as a service dog or emotional support dog. Also, list specific behavioral or social problems that would disqualify a dog, and what frequency of such problems would be disqualifying, if applicable. [BOTH] SOW items 12.1, 12.4., 12.5(3) Provide a detailed method by which dogs with health, genetic, or conformational problems have been and will be screened out of consideration for use as a service dog or emotional support dog. Also, list specific health or confirmation problems that would disqualify a dog, Provide the methods that your company uses to ensure dogs health is maintained. [BOTH] SOW item 12.3(4) Please indicate what dog breeds you plan to provide (see SOW item 12.2.1). If you want to propose other breeds, provide a detailed justification for providing those specific breeds. [BOTH](5) Provide a detailed training plan for dogs from the time of the birth (if dogs are bred by the organization) or from the time your organization first comes in contact with the dog, to the time the dog would be provided to the VA. Include specific training progress milestones and evaluations, and the specific training evaluation criteria used to decide when a dog should be dropped from a training program prior to delivery to VA. [BOTH] SOW Tasks 4 (11.4) and 5 (11.5) (6) If not already included, identify the staff members who make would the critical decisions for disqualifying dogs in items (2), (3), and (5) above, and provide their experience and training if not already provided in the Staffing section, item (c), above. [Note that VA has the right to approve staff members and replacements] [BOTH] SOW item 11.1.2(7) Describe any experience your organization has in training dogs for Veterans in general and specifically, Veterans with PTSD. e. Sub-Factor - Organizational Capabilities and History. Please provide the following information:(1) Describe your organization’s mission, vision, and guiding principles. [BOTH](2) Tell us how long has your organization been training dogs, and what types of dogs have been trained. [BOTH](3) If the organization’s name has ever changed, please provide previous names used. [BOTH](4) Describe special strengths your organization has that might distinguish it from other, similar organizations. [BOTH](5) Describe the methods by which your organization has funded itself in the past to maintain as much continuity of services and capabilities as possible. [BOTH](6) Provide the dog training location(s) your organization maintains, and the location of your organization’s headquarters and satellite offices, if any. [BOTH](7) Describe any experience your staff has in interacting with Veterans and meeting their special needs.(8) Even though the SOW in this contract does not involve vendor follow up until after the veteran completes the study, describe the typical methods and duration of contact with people after they have received a dog from your organization. [BOTH] Factor II – Past Performance InformationPast performance will be evaluated based on information on organizational experience provided by the offeror. The Government also may consider any additional past performance information that is reasonably available. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete performance information rests with the offeror. The offeror shall describe its past performance on directly related or similar contracts it has held within the last three 36 months which are of similar scope, magnitude and complexity to that which is detailed in the RFP. This evaluation is separate and distinct from the Contracting Officers responsibility determination. The assesment of the offerors past performance will be used as a means of evaluating the relative capability of the offeror and other competitors to successfully meet the requirements of the RFP. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside the Government. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance (per FAR 15.305 (a)(2)(iv)).The offeror shall submit a list of all Government contracts in performance or awarded in the past 36 months, which are relevant to the efforts required by this solicitation. The list shall include the following information:a. Contract Number and, in the case of Indefinite Delivery type contracts, GSA contracts, and Blanket Purchase Agreements, include Delivery Order Numbers also.b. Government contracting activity (if applicable), and current address, Procuring Contracting Officer's name, e-mail address, telephone and fax numbers.c. Governments technical representative/COR, and current e-mail address, telephone and fax numbers (if applicable).d. Government contract administration activity's Pre-Award Monitor's name, and current e-mail address, telephone and fax numbers (if applicable).e. Contract Type. In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity).f. Awarded price/cost.g. Final or projected final price/cost.h. Original delivery schedule, including dates of start and completion of work.i. Final, or projected final, delivery schedule, including dates of start and completion of work.j. A brief explanation of the reason(s) for the shortcoming(s) and any corrective action(s) taken to avoid recurrence if any contracts that did not/do not meet original schedule or technical performance requirements.For this procurement, the Past Performance factor will focus on areas not covered by the Organizational Capabilities and History subfactor above in the Technical Evaluation Factor (above). There are three subfactors:Sub-factor 1 - Organizational Experience Training Dogs. The documented experience of your organization in training service dogs, working dogs, or emotional support dogs, including the number of dogs historically paired or placed.Sub-factor 2 - Historical Pairing Rates. The historical rates of pairing or placement failures, the reasons for such failures, and the mechanisms in place to monitor pairings and placements.Sub-factor 3 - Past Contract Performance. Your organization’s performance on any previous contracts or subcontracts received by your organization Sub factor-1 - Organizational Experience Training Dogs.(1) Include the number of each type of dog provided in the past 3 years, the past 6 years, the past 9 years, and over the life of the organization. [BOTH](2) If your organization has historically provided working dogs, explain how you intend to transition to providing service dogs or emotional support dogs, and how you will apply working dog training practices to service dogs, and methods of applying basic obedience training to emotional support dogs. [BOTH]Sub-factor 2 - Historical Pairing Rates.(1) Describe the historical rate at which dogs initiated training but were not able to complete training, and the reasons dogs did not complete training. [BOTH](2) Describe the historical rate at which dogs have had to be removed (or returned by handler) from a pairing after placement, and the reasons dogs had to be remove or were returned). [BOTH](3) Describe how your organization currently monitors and determines pair withdrawal or dog return rates (dog returned for any reason). [BOTH]Sub-Factor 3 - Past Contract Performance. (1) If your organization has been involved previously with civil, federal, or military contracts, describe the nature of these contracts and their scope, and to what extent costs were contained to match contract budget specifications. [BOTH](2) If applicable, describe your organization’s record in adhering to contract schedules, including administrative aspects of performance. [BOTH](3) If applicable, provide the contract number, contract source (eg DoD), dollar amounts by year, and your overall performance record. [BOTH]Factor III – Veterans InvolvementIn an effort to achieve socioeconomic small business goals, VA will evaluate offerors based on their service-disabled Veteran-owned small business (SDVOSB) or Veteran-owned small business (VOSB) status, and their proposed use of eligible service-disabled Veteran-owned small businesses and Veteran-owned small businesses as subcontractors or team members.?All subcontracting plan requirements listed in this RFP shall be addressed in your response. You cannot ask other people to do this. SDVOSB and VOSB are based on ownership status and have nothing to do with employees.(a) For SDVOSBs/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database ().(b) For Non-SDVOSBs/VOSBs: To receive some consideration under this Factor, an offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB subcontractors must be registered and verified in VIP database () in order to receive some consideration under the Veteran’s Involvement Factor.(c) With regard to the requirements of registration and verification in the VetBiz database, reference VAAR 804.1112.Factor IV - Price Proposal (a) Complete blocks 12, 17, and 30 of the RFP, SF 1449. In doing so, the offeror accedes to the contract terms and condition as written in the RFP. These sections constitute the model contract.(b) Insert the proposed unit and extended prices in B2 Pricing Schedule for all contract line items in the Schedule of this solicitation. Do not deviate from the solicitation format. Failure to comply with this directive may result in disqualification from the competition. All proposed hourly rates are binding upon contract award.Price will be evaluated for reasonableness.The Government will evaluate offers by adding the total of all line items for years one (1) through (5) of the proposed Contract. The Total Evaluated Price will be that sum. For pricing evaluation purposes only, the Government has determined an estimate of yearly quantities for each CLIN category below. The total Evaluated Price for each line item will be calculated by multiplying the quantity specified in the table below by the Offeror’s proposed hour price for the base year and all four (4) option years. Offerors are advised that the quantities specified are for pricing evaluation purposes only. These quantities in no way commit the Government to order such quantities under any resulting Contract(s) and/or Task Order(s). Furthermore due to the nature of this requirement this shall in no way be considered confirmation of what actual yearly need will be. For price evaluation purposes the Government has determined an estimate for yearly travel expense, which was determined using past history for this expense. We will use these projections to assist in the determination of price reasonableness during our evaluation. Base YearOption 1Option 2Option 3Option 4Service Dog:(CLINS: 0001-4001)64 each56 each 3 each3 each4 eachService Dog Training: (CLINS: 0002-4002)64 each56 each 3 each3 each4 eachEmotional Support Dog:(CLINS: 0003-4003)54 each56 each 3 each3 each4 eachEmotional Support Dog Training:(CLIN: 0004-4004)54 each56 each 3 each3 each4 eachVeterinary Care, Diagnostics, & Routine Meds.(CLIN: 0005-4005)118 each112 each 6 each6 each8 eachHousing/Routine Care: (CLIN: 0006-4006)118 each112 each 6 each6 each8 eachFood: (CLIN: 0007-4007)118 each112 each 6 each6 each8 eachTravel – Dogs to VA: (CLIN: 0008-4008)$54,000 (NTE)$56,000 (NTE)$3,000 (NTE)$3,000 (NTE)$4,000 (NTE)Travel – Veteran Reimbursement Pairing w/ Dog: (CLIN: 0009-4009)$256,000 (NTE)$224,000 (NTE)$12,000 (NTE)$12,000 (NTE)$16,000 (NTE)(c)Documents submitted in response to this RFP must be fully responsive to and consistent with the following:(a) Requirements of the RFP (Contract Line Items (CLINs) and the Statement of Work (SOW)), and government standards and regulations pertaining to the SOW.(b) Evaluation Factors for Award(c) Instructions to OfferorsOfferors are hereby advised that any Offeror-imposed terms and conditions which deviate from the Government’s material terms and conditions established by the solicitation, may render the Offeror’s proposal Unacceptable, and thus ineligible for award.E.ALL PROPOSALS MUST BE SUBMITTED ELECTRONICALLY TO CHERYL HOMISON AT cheryl.homison@. EARLY SUBMISSIONS ARE ENCOURAGED. NO PAPER COPY OR FAXES WILL BE ACCEPTED.(End of addendum)?Evaluation—Commercial Items (Jan?1999) a. The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to make multiple awards in accordance with FAR 52.216-27, all of which shall be set aside for Small Business concerns. The following factors and sub-factors shall be used to evaluate offers: FACTORS AND SUB-FACTORS TO BE EVALUATED1. TECHNICAL: includes five (5) sub-factors which are of equal importance:a. Project Management Plan, b. Quality Assurance (QA)/Quality Improvement (QI) Plan, c. Staffing, andd. Dog Source/Dog Training Plan,e. Organizational Capabilities and History.2. PAST PERFORMANCEa. Organizational Experience Training Dogsb. Historical Pairing Ratesc. Past Contract Performance3. VETERANS INVOLVEMENT4. PRICEThe Technical Factor is more important than the Past Performance Factor, which is more important than the Veterans Involvement Factor which is more important than Price. Under the Technical Factor, there are five (5) sub-factors which are of equal importance: Project Management Plan, Quality Assurance (QA)/Quality Improvement (QI) Plan, Staffing, Dog Source/Dog Training Plan, Organizational Capabilities and History. The non-Price Factors, when combined, are significantly more important than the Price Factor.(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. E.1 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (NOV 2013) 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 System for Award Management (SAM) 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 SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website access through . After reviewing the SAM 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 SAM 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 or 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 the SAM 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