Virginia Bids > Bid Detail

X1GZ--554 (S) FCC Medical Cache Storage One Year (VA-24-00019443)

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159149221222179
Posted Date: Nov 21, 2023
Due Date: Nov 26, 2023
Source: https://sam.gov/opp/3e952af62d...
Follow
X1GZ--554 (S) FCC Medical Cache Storage One Year (VA-24-00019443)
Active
Contract Opportunity
Notice ID
36C25924Q0054
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Nov 21, 2023 07:05 am MST
  • Original Published Date: Oct 31, 2023 04:31 pm MDT
  • Updated Date Offers Due: Nov 26, 2023 09:00 pm MST
  • Original Date Offers Due: Nov 13, 2023 01:00 pm MST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 28, 2023
  • Original Inactive Date: Dec 28, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: X1GZ - LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS
  • NAICS Code:
    • 624230 - Emergency and Other Relief Services
  • Place of Performance:
    Denver VA Medical Center 1700 N Wheeling Drive ,
Description
Description
This is a combined synopsis/solicitation for commercial products and commercial 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 Commercial 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 an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.

This solicitation is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). Vendors must be registered in SAM and VetCert before they submit their quote or they will not be considered.

The associated North American Industrial Classification System (NAICS) code for this procurement is 624230, with a small business size standard of $41.5 million.
The FSC/PSC is X1GZ.

Schedule of Services

Base Period: December 1, 2023 November 30, 2024
Item #
CLIN
Medical Cache Services
Qty
Monthly Price
Extended Amount
1
CLIN 0001
Storage of Government Property Medical Cache
12
Â
Â
2
CLIN 0002
Training
12
Â
Â
3
CLIN 0003
Mobilization of Cache
12
Â
Â
4
CLIN 0004
Consumables and Equipment Replenishment
12
Â
Â
TOTAL FOR BASE YEAR
$ -
Option Year 1: December 1, 2024 - November 30, 2025
Item #
CLIN
Medical Cache Services
Qty
Monthly Price
Extended Amount
1
CLIN 1001
Storage of Government Property Medical Cache
12
Â
Â
2
CLIN 1002
Training
12
Â
Â
3
CLIN 1003
Mobilization of Cache
12
Â
Â
4
CLIN 1004
Consumables and Equipment Replenishment
12
Â
Â
TOTAL FOR OPTION YEAR 1
$ -
Option Year 2: December 1, 2025 - November 30, 2026
Item #
CLIN
Medical Cache Services
Qty
Monthly Price
Extended Amount
1
CLIN 2001
Storage of Government Property Medical Cache
12
Â
Â
2
CLIN 2002
Training
12
Â
Â
3
CLIN 2003
Mobilization of Cache
12
Â
Â
4
CLIN 2004
Consumables and Equipment Replenishment
12
Â
Â
TOTAL FOR OPTION YEAR 2
$ -

Option Year 3: December 1, 2025 - November 30, 2026
Item #
CLIN
Medical Cache Services
Qty
Monthly Price
Extended Amount
1
CLIN 3001
Storage of Government Property Medical Cache
12
Â
Â
2
CLIN 3002
Training
12
Â
Â
3
CLIN 3003
Mobilization of Cache
12
Â
Â
4
CLIN 3004
Consumables and Equipment Replenishment
12
Â
Â
TOTAL FOR OPTION YEAR 3
$ -
Option Year 4: December 1, 2025 - November 30, 2026
Item #
CLIN
Medical Cache Services
Qty
Monthly Price
Extended Amount
1
CLIN 4001
Storage of Government Property Medical Cache
12
Â
Â
2
CLIN 4002
Training
12
Â
Â
3
CLIN 4003
Mobilization of Cache
12
Â
Â
4
CLIN 4004
Consumables and Equipment Replenishment
12
Â
Â
TOTAL FOR OPTION YEAR 4
$ -

VA Federal Coordinating Center
Patient Reception Team Cache

General Information

Title of Project: VA FCC Medical Cache Maintenance & Storage/ECHCS Emergency Cache Storage Only

Scope of Work: Contractor shall store and maintain all items in the Federal Coordinating Center (FCC) medical cache that is needed for Emergency Response to medical disasters. This includes but not limited to; replacing IV solutions that have expired, replenish items and equipment as necessary from use. All items in the FCC medical caches are owned by the Department of Veterans Affairs, Eastern Colorado Health Care System (ECHCS). The FCC medical cache shall be available at all times for emergency response. Storage only, no maintenance of the ECHCS Emergency Cache.
Background: The Department of Veterans Affairs, ECHCS is the host Federal Agency for the National Disaster Medical System. The National Disaster Medical System (NDMS) is managed by the Department of Homeland Security and may be activated in times of federally declared national and international emergencies to coordinate medical care of evacuees from the emergency area to an assigned area. The ECHCS is dedicated as the Federal Coordinating Center (FCC) and coordinates the Federal Disaster Response Emergencies and Exercises for the region with the local Medical Facilities. This a mass casualty emergency or exercise that will simulate the receiving, triage, and transport of more than 150 patients to 11 metro-area hospitals via eight ground ambulances and ten helicopters over the course of six hours.

General Requirements:

The Contractor shall identify and purchase (upon approval of cache list) FCC medical equipment and supplies to provide the VA Patient Reception Team a separate and independent cache to work from during NDMS Patient Movement evolutions. FCC Cache will be In-Service within 1 months of contract approval.

The Contractor shall provide space for storage of VA Patient Reception Team (PRT) FCC Cache that meets the following requirements:
Local to the Denver Metropolitan Area
Climate Controlled
Monitored Security
Rapid Access
Within a 10-mile radius of Denver International airport
The Contractor shall maintain the VA-PRT FCC cache in a ready to respond state. This maintenance will include:
Battery rotation and conditioning
Inventory management
Rotation of expired stock

The Contractor shall ensure delivery of FCC cache to a specified location within FEMA Region VIII. In the event of FCC PRT activation, pick-up of cache will happen within 4 hours of notice by VA-PRT. For exercises or training events delivery of the cache will be done in accordance with the objectives of the exercise or training.

The Contractor shall participate in a Functional Exercise that will have the following objectives as a minimum:
Activation of the VA-PRT
Delivery of the VA-PRT FCC Cache to a specified location
Assess the VA-PRT s ability to identify, organize, and manage the personnel and resources needed to effectively carry out a patient reception event.
Setup of a staging, triage, treatment, transportation, and patient tracking groups. These groups will be comprised of various local resources
Engage local responders and hospitals, patients will be transported to local hospitals by air and ground resources as necessary.

The Contractor shall provide a secure website for access to the cache inventory

The Contractor shall assist with training the VA Patient Reception Team two (2) times a year. This training will include:
Accessing the VA-PRT FCC cache
Medical equipment overview and familiarization
Policy and Procedure questions

The Contractor shall have minimum of five years of experience for storage and maintenance of medical cache.

The Contractor staff shall have medical training to ensure that the VA Patient Reception Team (VA-PRT) FCC cache is maintained in a ready to respond state at all times.
The Contractor shall be responsible for Government Furnished Equipment that is provided for storage and maintenance in the medical cache.

Hours of Coverage: Normal hours of coverage are Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding the federal holidays listed as follows:
Federal Holidays:
New Year s Day Dr. Martin Luther King Jr s Birthday Presidents Day
Memorial Day Juneteenth Independence Day Labor Day
Columbus Day Veteran s Day Thanksgiving Day
Christmas Day
Any other day specifically declared a National Holiday by the President of the United States. When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by US Government Agencies.
FCC Emergency Hours of coverage: The Government will have the authority to activate the FCC medical cache in a national emergency within 2 hours of the Governments notification to Contractor to deploy.
FCC Government Furnished Property Inventory List
TRIFOLD -7
CART
ITEM
DESCRIPTION
QTY
U/M
TRI-FOLD-7
60-0001
LITTERS
20
EA
TRI-FOLD-7
60-0008
IV POLES
20
EA
TRI-FOLD-7
DELINEATOR POST
DELINEATOR POST
12
EA
TRI-FOLD-7
12# BASE
BASE FOR POST
12
EA
TRI-FOLD-7
LANYARDS
LANYARDS
400
EA

RUBBERMAID-9
CART
ITEM
DESCRIPTION
QTY
U/M
RUBBERMAID-9
IS-8303SA
SMALL SHARPS
10
EA
RUBBERMAID-9
AL-881A
SANI-CLOTH WIPES
6
BX
RUBBERMAID-9
IS-SHUT
SHARPS SHUTTLE
24
EA
RUBBERMAID-9
3M 1860
N-95 MASK
4
BX/20
RUBBERMAID-9
MDS195184
GLOVE-SM
4
BX
RUBBERMAID-9
MDS195185
GLOVE-MED
4
BX
RUBBERMAID-9
MDS195186
GLOVE-LRG
4
BX
RUBBERMAID-9
MDS195187
GLOVE-XLRG
4
BX
RUBBERMAID-9
OG-888-02
REGULATOR
2
EA
RUBBERMAID-9
IS-5488
SHARPS-KRG.
4
EA
RUBBERMAID-9
IC-1507
INFECTIOUS CONTROL KIT
16
EA
TREATMENT-GREEN
CART
ITEM
DESCRIPTION
QTY
U/M
RUBBERMAID-9
IS-8303SA
SMALL SHARPS
10
EA
RUBBERMAID-9
AL-881A
SANI-CLOTH WIPES
6
BX
RUBBERMAID-9
IS-SHUT
SHARPS SHUTTLE
24
EA
RUBBERMAID-9
3M 1860
N-95 MASK
4
BX/20
RUBBERMAID-9
MDS195184
GLOVE-SM
4
BX
RUBBERMAID-9
MDS195185
GLOVE-MED
4
BX
RUBBERMAID-9
MDS195186
GLOVE-LRG
4
BX
RUBBERMAID-9
MDS195187
GLOVE-XLRG
4
BX
RUBBERMAID-9
OG-888-02
REGULATOR
2
EA
RUBBERMAID-9
IS-5488
SHARPS-KRG.
4
EA
RUBBERMAID-9
IC-1507
INFECTIOUS CONTROL KIT
16
EA

TREATMENT-RED-YELLOW
CART
ITEM
DESCRIPTION
QTY
U/M
TREATMENT RED-YELLOW
SG-2020S-BLU
BLOOD PRESURE KIT
2
EA
TREATMENT RED-YELLOW
ST-2290
STETHOSCOPE
2
EA
TREATMENT RED-YELLOW
IN001-BLK
UTILITY SCISSORS
1
EA
TREATMENT RED-YELLOW
PL-1008
PENLIGHT
2
EA
TREATMENT RED-YELLOW
PO8500A
PULSE OX
1
EA
TREATMENT RED-YELLOW
GU10019
ACCU-CHEK GLUCOMRTER
1
EA
TREATMENT RED-YELLOW
TH-4000
THERMOSCAN
1
EA
TREATMENT RED-YELLOW
TH5075
PROBE COVERS
1
BX
TREATMENT RED-YELLOW
TX-WHEEL
PEDI-WHEEL
1
EA
TREATMENT RED-YELLOW
TX-CRITICAL
POCKET GUIDE
1
EA
TREATMENT RED-YELLOW
BA6715
KERLIX
2
EA
TREATMENT RED-YELLOW
BJ848
4X4 PADS
20
EA
TREATMENT RED-YELLOW
DI-444
HEET-PAK
1
EA
TREATMENT RED-YELLOW
DI-688
COLD-PAK
1
EA
TREATMENT RED-YELLOW
BE-2
COBAN 2"
1
RL
TREATMENT RED-YELLOW
BA-415
XEROFORM
2
EA
TREATMENT RED-YELLOW
OM-20039
SALINE BULLETS
7
EA
TREATMENT RED-YELLOW
SL-7122
SODIUM CHLORIDE,250ML
2
BT
TREATMENT RED-YELLOW
TA-7827-1
TRANSPORE 1"
2
RL
TREATMENT RED-YELLOW
TA-7827-2
TRANSPORE 2"
2
RL
TREATMENT RED-YELLOW
TA-5104
ZONAS TAPE 1"
2
RL
TREATMENT RED-YELLOW
TA-5106
ZONAS TAPE 2"
2
RL
TREATMENT RED-YELLOW
BS7303A
EMERGENCY BLANKET
1
EA
TREATMENT RED-YELLOW
MDS195184
GLOVE-SM
1
BX
TREATMENT RED-YELLOW
MDS195185
GLOVE-MED
1
BX
TREATMENT RED-YELLOW
MDS195186
GLOVE-LRG
1
BX
TREATMENT RED-YELLOW
MDS195187
GLOVE-XLRG
1
BX
TREATMENT RED-YELLOW
IV4173-15
PRIMARY IV SET
2
EA
TREATMENT RED-YELLOW
IV-001
INJECT SITE
2
EA
TREATMENT RED-YELLOW
IV-8042
EXT SET
2
EA
TREATMENT RED-YELLOW
IT-6150
IV START PAK
6
EA
TREATMENT RED-YELLOW
IT-18GA
18 GA. NEEDLE
5
EA
TREATMENT RED-YELLOW
IT21GA
21 GA. NEEDLE
5
EA
TREATMENT RED-YELLOW
IT23GA
23 GA. NEEDLE
5
EA
TREATMENT RED-YELLOW
IT3CCLL
3CC SYRINGE
2
EA
TREATMENT RED-YELLOW
IT5CCLL
5CC SYRINGE
2
EA
TREATMENT RED-YELLOW
IT10CCLL
10CC SYRINGE
2
EA
TREATMENT RED-YELLOW
IT-1709
IV CATH 14GA
5
EA
TREATMENT RED-YELLOW
IT-1707
IV CATH 16GA
5
EA
TREATMENT RED
YELLOW
IT-1705
IV CATH 18GA
5
EA
TREATMENT RED-YELLOW
IT-1703
IV CATH 20GA
5
EA
TREATMENT RED-YELLOW
IT-1701
IV CATH 22GA
5
EA
TREATMENT RED-YELLOW
IS-5488
SHARPS COLECTOR 3.3 QT
1
EA


CHAIRS FROM ROGER REWERTS AT DENVER VA
VA DENVER
Â
18
TABLES FROM ROGER REWERTS AT DENVER VA
VA DENVER
Â
6
WHEELCHAIRS FROM ROGER REWERTS AT DENVER VA
VA DENVER
Â
20
IV POLES FOR WHEELCHAIRS FROM ROGER DENVER VA
VA DENVER
Â
10

CART
ITEM
DESCRIPTION
QTY
U/M
OFFICE SUPPLIES
181594
PENS-BLACK
4
DZ
OFFICE SUPPLIES
729036
PENS-RED
4
DZ
OFFICE SUPPLIES
181578
PENS-BLUE
4
DZ
OFFICE SUPPLIES
203349
SHARPIE-BLACK
4
DZ
OFFICE SUPPLIES
128844
HIGHLIGHTER YELLOW
2
DZ
OFFICE SUPPLIES
107580
PENCIL
48
EA
OFFICE SUPPLIES
588290
PENCIL SHARPENER
2
EA
OFFICE SUPPLIES
275714
STAPLER
3
EA
OFFICE SUPPLIES
221051
STAPLES
1
PK
OFFICE SUPPLIES
255722
3-HOLE PUNCH
1
EA
OFFICE SUPPLIES
375667
SCISSORS
4
EA
OFFICE SUPPLIES
221784
PAPER CLIPS
1
PK
OFFICE SUPPLIES
615303
BINDER SLIPS
4
PK
OFFICE SUPPLIES
173336
TAPE DISPENSER
4
EA
OFFICE SUPPLIES
575341
INVISIBLE TAPE
1
PK
OFFICE SUPPLIES
965232
WHITE OUT TAPE
10
EA
OFFICE SUPPLIES
432479
POST-IT PADS
12
EA
OFFICE SUPPLIES
553800
DRY ERASE SET
1
EA
OFFICE SUPPLIES
305466
WRITING PAD
12
EA
OFFICE SUPPLIES
810838
MANILA FILE FOLDER
50
EA
OFFICE SUPPLIES
526076
CLIPBOARD W/STOR
10
EA
OFFICE SUPPLIES
348037
COPY PAPER
4
RM
OFFICE SUPPLIES
848808
13 GL. TRASH BAGS
100
EA
OFFICE SUPPLIES
348037
COPY PAPER
6
RM

CART
ITEM
DESCRIPTION
QTY
U/M
CRASH 1,2
IS-5488
SHARPS COLECTOR 3.3 QT
1
EA
CRASH 1,2
OK-2100
SUCTION UNIT
1
EA
CRASH 1,2
LP1212
LIFE-PAK UNIT
1
EA
CRASH 1,2
TH-5075
PROBE COVERS
1
BX
CRASH 1,2
IN-001-BLK
UTILITY SCISSORS
1
EA
CRASH 1,2
IN-920
RING CUTTER
1
EA
CRASH 1,2
PL-1008
PEN LIGHT
2
EA
CRASH 1,2
ST-2290
STETHOSCOPE
1
EA
CRASH 1,2
SG2020S-BLU
BLOOD PRESURE KIT
1
EA
CRASH 1,2
GU-40019
ACCU-CHEK GLUCOMRTER
1
EA
CRASH 1,2
TX-CRITICAL
POCKET GUIDE
1
EA
CRASH 1,2
TX-WHEEL
PEDI-WHEEL
1
EA
CRASH 1,2
TH-4000
THERMOSCAN
1
EA
CRASH 1,2
11996-000081
FILTERLINE SET
2
EA
CRASH 1,2
0488-1952
ADULT CO2 SAMPLE SET
2
EA
CRASH 1,2
MDS195184
GLOVE-SM
1
BX
CRASH 1,2
MDS195185
GLOVE-MED
1
BX
CRASH 1,2
MDS195186
GLOVE-LRG
1
BX
CRASH 1,2
MDS195187
GLOVE-XLRG
1
BX
CRASH 1,2
IT-6150
IV START PAK
6
EA
CRASH 1,2
IV-001
INJECT SITE
2
EA
CRASH 1,2
IV-8042
EXT SET
2
EA
CRASH 1,2
IV-4173-15
PRIMARY IV SET
2
EA
CRASH 1,2
IT-1709
IV CATH 14GA
5
EA
CRASH 1,2
IT-1707
IV CATH 16GA
5
EA
CRASH 1,2
IT-1705
IV CATH 18GA
5
EA
CRASH 1,2
IT-1703
IV CATH 20GA
5
EA
CRASH 1,2
IT-1701
IV CATH 22GA
5
EA
CRASH 1,2
IT3CCLL
3CC SYRINGE
4
EA
CRASH 1,2
IT5CCLL
5CC SYRINGE
4
EA
CRASH 1,2
IT10CCLL
10CC SYRINGE
4
EA
CRASH 1,2
IT18GA
18 GA. NEEDLE
5
EA
CRASH 1,2
IT21GA
21 GA. NEEDLE
5
EA
CRASH 1,2
IT23GA
23 GA. NEEDLE
5
EA
CRASH 1,2
IC-90
PROCEDURE MASK
1
BX
CRASH 1,2
IN-374
MAGIL FORCEP CHILD
1
EA
CRASH 1,2
IN-675
MAGIL FORCEP ADULT
1
EA
CRASH 1,2
AB-300K
NASOPHARYNGEAL AIRWAY KIT
1
EA
CRASH 1,2
AA-25
GUEDEL AIRWAY KIT
1
EA
CRASH 1,2
OM-7100
BAG MASK ADULT
1
EA
CRASH 1,2
OM-7200
BAG MASK PEDI
1
EA
CRASH 1,2
OM-7300
BAG MASK INFANT
1
EA
CRASH 1,2
OH-5013
SUCTION HANDLE W/TUBING
1
EA
CRASH 1,2
AC-125
ET TUBE HOLDER
2
EA
CRASH 1,2
OK-0101
MENCONIUM ASPIRATOR
1
EA
CRASH 1,2
LY1F
LARYNGO HANDLE MED.
1
EA
CRASH 1,2
LY2F
LARYNGO HANDLE SM.
1
EA
CRASH 1,2
LY71F
BLADE MAC 1
1
EA
CRASH 1,2
LY72F
BLADE MAC 2
1
EA
CRASH 1,2
LY73F
BLADE MAC 3
1
EA
CRASH 1,2
LY74F
BLADE MAC 4
1
EA
CRASH 1,2
LY80F
BLADE MILLER 0
1
EA
CRASH 1,2
LY81F
BLADE MILLER 1
1
EA
CRASH 1,2
LY82F
BLADE MILLER 2
1
EA
CRASH 1,2
LY83F
BLADE MILLER 3
1
EA
CRASH 1,2
LY84F
BLADE MILLER 4
1
EA
CRASH 1,2
1920
CANNULA
1
EA
CRASH 1,2
OM-2438
NEBULIZER
1
EA
CRASH 1,2
OM-1058
PEDI-O2 MASK
1
EA
CRASH 1,2
BA-5
TRIANGULAR BANDAGE
2
EA
CRASH 1,2
BE-2
COBAN 2"
1
EA
CRASH 1,2
SL-7122
SODIUM CHLORIDE,250ML
2
EA
CRASH 1,2
BJ-848
4X4 PADS
1
BX
CRASH 1,2
BA-6715
KERLIX
5
EA
CRASH 1,2
NON246074P
LIMB HOLDER
6
EA
CRASH 1,2
BA-7020
BANDAGES
1
BX
CRASH 1,2
BS-7303A
EMERGENCY BLANKET
1
EA
CRASH 1,2
MD-63
GLUCOSE
1
EA
CRASH 1,2
DI-444
HEAT-PAK
2
EA
CRASH 1,2
DI-688
COLD-PAK
3
EA
CRASH 1,2
TA-5104
ZONAS TAPE 1"
2
RL
CRASH 1,2
TA-5106
ZONAS TAPE 2"
2
RL
CRASH 1,2
TA-7827-1
TRANSPORE 1"
2
RL
CRASH 1,2
TA-7827-2
TRANSPORE 2"
2
RL
CRASH 1,2
BA-415
XEROFORM
2
EA
CRASH 1,2
OS-01JT
OXYGEN CYLINDER
1
EA
CRASH 1,2
OG-888-02
O2 REGULATOR
1
EA
CRASH 1,2
3M 1860
N-95 MASK
1
BX
CRASH 1,2
IS-5488
SHARPS COLECTOR 3.3 QT
1
EA
CRASH 1,2
EL-533
ELECTRODE,MEDITRACE
1
BX
CRASH 1,2
IC-1507
INFECT CONTROL KIT
2
EA

CART
ITEM
DESCRIPTION
QTY
U/M
RUBBERMAID-8
OM-2438
NEBULIZER
37
EA
RUBBERMAID-8
HUDS 1920
NASAL CANNULA
96
EA
RUBBERMAID-8
OM-1058
PEDI-MASK W/RESV
78
EA

CART
ITEM
DESCRIPTION
QTY
U/M
RUBBERMAID-7
IV-4173-15
PRIMARY IV SET
57
EA
RUBBERMAID-7
AL-1
ALCOHOL PREPS
2
BX
RUBBERMAID-7
CX-900P
STIF-NECK-PEDI
2
EA
RUBBERMAID-7
0814-9357
STIF-NECK-ADULT
4
EA
RUBBERMAID-7
TA-2104
ZONAS TAPE 1"
12
RL
RUBBERMAID-7
TA-7827-1
TRANSPORE 1"
12
RL
RUBBERMAID-7
ID-1060
PULL-LOCK
1
PK/250
RUBBERMAID-7
EL1310-P
MEDITRACE 1310
6
PK
RUBBERMAID-7
16293
LIFE-PAK PAPER
5
RL
RUBBERMAID-7
EL-533
MEDITRACE 533
1
BX
RUBBERMAID-7
OM-20039
ADDI-PAK
1
BX
RUBBERMAID-7
0488-1952
CO2 CUNNULA
6
EA
RUBBERMAID-7
SL-7122
SODIUM CHLORIDE,250ML
8
BT
RUBBERMAID-7
IVV-16D
THORACENTESIS KIT
2
EA

CART
ITEM
DESCRIPTION
QTY
U/M
RUBBERMAID-6
IT-6150
IV START PAK
7
BX/25
RUBBERMAID-6
IT-100
ATOMIZATION DEVICE
1
EA
RUBBERMAID-6
IV-001
INJECTION SITE
42
EA
RUBBERMAID-6
IT18GA
18 GA. NEEDLE
80
EA
RUBBERMAID-6
IT21GA
21 GA. NEEDLE
80
EA
RUBBERMAID-6
IT23GA
23 GA. NEEDLE
80
EA
RUBBERMAID-6
IT3CCLL
3CC SYRINGE
92
EA
RUBBERMAID-6
IT5CCLL
5CC SYRINGE
92
EA
RUBBERMAID-6
IT10CCLL
10CC SYRINGE
92
EA
RUBBERMAID-6
IT-1709
IV CATH 14GA
30
EA
RUBBERMAID-6
IT-1707
IV CATH 16GA
30
EA
RUBBERMAID-6
IT-1705
IV CATH 18GA
30
EA
RUBBERMAID-6
IT-1703
IV CATH 20GA
30
EA
RUBBERMAID-6
IT-1701
IV CATH 22GA
30
EA
RUBBERMAID-6
IV-8042
EXT SET
32
EA
CART
ITEM
DESCRIPTION
QTY
RUBBERMAID-5
AB300K
NASO AIRWAY KIT
8
RUBBERMAID-5
AA25
GUEDEL AIRWAY KIT
8
RUBBERMAID-5
OM-7300
INFANT RESUSCITATOR
2
RUBBERMAID-5
OM-7200
PEDI RESUSCITATOR
4
RUBBERMAID-5
OM-7100
ADULT RESUSCITATOR
9
RUBBERMAID-5
AC-125
ET TUBE HOLDER
6
RUBBERMAID-5
AE-525
FLEXISET,UNCUFFED 2.5 MM
6
RUBBERMAID-5
AE-530
FLEXISET,UNCUFFED 3.0 MM
6
RUBBERMAID-5
AE-535
FLEXISET,UNCUFFED 3.5 MM
6
RUBBERMAID-5
AE-540
FLEXISET,UNCUFFED 4.0 MM
6
RUBBERMAID-5
AE-545
FLEXISET,UNCUFFED 4.5 MM
6
RUBBERMAID-5
AE-550
FLEXISET,UNCUFFED 5.0 MM
6
RUBBERMAID-5
AE-755
FLEXISET-CUFFED 5.5 MM
6
RUBBERMAID-5
AE-760
FLEXISET-CUFFED 6.0 MM
6
RUBBERMAID-5
AE-765
FLEXISET-CUFFED 6.5 MM
6
RUBBERMAID-5
AE-770
FLEXISET-CUFFED 7.0 MM
6
RUBBERMAID-5
AE-775
FLEXISET-CUFFED 7.5 MM
6
RUBBERMAID-5
AE-780
FLEXISET-CUFFED 8.0 MM
6
RUBBERMAID-5
AE-785
FLEXISET-CUFFED 8.5 MM
6
RUBBERMAID-5
AE-790
FLEXISET-CUFFED 9.0 MM
6
RUBBERMAID-5
OH-5013
YANKAUER SUCT. SET
2
RUBBERMAID-5
33593
POISE PADS, LRG
1
RUBBERMAID-5
31738
TRAINING PANTS, 3T-4T
1
RUBBERMAID-5
26242
PAMPERS 1, 8-14 LBS
1
RUBBERMAID-5
26247
PAMPERS 3, 16-28 LBS
1
RUBBERMAID-5
26251
PAMPERS 5, 27+ LBS
1

CART
ITEM
DESCRIPTION
QTY
U/M
RUBBERMAID 4
PA-60
BED PAN
20
EA
RUBBERMAID 4
PA-59
URINAL
20
EA
RUBBERMAID 4
PA-57
EMESIS BASIN
50
EA

CART
ITEM
DESCRIPTION
QTY
U/M
RUBBERMAID-3
BA6715
KERLIX
34
EA
RUBBERMAID-3
DI-444
HEET-PAK
13
EA
RUBBERMAID-3
DI-688
COLD-PAK
21
EA
RUBBERMAID-3
BJ848
4X4 PADS
8
BX
RUBBERMAID-3
BS7303A
EMERGENCY BLANKET
15
EA
RUBBERMAID-3
BE-2
COBAN 2"
4
RL
RUBBERMAID-3
IN001-BLK
UTILITY SCISSORS
1
EA
RUBBERMAID-3
BA-5
TRIANGULAR BNDG.
12
EA
RUBBERMAID-3
BA-415
XEROFORM
2
EA
RUBBERMAID-3
IS-SHUT
SHARPS SHUTTLE
16
EA

CART
ITEM
DESCRIPTION
QTY
U/M
RUBBERMAID-2
LP1212BIPSBCA
LIFE-PAK 12
2
EA
RUBBERMAID-2
OK-2100
SUCTION UNIT
2
EA

CART
ITEM
DESCRIPTION
QTY
U/M
RUBBERMAID-1
59826
POWER STRIP
4
EA
RUBBERMAID-1
293556
GORILLA TAPE
4
RL
RUBBERMAID-1
1EC16
TAPE HOLDER
3
EA
RUBBERMAID-1
59226
POWER CORD-15FT.
4
EA
RUBBERMAID-1
67864
POWER CORD-25FT.
4
EA
RUBBERMAID-1
67439
POWER CORD-50FT.
2
EA
RUBBERMAID-1
82455
POWER CORD-100FT.
3
EA
RUBBERMAID-1
9BN-125501
MEGA-PHONE
1
EA

CART
ITEM
DESCRIPTION
QTY
U/M
TRIFOLD-8
SH11C
FOLDING COT
30
EA
TRIFOLD-8
EARPLUGS
EARPLUGS
400
EA
TRIFOLD-8
REFLECTIVE BELTS
NEON GREEN BELTS
50
EA
TRIFOLD-8
WRISTBANDS
BLUE,GREEN,YELLOW,ORANGE
500
EA
TRIFOLD-8
NON24777A
SAFETY GLASSES,LRG
60
EA
TRIFOLD-8
DMS-05834
VEST,BLUE
8
EA
TRIFOLD-8
DMS-05835
VEST,GREEN
13
EA
TRIFOLD-8
DMS-05838
VEST,BLACK
11
EA
TRIFOLD-8
DMS-05831
VEST,RED
6
EA
TRIFOLD-8
DMS-05832
VEST,WHITE
8
EA
TRIFOLD-8
DMS-05833
VEST,YELLOW
8
EA
TRIFOLD-8
DMS-05836
VEST,ORANGE
10
EA
TRIFOLD-8
Â
NDMS FCC VEST
14
EA
TRIFOLD-8
5023-72
BLUE SUEDE LEATHER GLOVES,LRG
42
PR
CART
ITEM
DESCRIPTION
QTY
U/M
TRIFOLD-10
TRIAGE AREA STAND
TRIAGE AREA TAPE STAND
75
EA
TRIFOLD-10
119287
1ST. PRIORITY TAPE RED
1
RL
TRIFOLD-10
119288
2ND. PRIORITY TAPE YELLOW
1
RL
TRIFOLD-10
119289
3RD. PRIORITY TAPE GREEN
1
RL
TRIFOLD-10
BT-2M-3-500-PIN
PINK BARRACADE TAPE
2
RL
TRIFOLD-10
1N956
DO NOT ENTER TAPE
3
RL
TRIFOLD-10
SAND BAG
SAND BAG
65
EA
TRIFOLD-10
PINK TRIAGE FLAG
PINK TRIAGE FLAG
1
EA
TRIFOLD-10
YELLOW TRIAGE FLAG
YELLOW TRIAGE FLAG
1
EA
TRIFOLD-10
RED TRIAGE LFAG
RED TRIAGE LFAG
1
EA
TRIFOLD-10
GREEN TRIAGE FLAG
GREEN TRIAGE FLAG
1
EA
TRIFOLD-10
100FT MEASURING TAPE
100FT MEASURING TAPE
1
EA

CART
ITEM
DESCRIPTION
QTY
U/M
STORM 4
AAH73WCF9NA5AN
DTR650,1WATT,10CH,900MHZ,TWO WAY RADIO
10
EA
STORM 4
BDN6773A
HEADSET,SNGL SPKR FOR TWO WAY RADIOS
10
EA
STORM 4
RPM4035A
BATTERY CHARGER FOR TWO WAY RADIOS
10
EA
STORM 4
SNN5708B
BATTERY 3.6 LITHIUM
10
EA

CART
ITEM
DESCRIPTION
QTY
U/M
STORM-3
Â
LIFE-PAK 1212 CHARGER
1
EA
STORM-3
Â
PRINTER
1
EA
STORM-3
Â
POWER CORD FOR CHARGER
1
EA
STORM-3
Â
POWER CORD FOR PRINTER
1
EA
STORM-3
Â
DATA CORD FOR PRINTER
1
EA

CART
ITEM
DESCRIPTION
QTY
U/M
STORM-2
224-8070
LAP TOP COMPUTER
3
EA
STORM-2
3800G14
HANDHELD BARCODE SCANNER
1
EA
STORM-2
A2866576
ROUTER
1
EA
STORM-2
330-9456
MICE FOR LAP -TOP
3
EA
STORM-2
Â
POWER CORD FOR LAP-TOP
3
EA

CART
ITEM
DESCRIPTION
QTY
U/M
STORM-1
Â
MOTOROLA BARCODE SCANNER
10
EA
STORM-1
Â
BATTERY CHARGER
3
EA
STORM-1
Â
DOCKING STATION FOR SCANNERS
1
EA
STORM-1
Â
BATTERIES FOR SCANNERS
22
EA

CART
ITEM
DESCRIPTION
QTY
U/M
TRIAGE ROLLING
TX-5420
TRIAGE TAGS
10
PK
TRIAGE ROLLING
MDS195184
GLOVE-SM
1
BX
TRIAGE ROLLING
MDS195185
GLOVE-MED
1
BX
TRIAGE ROLLING
MDS195186
GLOVE-LRG
1
BX
TRIAGE ROLLING
MDS195187
GLOVE-XLRG
1
BX
TRIAGE ROLLING
PO8500A
PULSE OX
2
EA
TRIAGE ROLLING
IN001-BLK
UTILITY SCISSORS
2
EA
TRIAGE ROLLING
PL-1008
PENLIGHT
2
EA
TRIAGE ROLLING
ST-2290
STETHOSCOPE
1
EA
TRIAGE ROLLING
TA-7827-1
TRANSPORE 1"
2
RL
TRIAGE ROLLING
TA-7827-2
TRANSPORE 2"
2
RL
TRIAGE ROLLING
TA-5104
ZONAS TAPE 1"
2
RL
TRIAGE ROLLING
TA-5106
ZONAS TAPE 2"
2
RL
TRIAGE ROLLING
TX-WHEEL
PEDI-WHEEL
1
EA
TRIAGE ROLLING
TX-CRITICAL
POCKET GUIDE
1
EA
TRIAGE ROLLING
SG-2020S-BLU
BLOOD PRESURE KIT
1
EA
TRIAGE ROLLING
HP-202
EAR PLUGS
2
BX
TRIAGE ROLLING
0S-01JT
OXYGEN CYLINDER
3
EA
TRIAGE ROLLING
0S-01JT
OXYGEN CYLINDER
3
EA

CART
ITEM
DESCRIPTION
QTY
U/M
TRI-FOLD-4
961760
FOLDING CHAIRS
20
EA
TRI-FOLD-4
624759
EASEL
1
EA
TRI-FOLD-4
Â
EASEL STAND
1
EA
TRI-FOLD-4
287073
SHREDDER
1
EA
TRI-FOLD-4
313098
TRASH CAN 41 QT.
2
EA
TRI-FOLD-4
221507
TRASH CAN 7 GL.
10
EA
TRI-FOLD-4
NON123143
RED LINERS 31 X 43
1
CS/200
TRI-FOLD-4
PA-59
URINAL
10
EA
TRI-FOLD-4
PA-60
BED PAN
11
EA
TRI-FOLD-4
Â
CLIPBOARDS
20
EA

CART
ITEM
DESCRIPTION
QTY
U/M
STRETCHER
PSC-HE
WHEELED STRETCHER CART W/20 WHEELS
10
EA

CART
ITEM
DESCRIPTION
QTY
U/M
TRI-FOLD-5
60-0014
STRETCHER STAND
10
EA
TRI-FOLD-5
60-0027
BACK REST
5
EA
TRI-FOLD-5
MASS-CASUALTY O2 KIT
MASS-CASUALTY O2 KIT
1
EA
TRI-FOLD-5
KIT-2222
PERSONAL PROTECTION KIT LRG
1
EA

CART
ITEM
DESCRIPTION
QTY
U/M
TRI-FOLD-6
60-0014
STRETCHER STAND
10
EA
TRI-FOLD-6
60-0027
BACK REST
5
EA
TRI-FOLD-6
MASS-CASUALTY O2 KIT
MASS-CASUALTY O2 KIT
1
EA
TRI-FOLD-6
KIT-2222
PERSONAL PROTECTION KIT LRG
1
EA

CART
ITEM
DESCRIPTION
QTY
U/M
TRI-FOLD-7
60-0001
LITTERS
20
EA
TRI-FOLD-7
60-0008
IV POLES
20
EA
TRI-FOLD-7
DELINEATOR POST
DELINEATOR POST
12
EA
TRI-FOLD-7
12# BASE
BASE FOR POST
12
EA
TRI-FOLD-7
LANYARDS
LANYARDS
400
EA

CART
ITEM
DESCRIPTION
QTY
U/M
RUBBERMAID-9
IS-8303SA
SMALL SHARPS
10
EA
RUBBERMAID-9
AL-881A
SANI-CLOTH WIPES
6
BX
RUBBERMAID-9
IS-SHUT
SHARPS SHUTTLE
24
EA
RUBBERMAID-9
3M 1860
N-95 MASK
4
BX/20
RUBBERMAID-9
MDS195184
GLOVE-SM
4
BX
RUBBERMAID-9
MDS195185
GLOVE-MED
4
BX
RUBBERMAID-9
MDS195186
GLOVE-LRG
4
BX
RUBBERMAID-9
MDS195187
GLOVE-XLRG
4
BX
RUBBERMAID-9
OG-888-02
REGULATOR
2
EA
RUBBERMAID-9
IS-5488
SHARPS-KRG.
4
EA
RUBBERMAID-9
IC-1507
INFECTIOUS CONTROL KIT
16
EA

CART
ITEM
DESCRIPTION
QTY
U/M
TREATMENT- GREEN
SG-2020S-BLU
BLOOD PRESURE KIT
2
EA
TREATMENT- GREEN
ST-2290
STETHOSCOPE
2
EA
TREATMENT- GREEN
PO8500A
PULSE OX
1
EA
TREATMENT- GREEN
IN001-BLK
UTILITY SCISSORS
1
EA
TREATMENT- GREEN
PL-1008
PENLIGHT
2
EA
TREATMENT- GREEN
TX-WHEEL
PEDI-WHEEL
1
EA
TREATMENT- GREEN
TX-CRITICAL
POCKET GUIDE
1
EA
TREATMENT- GREEN
BA6715
KERLIX
2
EA
TREATMENT- GREEN
BJ848
4X4 PADS
20
EA
TREATMENT- GREEN
DI-444
HEET-PAK
1
EA
TREATMENT- GREEN
DI-688
COLD-PAK
1
EA
TREATMENT- GREEN
OM-20039
SALINE BULLETS
5
EA
TREATMENT- GREEN
SL-7122
SODIUM CHLORIDE,250ML
2
BT
TREATMENT- GREEN
TA-7827-1
TRANSPORE 1"
2
RL
TREATMENT- GREEN
TA-7827-2
TRANSPORE 2"
2
RL
TREATMENT- GREEN
TA-5104
ZONAS TAPE 1"
2
RL
TREATMENT- GREEN
TA-5106
ZONAS TAPE 2"
2
RL
TREATMENT- GREEN
BS7303A
EMERGENCY BLANKET
1
EA
TREATMENT- GREEN
MDS195184
GLOVE-SM
1
BX
TREATMENT- GREEN
MDS195185
GLOVE-MED
1
BX
TREATMENT- GREEN
MDS195186
GLOVE-LRG
1
BX
TREATMENT- GREEN
MDS195187
GLOVE-XLRG
1
BX
TREATMENT- GREEN
SL-7122
SODIUM CHLORIDE,250ML
2
BT
TREATMENT- GREEN
IS-5488
SHARPS COLECTOR 3.3 QT
1
EA

CART
ITEM
DESCRIPTION
QTY
U/M
TREATMENT RED-YELLOW
SG-2020S-BLU
BLOOD PRESURE KIT
2
EA
TREATMENT RED-YELLOW
ST-2290
STETHOSCOPE
2
EA
TREATMENT RED-YELLOW
IN001-BLK
UTILITY SCISSORS
1
EA
TREATMENT RED-YELLOW
PL-1008
PENLIGHT
2
EA
TREATMENT RED-YELLOW
PO8500A
PULSE OX
1
EA
TREATMENT RED-YELLOW
GU10019
ACCU-CHEK GLUCOMRTER
1
EA
TREATMENT RED-YELLOW
TH-4000
THERMOSCAN
1
EA
TREATMENT RED-YELLOW
TH5075
PROBE COVERS
1
BX
TREATMENT RED-YELLOW
TX-WHEEL
PEDI-WHEEL
1
EA
TREATMENT RED-YELLOW
TX-CRITICAL
POCKET GUIDE
1
EA
TREATMENT RED-YELLOW
BA6715
KERLIX
2
EA
TREATMENT RED-YELLOW
BJ848
4X4 PADS
20
EA
TREATMENT RED-YELLOW
DI-444
HEET-PAK
1
EA
TREATMENT RED-YELLOW
DI-688
COLD-PAK
1
EA
TREATMENT RED-YELLOW
BE-2
COBAN 2"
1
RL
TREATMENT RED-YELLOW
BA-415
XEROFORM
2
EA
TREATMENT RED-YELLOW
OM-20039
SALINE BULLETS
7
EA
TREATMENT RED-YELLOW
SL-7122
SODIUM CHLORIDE,250ML
2
BT
TREATMENT RED-YELLOW
TA-7827-1
TRANSPORE 1"
2
RL
TREATMENT RED-YELLOW
TA-7827-2
TRANSPORE 2"
2
RL
TREATMENT RED-YELLOW
TA-5104
ZONAS TAPE 1"
2
RL
TREATMENT RED-YELLOW
TA-5106
ZONAS TAPE 2"
2
RL
TREATMENT RED-YELLOW
BS7303A
EMERGENCY BLANKET
1
EA
TREATMENT RED-YELLOW
MDS195184
GLOVE-SM
1
BX
TREATMENT RED-YELLOW
MDS195185
GLOVE-MED
1
BX
TREATMENT RED-YELLOW
MDS195186
GLOVE-LRG
1
BX
TREATMENT RED-YELLOW
MDS195187
GLOVE-XLRG
1
BX
TREATMENT RED-YELLOW
IV4173-15
PRIMARY IV SET
2
EA
TREATMENT RED-YELLOW
IV-001
INJECT SITE
2
EA
TREATMENT RED-YELLOW
IV-8042
EXT SET
2
EA
TREATMENT RED-YELLOW
IT-6150
IV START PAK
6
EA
TREATMENT RED-YELLOW
IT-18GA
18 GA. NEEDLE
5
EA
TREATMENT RED-YELLOW
IT21GA
21 GA. NEEDLE
5
EA
TREATMENT RED-YELLOW
IT23GA
23 GA. NEEDLE
5
EA
TREATMENT RED-YELLOW
IT3CCLL
3CC SYRINGE
2
EA
TREATMENT RED-YELLOW
IT5CCLL
5CC SYRINGE
2
EA
TREATMENT RED-YELLOW
IT10CCLL
10CC SYRINGE
2
EA
TREATMENT RED-YELLOW
IT-1709
IV CATH 14GA
5
EA
TREATMENT RED-YELLOW
IT-1707
IV CATH 16GA
5
EA
TREATMENT RED-YELLOW
IT-1705
IV CATH 18GA
5
EA
TREATMENT RED-YELLOW
IT-1703
IV CATH 20GA
5
EA
TREATMENT RED-YELLOW
IT-1701
IV CATH 22GA
5
EA
TREATMENT RED-YELLOW
IS-5488
SHARPS COLECTOR 3.3 QT
1
EA

ECHCS Government Furnished Property Inventory List (Storage Only)

Item Description Quantity
Invacare/Hill Rom
Hospital Beds/Stretchers
30
Blue Isolation Tents
10 bed negative isolation tent w/HVAC unit
3
Hand Wash Station
Portable hand wash station/W hand sanitizer
6
Canopy tents
10x10 pop up canopy tents
14
Lighting units
Milwaukee cordless lighting units
6
Medical Surge Kits
Vericore Portable Medical Surge units
13
Shelter in Place Kits
Propac 25 Bed Shelter in Place kit 2ft x 4 ft
10
Medical Surge Beds
Vericore Put together beds for Med surge
50
Emergency transport trailer
Red tow trailer for transport of Cache to hospital
1








The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services [DEC 2022]
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services [SEPT 2023]

The following subparagraphs of FAR 52.212-5 are applicable:
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
52.209-9 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022)
52.219-28 Post Award Small Business Program Representation (SEPT 2023)
52.222-3, Convict Labor (Jun 2003) (E.O.11755)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126)
52.222-21, Prohibition of Segregated Facilities (Apr 2015)
52.222-26, Equal Opportunity (Sep 2016) (E.O.11246)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-50 Combating Trafficking in Persons (NOV 2021)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513)
52.224-3 Privacy Training (JAN 2017)
52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (JUL 2013)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)

FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011);
FAR 52.204-13, System for Award Management Maintenance (OCT 2018);
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020);

FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only because of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days of the expiration date of the current contract period. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of Clause)

FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 1 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years. (End of Clause)

FAR 52.222-14 Disputes Concerning Labor Standards (FEB 1988)

CL 120 - Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR

52.228-5, the following minimum coverage shall apply to this contract:
(a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
(b) General Liability: $500,000.00 per occurrences.
(c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage.
(d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause)

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023);
FAR 52.237-3, Continuity of Services (JAN 1991);
VAAR 852.203-70, Commercial Advertising (MAY 2008);
VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020);
VAAR 852.215-71, Evaluation Factor Commitments (OCT 2019)
VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018)

The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (NOV 2021), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Factor 1: Past Performance
Offeror shall provide no more than three references of relatively the same size and complexity. Include the following information for each contract: Name and address of contracting activity (company name), contract number, type of contract, total contract amount, and status, date of award and completion, description and location of contract work, list of major subcontractors if any, Contracting Officer or individual responsible for signing the contract, and their email address. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. Searches in CPARS (Contractor Performance Assessment Reporting System), PPIRs (Past Performance Information Retrieval System), as well as Past Performance Questionnaires may be utilized.

Factor 2: Price Offerors shall provide one copy of the fully completed Price Schedule in the format listed above. Proposed prices will be evaluated for reasonableness.

Contract award will be made based on the solicitation response that represents the best value to the Government using a Contracting Officer s Comparative Analysis. Since the Contracting Officer is considering price and other factors, the CO may award to other than the lowest-priced offer. The information below explains the evaluation approach.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

The Contracting Officer will make a comparative analysis of all offers against the solicitation, using the following factors to decide which offer(s) represent the best value to the Government:

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)

All quoters shall submit the following: Completed Pricing Schedule and one of the below statements must be included in the offer:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 1pm MTN on Monday, November 13, 2023. Responses shall be sent to the Point of Contact listed.

The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below:
http://www.acquisition.gov/far/index.html
http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm

All information has been posted and there are no other documents available. Offers are to be received via email to the Points of Contact below no later than 1:00 pm Mountain Time on Monday, November 13, 2023. OFFERS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Jennifer Balsiger; Jennifer.Balsiger@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >