BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Montgomery, Alabama. Contact the soliciting agency for additional information.

Page 8 of 8 COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 36C10E22Q0139 The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2022-07, dated 08-10-2022. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be System for Award Registered Active and Veterans a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) verified at the date and time set for receipt of offers. An Offeror, who is not SAM, registered or a VIP verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. The applicable NAICS Code for this solicitation is 238220, Small Business Size Standard $16.5M. Applicable wage determination 2015-4607 Revision 18 dated 7/29/2022 is incorporated. Contractor shall provide quote to repair shutter system in place. ITEM NO. DESCRIPTION QTY UNIT Monthly UNIT PRICE 12 months Sub Total 0001 Base Year . The contractor shall provide all required preventative maintenance to the existing HVAC Systems located at the Regional Office of Montgomery AL., Veterans Benefits Administration. See enclosed SOW. Estimated Period of Performance: Begin 09/25/2022 End: 09/24/2023 ( Base Year) 4 QTR $___________ $___________ ITEM NO. DESCRIPTION QTY UNIT Monthly UNIT PRICE 12 months Sub Total 1000 Option Year One (1). The contractor shall provide all required preventative maintenance to the existing HVAC Systems located at the Regional Office Montgomery AL., Veterans Benefits Administration. See enclosed SOW. Estimated Period of Performance: Begin 09/25/2023 End: 09/24/2024 ( Option Year One (1) 4 QTR $___________ $___________ ITEM NO. DESCRIPTION QTY UNIT Monthly UNIT PRICE 12 months Sub Total 2000 Option Year Two (2). The contractor shall provide all required preventative maintenance to the existing HVAC Systems located at the Regional Office Montgomery AL., Veterans Benefits Administration. See enclosed SOW. Estimated Period of Performance: Begin 09/25/2024 End: 09/24/2025 ( Option Year Two (2) 4 QTR $___________ $___________ ITEM NO. DESCRIPTION QTY UNIT Monthly UNIT PRICE 12 months Sub Total 3000 Option Year Three (3). The contractor shall provide all required preventative maintenance to the existing HVAC Systems located at the Regional Office Montgomery AL., Veterans Benefits Administration. See enclosed SOW. Estimated Period of Performance: Begin 09/25/2025 End: 09/24/2026 ( Option Year Three (3) 4 QTR $___________ $___________ ITEM NO. DESCRIPTION QTY UNIT Monthly UNIT PRICE 12 months Sub Total 4000 Option Year Four (4). The contractor shall provide all required preventative maintenance to the existing HVAC Systems located at the Regional Office Montgomery AL., Veterans Benefits Administration. See enclosed SOW. Estimated Period of Performance: Begin 09/25/2026 End: 09/24/2027 ( Option Year Four (4) Grand Total All Total All Years. Base year plus four one-year options, Line Items 0001, 1000, 2000, 3000 and 4000 $_________________ 4 QTR $___________ $___________ Description of Requirement : provide preventive maintenance and emergency repair services for all the heating, ventilation, and air conditioning (HVAC) equipment located at the VBA Regional Office Buildings 42 and 55 located at 345 Perry Hill Road, Montgomery, AL 36109. STATEMENT OF WORK Preventive Maintenance HVAC This requirement is to provide full coverage preventive maintenance and emergency repair service for all heating, ventilation, and air conditioning (HVAC) equipment located at the VBA Regional Office buildings 42 and 55 located at 345 Perry Hill Road, Montgomery, AL 36109-4541. Building 42 is approximately 29 years old and Building 55 is approximately 12 years old. The energy management system (EMS) in the facility is Metasys by Johnson Controls Inc. At present, Johnson Controls is providing maintenance on the EMS. EMS controls are not a part of this requirement. Emergency response time for this contract is within two (2) hours of notification. The contractor shall use extreme caution to prevent damage to VA buildings, other structures, and/or equipment located on the grounds. Contractor will be solely responsible for any and all damage to VA property inflicted by Contractor personnel or and subcontractor operating under this contract. Also, as most of the work will be performed during regular business hours, Contractor will be solely responsible for any damages inflicted to any visitor and employee s personal vehicle. The following are lists of equipment to be maintained in each building: Bldg. 42 Liebert 681 Special Purpose Air-conditioner (Model #FH-290AVA10) Liebert Condenser (Model #CDF308LA) Rite Hot-Water Boiler (Model #375WG) Air Dryer Johnson Controls (Model #A-4000-141) Air Compressor Johnson Controls York Chiller (Model #YCIV0187EA46VABSXTX) Chilled Water Pumps 2 each Aurora (Type 344SBF) Hot Water Pumps 2 each Weinman (Model #25959V50BS4) Air Handlers 2 each York (Model #C51578FOAF36) Variable Speed Drives Supply 2 each Eaton (Model VSO40411A-N000) Variable Speed Drives Return 2 each Eaton (Model VSO15411A-N000) Attic, Boiler Room and Electrical Switch Room Exhaust Fan 3 each Lauren Cook (Model #240XMPH) Building Exhaust Fan Lauren Cook (Model #135S01B) VAV s Tempmaster Model HVW3, approximately 72 each Air handler and heating coil 2 each located in both bldg. entrance air locks Bldg. 55 a. 4 - Trane 7.5-ton split systems with tandem furnaces and gas heat Hours of Work Normal working hours are Monday through Friday from 8:00 a.m. until 4:30 p.m., excluding holidays. All service and repairs shall be performed during those normal hours unless requested and approved by the project manager or Contracting Officer Representative (COR). Preventive maintenance (PM) shall be performed quarterly during the months of November, February, May, and August. Federal Holidays observed by the VA Regional Office: New Year s Day Labor Day Martin Luther King Day Columbus Day President s Day Veterans Day Memorial Day Thanksgiving Day Juneteenth Day Christmas Day Independence Day MAINTENANCE SCHEDULE: All refrigerant losses due to mechanical failure, leaks, or any other reason will be covered under the terms of this contract. Contractor shall be responsible for performing preventive maintenance services on all HVAC equipment installed in Buildings 42 and 55 during the time this contract is in effect including all option years listed in the schedule. The maintenance schedule shown below is to provide general guidance and is not to be used to limit the services provided by this all-inclusive contract. Four (4) each quarterly inspections conducted on all equipment. Provide maximum preventive maintenance during each inspection. Each inspection shall include a report of all work accomplished. Inspect all fans, provide belts and labor as needed to keep units operating at peak efficiency and with minimum noise. One of the four (4) preventive maintenance inspections for the boiler and chiller shall include a complete general condition and safety analysis. Maintenance shall include leak checking the chiller for Freon leaks, clean and retighten all HVAC electrical connections, meg-out power draw for large motors, calibrate all controls and switches for which will be provided to the COR. In addition, one inspection shall also include an oil analysis on both chiller compressors. Written results of the oil test shall be provided to the COR. Air filter service, semi-annually (every 6 months): -Change all 2 plated pre-filters for York units in the Penthouse -Change all 4 pleated filters for Liebert unit in the Computer Room -Change 1 filter in air handler in Elevator Machine Room/FAB -Change 1 filter in entrance air lock units -Change 1 filters in the FAB air handlers Air filter service, annual: -Change all bag type filters for York units in the Penthouse Preventive maintenance shall be performed in accordance with the mfg. specifications, and during the hours defined in the schedule established herein. Contractor visits to conduct maintenance shall be arranged at least three (3) days in advance of the visit with the project manager or COR. All parts, services, manuals, and tools required to successfully perform the preventive maintenance must be included by the contractor as part of the all-inclusive conditions of the contract. Repairs performed under this contract will include all parts and labor required to return the equipment, ductwork, water piping, and building finishes back to its original appearance and/or operating condition. PARTS Contractor shall furnish and replace all parts required to keep all HVAC equipment functioning as designed and installed. All parts supplied shall be compatible with existing equipment. Used parts shall not be installed without the approval of the project manager or COR. REMOVAL OF EQUIPMENT AND BUILDING DOWN TIME: The work performed at this VA Regional Office is very important to the health and well-being of Alabama s Veterans. For this reason, it is not practical to close the office while repairs are completed. Any situation that renders the Building HVAC system inoperable shall be considered an emergency and every possible measure will be taken to restore the systems to working order. The contractor will be expected to make repairs without consideration of labor, equipment, delivery, or installation costs. Should equipment require repair at the contractor s facility, the contractor agrees to provide a loaner at no additional cost to the Government. Contractor must obtain permission from the COR to remove any Government property from the station. The contractor will be responsible for loss or damage to equipment while in his possession. The contractor must remove all debris and old parts from the premises after work has been completed. REPORTING ITEM CONSIDERED BEYOND THE CONTRACT SCOPE This is an all-inclusive contract, however, the contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the Contracting Officer and COR (in writing) of the existence or the development of any defects in or repairs required in the equipment, which the contractor considers to be outside of the scope of this contract. CONDITION OF EQUIPMENT The contractor accepts the responsibility for the equipment as found in Building 42 and 55, in as is condition, upon award of this contract. Failure to inspect the equipment prior to contract award will not relieve the contractor from the terms of this contract. No out-of-scope repair shall take place until authorization, or an order is issued by an authorized warranted Contracting Officer from VBA. The government is not liable for any agreement that is not binding solely because the Government representative who made it lacked the authority to enter into that agreement on behalf of the Government. SAFETY REQUIREMENTS During the performance of this contract, the contractor shall observe all standard industry safety procedures. In addition, the contractor will follow any safety precautions mandated by the Contracting Officer or designee, reasonably necessary to protect the lives and health of the building occupants. The Contracting Officer or designee will notify the contractor if a known safety issue arises. After receipt of notice, the contractor will immediately correct the condition. Such notice, when served on the contractor or their representative at the work site, shall be deemed sufficient for the contractor to take immediate action. Failure of the contractor to act or comply promptly and fully may result in a work stoppage, as ordered by the Contracting Officer. A work stoppage will stop all or any part of the work at no additional cost to the Government. The Government may also hold the contractor in default of the contract. IDENTIFICATION, PARKING, SMOKING AND VA REGULATIONS Contractor personnel shall wear visible identification at all times while on the VARO premises. It is the responsibility of the contractor to park in visitor parking in front of the VARO unless other arrangements are approved by the COR. The VARO will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any Government buildings. Possession of weapons is prohibited. INSURANCE Prior to award of the contract, the contractor shall furnish to the Contracting Officer a certificate of insurance which shall contain an endorsement to the effect that cancellation or any material change of the insurance policies which adversely affect the interest of the government shall not be effective unless written notice 30 days in advance is forwarded to the Contracting Officer. Worker Compensation and Employer s Liability: Contractors are required to comply with applicable Federal and State Worker Compensation and Occupational Disease statutes. General Liability: contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. Property Damage Liability: Contractors are required to have Property Damage Liability Insurance coverage must be at least $500,000. METRIC PRODUCTS Products manufactured in metric dimensions will be considered on an equal basis with those manufactured using inch-pound units, providing they fall with the tolerance specified using conversion tables contained in the latest revision of Federal Standard No. 376, and all other requirements of the document are met. If a product is manufactured to metric dimensions and dimensions exceed the tolerances specified in the inch-pound units, a request should be made to the Contracting Officer to determine if the product is acceptable. The Contracting Officer with the project manager, station facility manager or COR will make the final decision to accept or reject the product. REQUIRED CERTIFICATION Work on the following equipment must be performed by certified technician/mechanic on staff, or a subcontractor who retains official certification. Contractors shall provide proof of certification or capability of subcontracting with certified businesses and . Certification by York International -York Chiller Model YCIV0187EA46VABSXTX -Air Handlers Model C51578FOAF36 Certification by Liebert -Liebert 681 Special purpose air conditioner Model FH-290AVA10 -Liebert Condensing Unit Model CDF308LA Period of Performance: Base year plus four one-year options. FOB Destination. FAR 52.212-1, Instructions to Offerors Commercial Items (NOV 2021), applies to this solicitation. The following provisions and clauses are added as addenda: FAR 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) FAR 52.212-2 Evaluation Commercial Items (NOV 2021), applies to this solicitation. Offers will be evaluated on Technical 2. Past Performance 3. Price. Technical & Past Performance when combined is more important than price. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (MAY 2022) applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021) applies to this solicitation. The following provisions and clauses are added as addenda: FAR 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): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaam/index.asp https://www.va.gov/oal/library/vaam/index.asp 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE ( OCT 2018) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.222-19 Child Labor-Cooperation with Authorities & Remedies ( Jan 2022 ) The Government will take no action to enforce the clause implementing requirements of Executive Order 14042, absent further written notice from the contracting officer, where the place of performance identified in the contract is in a U.S. state or outlying area subject to a court order prohibiting the application of requirements pursuant to the Executive Order (hereinafter, Excluded State or Outlying Area ). In all other circumstances, the Government will enforce the clause, except for contractor employees who perform substantial work on or in connection with a covered contract in an Excluded State or Outlying Area, or in a covered contractor workplace located in an Excluded State or Outlying Area. A current list of such Excluded States and Outlying Areas is maintained atA Safer Federal Workforce for Federal Contractors. For Federal Contractors | Safer Federal Workforce Guidance documents issued by the Safer Federal Workforce Task Force or OMB, related to the Task Force s mission 52.225-3 Buy American-Free Trade agreements-Israeli Trade Act Alternate II (NOV 2021) 52.228-5 Insurance Work on a Government Installation (JAN 1997) A A (a)A The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. A A A A A A (b)A Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government s interest shall not be effective- A A A A A A A A A A A (1)A For such period as the laws of the State in which this contract is to be performed prescribe; or A A A A A A A A A A A (2)A Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. A A A A A A (c)A The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of clause) 52.232-18 Availability of Funds ( APR1984)JUN 2020) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232.40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.232-23 Assignment of Claims (MAY 2014) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.233-1 Disputes (MAY 2014) 52.233-4 Applicable Law for Breach of Contract Claims (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 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. ___ 852.209-70, Organizational Conflicts of Interest. _X_852.211-70, Equipment Operation and Maintenance Manuals. ___ 852.214-71, Restrictions on Alternate Item(s). ___ 852.214-72, Alternate Item(s). [Note: this is a fillable clause.] ___ 852.214-73, Alternate Packaging and Packing. ___ 852.214-74, Marking of Bid Samples. __ 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. ___ 852.215-71, Evaluation Factor Commitments. ___ 852.216-71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. ___ 852.216-72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. ___ 852.216-73, Economic Price Adjustment State Nursing Home Care for Veterans. ___ 852.216-74, Economic Price Adjustment Medicaid Labor Rates. ___ 852.216-75, Economic Price Adjustment Fuel Surcharge. ___ 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements. _X_ 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. ___ 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside. _X_ 852.219-77, VA Notice of Limitation on Subcontracting- Certificate of Compliance for Services and Construction ( SEP 2021) (Deviation) ___ 852.222-70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. ___ 852.228-70, Bond Premium Adjustment. ___ 852.228-71, Indemnification and Insurance. ___ 852.228-72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds. _X_ 852.232-72, Electronic Submission of Payment Requests. ___ 852.233-70, Protest Content/Alternative Dispute Resolution. ___ 852.233-71, Alternate Protest Procedure. ___ 852.237-70, Indemnification and Medical Liability Insurance. ___ 852.246-71, Rejected Goods. ___ 852.246-72, Frozen Processed Foods. ___ 852.246-73, Noncompliance with Packaging, Packing, and/or Marking Requirements. _X_ 852.270-1, Representatives of Contracting Officers. ___ 852.271-72, Time Spent by Counselee in Counseling Process. ___ 852.271-73, Use and Publication of Counseling Results. ___ 852.271-74, Inspection. ___ 852.271-75, Extension of Contract Period. ___ 852.273-70, Late Offers. ___ 852.273-71, Alternative Negotiation Techniques. ___ 852.273-72, Alternative Evaluation. ___ 852.273-73, Evaluation Health-Care Resources. _X_ 852.273-74, Award without Exchanges. (End of clause) VAAR 852.273-74A Award Without Exchanges (NOV 2021) The Government intends to evaluate proposals and award a contract without exchanges with offerors.A Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint.A However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. (End of provision) VAAR 852.219-74 Limitations on Subcontracting (JUL 2018) (DEVIATION) 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. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records, or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) VAAR 852.219-77A VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (seeA FAR 2.101A definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows:A [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth inA 852.219-10A or VOSBs as set forth inA 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth inA 852.219-10A or VOSBs as set forth inA 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth inA 852.219-10A or VOSBs as set forth inA 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _______________________________ _________________________________________________________ (End of clause) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (MAY 2022), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontracting Awards (JUN 2020) (8) 52.209-6 Protecting the Government s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 31 USC 6101) (9) 52.209-9 Update of Publicly Available Information Regarding Responsibility Matters ( OCT 2018) (41USC.2313) (22) 52.219-28 Post-Award Small Business Program Representation (SEP 2021) (27) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) (28) 52.222-19 Child Labor-Cooperation with Authorities & Remedies ( Jan 2022 ) (29) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (30) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) (32) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (35) 52.222-50 Combating Trafficking in Persons (NOV 2021) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (1) 52.222-41 Service Contract Labor Standards (AUG 2018) (2) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014FARFAR) (THIS IS NOT A WAGE DETERMINATION) EMPLOYEE CLASS WAGE + FRINGE BENEFITS 23370 General Maintenance Worker $18.43 23410 Heating ventilation & AC Mechanic $23.81 (8) 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2022) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) N/A N/A Offers are due not later than 15 September 2022 5:00 PM Eastern Offers must be submitted electronically ( email) to raymond.tracey@va.gov. For additional information, please contact the Contracting Officer, Raymond S.Tracey, by e-mail to raymond.tracey@va.gov.

Post-Bid

Medical

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
37
Active Projects
18
Bidding Soon
394
All Active Projects
143
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

September 22, 2022

September 30, 2022

img_map_placeholder

345 Perry Hill Rd, Montgomery, AL


The best commercial construction data available. Period.

Access Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.