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 West Haven, Connecticut. Contact the soliciting agency for additional information.

Combined Synopsis-Solicitation for Commercial Products and Commercial Services Revision 01 Effective: 05/30/2023 Description This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as RFQ 36C24125Q0028. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07. The associated North American Industrial Classification System (NAICS) code for this procurement is NAICS 561730 (Landscaping Services) SBA size standard $9.5 Million. This is being bid as a SDVOSB set-aside. This is a solicitation for VA Connecticut Healthcare System requires snow removal, hauling, and treatment services at the West Haven VA Medical Center. Services are required to support active Medical Center access and operations 24-hour access 7 days a week for veterans and staff. The duration of the contract will be a base plus 4 OY. Any technical questions will be directed at Melissa Metevelis 203-932-5711 x4199. All interested companies shall provide quotations for the following: Mandatory Pre-Bid Site Visit Interested bidders shall participate in a mandatory pre-bid site visit and walk through at the VA Medical Center West Haven located at 950 Campbell Avenue; West Haven, CT 06516 at 9:00 a.m. on October 18, 2024. Bidders shall meet at Building 15 in the Facilities Management Service conference room to complete a sign-in sheet that will be submitted to the VA Contracting Officer. A temporary badge will be required upon arrival to Building 15. A valid Driver s License (any state) is required to obtain a temporary badge. VA Connecticut Healthcare System Facilities Management Maintenance Staff will escort an on campus walk through of all parking lot areas, drives, bays, salt shed storage, snow piling location(s) and any adjacent and/or ancillary spaces. Specific questions shall be directed to the VA Contracting Officer for a response. STATEMENT OF WORK SNOW REMOVAL SERVICES BACKGROUND VA Connecticut Healthcare System requires snow removal, hauling, and treatment services at the West Haven VA Medical Center. JUSTIFICATION Services are required to support active Medical Center access and operations 24-hour access 7 days a week for veterans and staff. LOCATION OF SERVICES VA Medical Center West Haven 950 Campbell Avenue West Haven, CT 06516 PERIOD OF PERFORMANCE The Contract Time Period of Performance includes winter and snow season months of November 01 April 30 of the contract period. Base contract period shall be 11/01/2024 10/31/2025. The contract will also contain the provision for (4) annual option years: Option Year 1: 11/01/2025 10/31/2026 Option Year 2: 11/01/2026 10/31/2027 Option Year 3: 11/01/2027 10/31/2028 Option Year 4: 11/01/2028 10/31/2029 QUALIFICATIONS To be considered eligible for consideration, potential bidders shall have a field service representative located within 200 miles of, and a minimum response time of 2 hours to, the West Haven Campus of the VA Connecticut Healthcare System and have proper equipment, materials, and support to provide services. Bidders shall provide upon request, documentation of certification/training on the specific equipment under the terms of this contract. The Contracting Officer (CO) and/or Contracting Officer s Representative (COR) specifically reserve the right to reject any of the Service Provider s personnel and refuse them permission to work on the equipment outlined herein, based upon credentials provided. Mandatory Pre-Bid Site Visit Interested bidders shall participate in a mandatory pre-bid site visit and walk through at the VA Medical Center West Haven located at 950 Campbell Avenue; West Haven, CT 06516 at 9:00 a.m. on October 18, 2024. Bidders shall meet at Building 15 in the Facilities Management Service conference room to complete a sign-in sheet that will be submitted to the VA Contracting Officer. A temporary badge will be required upon arrival to Building 15. A valid Driver s License (any state) is required to obtain a temporary badge. VA Connecticut Healthcare System Facilities Management Maintenance Staff will escort an on campus walk through of all parking lot areas, drives, bays, salt shed storage, snow piling location(s) and any adjacent and/or ancillary spaces. Specific questions shall be directed to the VA Contracting Officer for a response. SCOPE OF WORK The Medical Center shall remain clear of snow and operational for all patient visits and required staff 24 hours and 7 days per week. Service provider shall exercise care and courtesy in order to minimize impact on Medical Center operations. Shoveling and salting of walkways, steps, fire hydrants, handrails, and building entrances will be performed by onsite VA staff. Scheduled and unscheduled maintenance shall be completed 24 hours a day 7 days a week. For normal/expected service in advance of known snow events, VA will provide 24hrs notice to contractor that service will be required. However, for trouble calls and emergency service, the service provider shall respond within 1 hour after receiving notification from the COR or the Facilities Management Service Grounds Supervisor to commence snow and/or ice removal and surface treatment. Service provider shall respond 24/7 during normal business hours (6 a.m. 6 p.m.), nights, weekends (Saturday, Sunday, and Holidays. The service provider shall furnish the COR with a list of telephone numbers where the service provider or authorized representative may be contacted seven (7) days a week, 24 hours a day for the required services. Parking lots and roadways are utilized by patients, staff, the public, and contractors. Work areas shall be restored at the completion of work each day. Material, debris, and tools shall be removed from the work stie and secured. Service provider shall immediately report any damage to the VA Contracting Officer and COR. Service provider shall be responsible for replacement and/or repair costs for damage to Medical Center exterior signage, fixtures, fences, vehicles, etc. Description of Services: Snow Removal Roadways and Drives [Refer to the West Haven Campus Map and Parking Lot Inventory] Clear and remove snow at all roadways on the VA West Haven campus, including Campbell Avenue Entrance, Spring Street Entrance, Lawson Road, Service Road and to include area at Building 1 Loading Dock, Building 2 Loading Dock, Building 2 Main Entrance, Building 5 Main Entrance, Ambulance Bay, Ring Road, and area serving Building 19, Building 16, and Veterans Drive. Parking Lots [Refer to the West Haven Campus Map and Parking Lot Inventory Clear and remove all snow at all parking lots on the VA West Haven campus, including Parking Lot 1, Parking Lot 2, Emergency Room, Parking Lot 4, Parking Lot 5, Parking Lot 6, Parking Lot 7, Parking Lot 8, Parking Lot 10, Parking Lot 14, Parking Lot 15, Parking Lot 16, Fisher House, Parking Lot 18, and Parking Lot 24. Hauling When snow storage is full or directed by the COR, load and haul stockpiled snow onsite in the designated area(s). Designated areas may differ from event to event; however, designated areas will always be located on the West Haven VA Medical Center campus. The facility has minimum snow dump area(s) available. The service provider shall pile and stack snow in a safe and efficient manner. Piles shall be stacked to maintain safety and maximum usable parking area. No snow shall be piled and/or stacked in any parking spaces on the Medical Center campus unless directed by the Facilities Management Grounds Supervisor and/or Maintenance Supervisor and/or COR. Blocking of wayfinding and traffic signage, fire hydrants, walkways, and building entrances and exits is prohibited. West Haven VA Medical Center Parking Lot Inventory Parking Lot Campus Map Regular Spaces Accessible Spaces Parking Lot 1 P1 10 0 Parking Lot 2 P2 19 0 Emergency Room Emergency Care Ambulance Entry Ambulance Entry Parking Lot 4 (New Parking Garage Open January 2025) P4 (Parking Garage Not In Contract). 0 8 on street Parking Lot 5 P5 0 30 Parking Lot 6 P6 131 0 Parking Lot 7 P7 10 72 Parking Lot 8 P8 60 0 Parking Lot 10 P9, P10, P11, P12 906 8 Parking Lot 14 P14 19 0 Parking Lot 15 P15 38 0 Parking Lot 16 P16 12 0 Fisher House P17; Gate Operated Parking Lot 18 P18 164 11 Parking Lot 24 Building 24 9 0 Total 1378 129 The awarded Service Provider shall furnish all supervision, labor, tools, equipment, materials, fuel, and plant necessary to remove snow on Medical Center roads, parking lots, treat surfaces, load piles of snow and transport to a snow dump. Service provider shall be responsible for keeping parking lot and lot access open during the storm, final clean-up will commence when storm has ended. No staging or storage of contractor s equipment will be permitted onsite with exception to one loader for salting operations. Service provider may furnish and store on site one loader in a designated parking location for the winter season months of November April outlined within this contract. Contractor is responsible for removing all other equipment at the end of each event s operations. Any request for equipment storage in advance or unique or extreme snow events shall be requested, and approved, by the COR. Fuel storage, and fuel storage cubes, are prohibited. Service provider shall utilize the government s salt storage for roadway and bituminous parking surface treatment. VA Medical Center Grounds staff shall load VA supplied salt into service provider s furnished equipment for this purpose. VA furnished salt shall be utilized for VA Medical Center treatment only as outlined within this contract. All equipment shall have operable snow removal lights, daytime and nighttime running lights. Lights shall be used whenever equipment is in operation. All trucks and motor vehicles shall possess a valid registration (any state) and insurance for the intended use. No Government Furnished Equipment (GFE) will be included for use in this contract. Contractor must provide all snow removal, ice removal, salt spreading, and snow moving equipment. Additionally, contractor must provide all fuel. Use of government fuel and fueling stations is prohibited. Deicing operations (straight salt) shall be performed with equipment that has the capability of salting the paring area in one pass. Truck, motor vehicle and equipment operators shall possess valid licenses to operate. Provide a copy of license and proof of training to Contracting Officer. Service provider is responsible for furnishing and utilizing appropriate personal protective equipment while performing work such as reflective clothing, eyewear, gloves, etc. Service provider shall maintain their own spill cleanup kits for fuel, oil, or solvent spills. Report all spills immediately to the Contracting Officer, COR, and Facilities Management Service Maintenance Supervisor. Dispose of waste and debris in accordance with NFPA 241. Remove from the site daily. SUBMITTALS/DELIVERABLES The VA shall furnish a site map of the West Haven VA Medical Center and Inventory of Parking Lots and total number of parking spaces. Provide copy of equipment safety inspections to Contracting Officer prior to use. Provide copies of all personnel qualifications, training, and licenses as applicable for the work. The service provider shall provide electronic copy of all services performed to the Contracting Officer, COR, and Facilities Management Service Maintenance Supervisor within 48 hours of services provided. PRICING/INVOICING Contract contains unit costs and not to exceed quantities in accordance with the schedule. Service provider shall invoice for work performed, quantities removed from the site and offloaded at a snow dump. The COR and VA Facilities Management Service Maintenance Supervisor shall be the VAMC officials responsible for monitoring contract compliance. Monitoring mechanisms shall include: written documentation, reports and locations of all complaints regarding surfaces; verification of quantities for rock salt and ice melt treatment (cubic yards, material and quantity of spreaders used); log of equipment on site and in use with full name of operator; registration, model and size of equipment, trucks, and loader(s); and verification that the service provider has completed and provided all written documentation. Snow operations shall be priced per storm based on actual accumulation and supported by a certified snowfall total. Provide unit pricing for the following: 1 3 : >3 6 : >6 9 : >9 12 : Each additional 1 of snow above 12 : Treatment: Service provider shall provide daily documentation to demonstrate manpower, equipment and material used per day and per storm: Quantities of salt per day and per storm. Quantities of ice melt per day and per storm. Quantity removed from the site per day and per storm. Prior to submitting invoice, provide all required written documentation. In addition to licensure, safety inspections, insurance and registration, provide the following: Name of each operator personnel. Equipment Description. Equipment Quantity. Plow size with corresponding plate number. Truck size with corresponding plate number. Equipment Logs. Operator Logs. Total snow removed (cubic yards) for the day. Approximate time load left site. Approximate time of delivery to dump. Approximate quantity of load. Dump Tickets. A print out of the applicable snow total from the National Weather Service/NOAA is required to be submitted with all invoices. All logs and tickets shall identify equipment, operator, quantity, location with date and time(s), start and stop times. Service provider shall certify that written documentation has been reviewed for accuracy and is complete. GENERAL All Service Provider personnel, sub-Service Providers and representatives visiting VA sites will be required to sign in upon arrival at Building 15 and/or retain a temporary VA badge. Each visiting individual be required to enter their name, their company s name, VA project title, reason for visit, and the times of arrival and departure. Arrangements for after normal hour working site visits must be made in advance and during normal working hours. General: The Contracting Officer reserves the right to terminate any services, without payment for services completed, if such services are not needed or are not being adequately completed. The Service Provider shall remain responsible for operating and maintaining the site in full accordance if the requirements of this solicitation. The Service Provider shall develop and provide to the VA the following: Safety Plan: The Service Provider shall produce work in accordance with the latest editions of all applicable DVA guidelines (e.g. Construction Standards, Master Specifications, Standard Details, Special Design Criteria to meet Hospital Joint Commission (TJC) requirements), NFPA, Federal and State codes pertinent to the project scope. Per VA Directive 1805, smoking vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service Providers and their employees. No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time. Parking for Service Provider and its employees shall be in designated areas only. Service Provider to coordinate with COR. The Service Provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA Contracting Officer. The Service Provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service Provider s performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to the rules of the Medical Center applicable to their conduct. Execute work in such a manner as to reduce impacts with work being done by others. Billing: Provide COR with a report or statement of work completed and include statements with request for payment. Statement should include service completed and the date each service item was completed. Labor charges shall be billed hourly, and any unused labor totals will be credited back to the VA Medical Center on the next billing cycle, upon receipt of the service report. Travel: Service Provider and/or subcontractors Providers will travel from their place of business to the West Haven VAMC of the VA Connecticut Healthcare System. NARA Records Management Requirements The following standard items relate to records generated in executing this contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C. Chapter 21, 29, 31, and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. The Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. The Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Evaluation Process Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:A Price (Follow these instructions): Offeror shall complete the attached Price Schedule, with offerors proposed contract line-item prices inserted in appropriate spaces.A Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you 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. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).A Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company can perform the Performance Work Statement. The Government also reserves the right to obtain information for use in the evaluation of past performance from all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner.A Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Performance Work Statement. Contractor shall provide all current and relevant or license(s) to include manufacture training certificate etc. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. 4. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. 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 (http://www.VetBiz.gov). Verified SDVOSBs will receive a 5% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). ii. Verified VOSBs will received a 2.5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) As prescribed in 819.7203(a) insert the following clause: (a) This solicitation includes 852.219-74, 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) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: 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 (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [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) [X] 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 in 852.219-74 or VOSBs as set forth in 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 in 852.219-74 or VOSBs as set forth in 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 in 852.219-74 or VOSBs as set forth in 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. 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) 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination West Haven and Newington VAMC WD 2015-4127 and 2015-4119 (Rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ questions are due NLT 10/20/2024 at 17:00 PM EST. RFQ responses are due NLT 10/23/2024 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24125Q0028 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov)

Sub-Bidding

Medical

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 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
441
Active Projects
259
Bidding Soon
4,168
All Active Projects
1,751
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.

October 23, 2024

November 1, 2024

img_map_placeholder

950 Campbell Ave, West Haven, CT


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.