6515--508-22-1-139-0019 ZEISS FORUM VIEWER LICENSES/DICOM INTERFACE -ATL VAMC COBB ACTIVATION (VA-22-00028930)

expired opportunity(Expired)
From: Federal Government(Federal)
36C24722Q0240

Basic Details

started - 04 Jan, 2022 (about 2 years ago)

Start Date

04 Jan, 2022 (about 2 years ago)
due - 06 Jan, 2022 (about 2 years ago)

Due Date

06 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C24722Q0240

Identifier

36C24722Q0240
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103442)VETERANS AFFAIRS, DEPARTMENT OF (103442)247-NETWORK CONTRACT OFFICE 7 (36C247) (2948)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

36C24722Q0240 Page 1 of Page 47 of 99 Page 1 of COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information: Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24722Q0240 Posted Date: January 4, 2022 Original Response Date: January 6, 2022 Current Response Date: 17:00PM EST Product or Service Code: PRODUCT Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 339113 Contracting Office Address: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description: The Augusta GA VA Medical Center located at 950 15th St, Augusta, GA 30901 is looking for SDVOSB sources of supply capable of providing Zeiss Forum Viewer Licenses / DICOM interfaces. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $22 million dollars. Point of Contact: POC for this acquisition is Joseph Locke, joseph.locke@va.gov All interested companies shall provide a quotation for the following: B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C247 Department of Veterans Affairs W.J.B. Dorn VA Medical Center 6439 Garners Ferry Road Columbia SC 29209-1639 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [X] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [] 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. Department of Veterans Affairs FMS-VA-2(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE Line Item 1: Quantity: 25 Description: 306601-8530-100/20FVIEW3 CARL ZEISS MEDITEC, INC. \F\ FORUM VIEWER (V3)\F\ (va #6530-440019) please include operator's and service data manual Unit Price: Extended Price: Line Item 2: Quantity: 8 Description: 306601-8530-101/40FCZDIC CARL ZEISS MEDITEC, INC. \F\ FORUM-DICOM INTERFACE LICENSE TO \F\ CZM INSTRUMENT (Vx.xx) Unit Price: Extended Price: Line Item 3: Quantity: 3 Description: 306601-8530-103/40F3PDL3 CARL ZEISS MEDITEC, INC. \F\ FORUM INTERFACE LICENSE TO 3RD PARTY \F\ DICOM INSTRUMENT (V3) Unit Price: Extended Price: Line Item 4: Quantity: 1 Description: 266002-1131-909-PRO ZEISS OS \F\ FORUM ON-SITE INSTALLATION & TRAINING\F\ Unit Price: Extended Price: Line Item 5: Quantity: 19 Description: 266002-1150-893-PRO ZEISS OS \F\ Enterprise Architecture Design (per hour)\F\ Unit Price: Extended Price: Line Item 6: Quantity: 1 Description: 266002-1130-065-PRO ZEISS OS \F\ CONNECTIVITY SERVICE PLAN, ANNUAL\F\ Project Scope: Add 25 viewer licenses to existing FORUM server. Plus, connecting 8 ZEISS devices and 3 non-ZEISS devices. Unit Price: Extended Price: Line Item 7: Quantity: 1 Description: Warranty Unit Price: Extended Price: TOTAL QUOTED PRICE (Sum total of all 7 line items): ______________________ GENERAL INFORMATION The Surgical Service Line, Ophthalmology Department requires the purchase of twenty-five (25) forum viewer licenses, Eight (8) Forum-DICOM interface Licenses to CZM Instrument, Three (3) Forum interface licenses to third party DICOM instrument licenses in support of the Atlanta VA Medical Center s mission. Scope of Work: The vendor/contractor will provide the requested equipment to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Contractor shall provide assistance, in conjunction with the installation by VA biomed of twenty-five (25) forum viewer licenses, Eight (8) Forum-DICOM interface Licenses to CZM Instrument, Three (3) Forum interface licenses to third party DICOM instrument licenses and shall meet all applicable codes and regulations, drawings, and is subject to the terms and condition of the contract. Background: The Atlanta VAMC requires twenty-five (25) forum viewer licenses, Eight (8) Forum-DICOM interface Licenses to CZM Instrument, Three (3) Forum interface licenses to third party DICOM instrument licenses to equip the new Cobb County Eye Clinic Facility. This software is utilized by the Ophthalmologist to review a patients diagnostic testing history on the government computers. It also creates statistical analysis of annual diagnostic tests to display a progression analysis. Performance Period: The contractor shall complete the work required under this SOW in 90 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. Type of Contract: Firm-Fixed-Price Installation: System shall be installed by BioMed / IT. Maintenance: Systems shall be field serviceable and routine maintainable by VA Biomedical engineering personnel. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting, or has advised the contractor that a kick off meeting is waived. GENERAL REQUIREMENTS For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, and along with associated sub-milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within _90__ calendar days from the date of receipt. The contractor shall have _90__ calendar days to deliver the final deliverable from date of receipt of the Government s comments. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Task One: Deliver twenty-five (25) forum viewer licenses, Eight (8) Forum-DICOM interface Licenses to CZM Instrument, Three (3) Forum interface licenses to third party DICOM instrument licenses to the Atlanta VAMC for the Northeast Georgia eye clinic facility. Deliverable One: Verification of twenty-five (25) forum viewer licenses, Eight (8) Forum-DICOM interface Licenses to CZM Instrument, Three (3) Forum interface licenses to third party DICOM instrument licenses are fully functional and installed correctly at the Atlanta VA for the Cobb County Eye Clinic. Task Two: Provide the appropriate twenty-five (25) forum viewer licenses, Eight (8) Forum-DICOM interface Licenses to CZM Instrument, Three (3) Forum interface licenses to third party DICOM instrument licenses to work with our forum server software. Deliverable Two: Verification of receipt of DICOM licenses, Zeiss Forum equipment license and that Third party DICOM instrument licenses are fully functional with our Forum server. Task Three: Provide technical training, which may include manuals, on-site training and/or teleconference instruction, and configuration on installing twenty-five (25) forum viewer licenses, Eight (8) Forum-DICOM interface Licenses to CZM Instrument, Three (3) Forum interface licenses to third party DICOM instrument licenses to the appointed biomedical staff Deliverable Three: Verification of training for clinical users as specified in agreement. Task Four: Provide full service literature, preferably in electronic format, including as-built drawings and installation data to Atlanta VAMC Biomedical Engineering department. Deliverable Four: Verification of receipt of full service literature (Operator and Service Manuals), preferably in electronic format, including as-built drawings and installation data. Delivery address for twenty-five (25) forum viewer licenses, Eight (8) Forum-DICOM interface Licenses to CZM Instrument, Three (3) Forum interface licenses to third party DICOM instrument licenses Attention: Stephen Herman ext 203109 or DR Stephen Urken 206657 Atlanta VA Medical Center 1670 Clairmont Road MC 112E Decatur, GA 30033 SALIENT CHARACTERISTICS The following are the salient characteristics for the Zeiss Forum Server user licenses Technology for Forum server DICOM compliant as per the DICOM Conformance Statement The image must be captured using a DICOM interface for transfer into VistA Imaging Should be on approved VA list: a listing of teleretinal image acquisition systems that have been validated by the VA is located at below website link on page 29 (ophthalmic photography) http://www.va.gov/HEALTH/imaging/docs/VistA_Imaging_DICOM_Modality_Interfaces.pdf Compact, more efficient and easier to use for all users Compatible with all existing DICOM compliant ophthalmology equipment Allows ophthalmologist to scroll through OCT images. Corelates OCT and HVF data into one combined image. Capability to connect to Zeiss FORUM to all other VA Ophthalmology CBOCS in the area, this keeps the patient from having to repeat a test if they go to another location. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. INFORMATION TECHOLOGY (IT) The contractor does not require IT access. The contractor shall not be granted access to VA sensitive information. The C&A requirements do not apply. The Security Accreditation Package is not required. ESCORT REQUIRED The vendor will be escorted by the COR or Ophthalmology clinic staff during the installation of the Corneal Topographer Machine with printer and during training. DESCRIPTION Item Description Quantity Unit twenty-five (25) forum viewer licenses, Eight (8) Forum-DICOM interface Licenses to CZM Instrument, Three (3) Forum interface licenses to third party DICOM instrument licenses 1 ea. Manuals 2 Operator and 2 Service Manuals included 1 ea. *Contractors providing equal products shall provide descriptive literature describing equal characteristics and must be compatible with current system. 52.212-2 EVALUATION- COMMERCIAL ITEMS (Oct 2014) Requirement: Double Array application, Campus-Wide Mass Notification System SUBMISSION OF QUOTES: Quotes shall be received on or before the date and time specified in Block 8 of the SF 1449. Note: Offers received after the due date and time shall not be considered. Offerors may submit their quotes electronically via email joseph.locke@va.gov. A site visit will be provided by request only. Interested contractors are asked to contact the Contracting Officer (CO) via e-mail at joseph.locke@va.gov in advance of their intent to attend the site visit. The site visit will be conducted on ______________________ at _____am EST at the Columbia VA Healthcare System. Contractors shall report to the hospital main lobby. Contractors will have to comply with facility masking regulations during work performed as this is an active unit, with the possibility of housing COVID patients. NOTE: This is the ONLY site visit; individual or separate site visits will not be scheduled. This is not a mandatory site visit, but it is highly encouraged to attend before submitting a quote. Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is _____________. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Ensure the offeror s representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, the offeror will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Ensure the offeror s representations and certifications are complete in the Vendor Information Pages (VIP) (https://vetbiz.va.gov/vip/). Offerors are encouraged to ensure that they are registered and are shown in a current status within VIP as a Service-Disabled Veteran Owned Small Business (SDVOSB) prior to submitting their quotation. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government will not determine a competitive range, conduct discussions with contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. Comparative evaluations of quotes will be conducted. BASIS FOR AWARD: The Government will issue a purchase order to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. EVALUATION APPROACH: The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. EVALUATION FACTORS: The following factors shall be used to evaluate quotations. A greater emphasis will be placed on past performance: Price Technical Past Performance Price: The offeror will complete section B.2 Price Schedule, with the offerors proposed contract line item prices inserted in the appropriate spacing provided. Firm Fixed Pricing (FFP) for each line item is required. Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to offerors section of the solicitation. Quoter must clearly document how either the exact product(s) are being quoted or how similar items quoted meet all stated salient characteristics for the exact product(s). Past Performance: Quoters are asked to provide any recent procurement histories for sales of exact or similar items. EVALUATION PROCESS:    How Quote(s) will be evaluated (Basis of Award): The Government intends to award to an SDVOSB quote that meets all salient characteristics. The Contracting Officer with the assistance of the customer will evaluate technical submissions to determine the capability of the contractor in delivering the required commodity or equipment. Each quote shall be evaluated as acceptable for meeting the minimum, or unacceptable for failing to meet the minimum technical requirements. A quote that does not meet all the technical requirements will not be considered for award. Award will be made to the offeror that conforms to the stated evaluation factors and whose offer is found to be the most advantageous to the Government. THIS SPACE INTENTIONALLY LEFT BLANK Clauses: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. Provision 52.212-1, Instructions to Offerors Commercial (Oct 2015), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ 52.212-3 Offeror Representation and Certification Commercial Items (FEB 2016) with their offer. Provision at 52.212-3 Offeror Representation and Certification can be accessed electronically at the following web address: http://www.acquisition.gov/far/index.html Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2021) (Jul 2020) (Deviation) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115 232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (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 (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). [X] (8) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). [X] (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15 U.S.C. 657f). [X] (22)(i) 52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 632(a)(2)). [X] (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)) [X] (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (31)(i) 52.222 35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). [X] (32)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). [X] (33) 52.222 37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). [X] (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (35)(i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). [X] (36) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 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.) [X] (44) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). [X] (51) 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) [X] (55) 52.229 12, Tax on Certain Foreign Procurements (JUN 2020) [X] (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). [X] (60) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [X] (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020). [X] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (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, as defined in FAR 2.101, on the date of award of this contract, 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 dispute s 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 (JUN 2020) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (iv) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115 232). (v) 52.219 8, Utilization of Small Business Concerns (Oct 2018) (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 the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219 8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (vii) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (viii) 52.222 35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (ix) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (x) 52.222 37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). (xi) 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. (xii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). (xiii)(A) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226 6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 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) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [X] 852.211 70, Equipment Operation and Maintenance Manuals. [X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [X] 852.232 72, Electronic Submission of Payment Requests. [X] 852.233 70, Protest Content/Alternative Dispute Resolution. [X] 852.233 71, Alternate Protest Procedure. [X] 852.270 1, Representatives of Contracting Officers. (End of Clause) Clauses in Full Text: 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of clause) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Clauses Incorporated by Reference: - 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (June 2020) - 52.204-4, Printed or copied double-sided on post-consumer fibric content paper - 52.204-9, Personal Identity Verification of Contractor Personnel - 52.204-13, System for Award Management Maintenance (JUL 2013) - 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) - 52.204-70, Personal Identify Verification of Contractor Personnel (May 2020) - 52.222-20, Contracts for materials, supplies, articles, and equipment exceeding - - $15,000.00 (MAY 2014) - 52.228-5, Insurance- Work on a Government Installation (JAN 1997) - 52.232-1, Payments (APR 1984) - 52.232-8, Discounts for prompt payment (FEB 2002) - 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) - 852.242-71, Administrative Contracting Officer (Oct 2020) - 52.243-1, Changes Fixed Price (AUG 1987) - 852.203-70, Commercial Advertising (JAN 2008) - 852.211 70, Equipment Operation and Maintenance Manuals. - 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside - 852.232 72, Electronic Submission of Payment Requests. - 852.233 70, Protest Content/Alternative Dispute Resolution. - 852.242-71, Administrative Contracting Officer (Oct 2020) - 852.246-70, Guarantee (JAN 2008) - 852.246-71, Inspection (JAN 2008) - 852.270 1, Representatives of Contracting Officers

ONE FREEDOM WAY  AUGUSTA , GA 30904  USALocation

Place Of Performance : ONE FREEDOM WAY AUGUSTA , GA 30904 USA

Country : United StatesState : Georgia

Classification

naicsCode 339113Surgical Appliance and Supplies Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies