Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2025 SAM #8606
SOLICITATION NOTICE

J -- GOVERNMENT OWNED SCOPES PMIR - Base plus 4 OY [605] | POP: (09/20/2025 - 09/19/2030)

Notice Date
6/17/2025 6:39:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q0988
 
Response Due
7/14/2025 10:00:00 AM
 
Archive Date
09/12/2025
 
Point of Contact
Norman Napper-Rogers, Contracting Officer, Phone: 602-795-4170
 
E-Mail Address
Norman.Napper-Rogers@va.gov
(Norman.Napper-Rogers@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Description ***AMENDMENT*** This solicitation is amended to correct the period of performance (POP) dates, and to change the due dates for questions, and final responses. Corrected POP: 09/20/2025 09/19/2030 Questions due by: 06/30/2025 at 10:00 PDT at Norman.Napper-Rogers@va.gov only, no phone calls. Only emailed questions will be answered if received by the due date/time. Final Quote due by: 07/14/2025 at 10:00 PDT at Norman.Napper-Rogers@va.gov. Late questions and quotes will not be honored. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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 (FAC) 2025-04. This solicitation is set-aside for 100% Service-Disabled Veteran-Owned Small Business concerns IAW FAR 19.1405 SDVOSB Set-aside procedures, and VAAR Subpart 819.70, the VA Veterans First Contracting Program. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210, with a small business size standard of $34.0 Million. The FSC/PSC is J065. The VA Loma Linda Healthcare System (VALLHCS), Jerry L. Pettis VA Medical Center (VAMC), located at 11201 Benton Street, Loma Linda, CA 92357-1000 is seeking to purchase preventative maintenance inspection and repair (PMIR) services for the various Government owned scopes. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Qty Unit Unit Price Total Price 0001 Maintenance of Government Owned Scopes for VA Loma Linda HCS. 1 YR 1001 Maintenance of Government Owned Scopes for VA Loma Linda HCS. 1 YR 2001 Maintenance of Government Owned Scopes for VA Loma Linda HCS. 1 YR 3001 Maintenance of Government Owned Scopes for VA Loma Linda HCS. 1 YR 4001 Maintenance of Government Owned Scopes for VA Loma Linda HCS. 1 YR Statement of Work Contract Title Government Owned Scopes PMIR. Background The VA Loma Linda Healthcare System (VALLHCS) Facility Maintenance Services qualified personnel to provide preventative maintenance inspection and repair services for the various Government owned scopes, at the Jerry L. Pettis VA Medical Center (VAMC), in accordance with the Statement of Work (SOW), all VA, local, state, and Federal policies, and regulations. Objective The Contractor shall furnish all labor, transportation, materials, tools, supplies and spare parts to perform repair of scopes on an as needed basis. Equipment included are but not limited to the following: Rigid endoscopes, Flexible Endoscopes, GI Video Endoscopes, GI Specialty Scopes, Medical Bronchoscopes, Cystoscopes, Ultrasound Probes, Laryngoscopes, Rhino Laryngoscopes, Naso Laryngoscopes, Rhino-Laryngo fiberscope, Ureterorenoscopes, Light Sources, Hand Pieces, Video Processors, Surgical Endoscopes, Surgical Bronchoscopes, Surgical Fiberscope, Surgical Laparoscopes, Surgical Specialty Scopes, Surgical Cameras, Surgical Specialty Cameras, Surgical Telescopes, Urology Fiberscope, Urology Specialty Scopes, Ultrasound Probes for the VA Loma Linda Healthcare System (VALLHS). Manufacturers include, but are not limited to: Olympus, ABC Lab, Pentax, Verathon, Aleet Commercial, Terumo, Maquet Medical, Siemens, Karl Stortz, Intuitive surgical, Bryan Corp, Richard Wolf GMBH, Stryker, Smith and Nephew, Given Imaging, Gyrus, Olympus, Siemens, and Conmed. Scope Requirements: In the context of this contract, Equipment refers to any patient critical instrumentation that is used in surgical or endoscopic procedures. Equipment as used herein includes the following: Rigid endoscopes Powered surgical hand pieces and related instrumentation (pneumatic and electrical) Endoscopic cameras and related equipment Specialty surgical instrumentation including phacoemulsification hand pieces (Phacos), harmonic scalpel hand pieces, laparoscopic instruments Flexible endoscope Ultrasound Probes Contractor Responsibilities: The Contractor shall service and repair a variety of Equipment as detailed above as ordered by the Contracting Officers Representative (COR) participating facility of the VA. The Contractor shall furnish all labor, transportation, materials, tools, supplies and spare parts required to perform service and repairs on a variety of Equipment . Contractor shall complete all repairs/service within the time specified below: Minor Repairs 24 through 72 hours Major Repairs 2 days through 5 days Extreme Damage 3 days of more Contractor shall notify the COR if repair/service cannot be completed within the time specified above and of all cases where extreme damage has been found. Contractor shall utilize only parts of original manufacturer design and specifications or equal thereto. Used parts are prohibited. Contractor shall ensure the equipment that is being repaired/ serviced shall have a tag placed on the equipment for identification purposes with the information provided by the COR. COR of the facility shall initiate an order for repairs/services. COR shall provide written documentation to the Contractor as to the defect of the equipment and the following equipment information: VA Healthcare System Facility Name Location of equipment to be repaired (room and/or building number) Type of equipment Make of equipment Model number of equipment Serial number of equipment Purchase order number Description of service or repairs that may be needed COR name, address and phone number Contractor shall inspect the equipment and determine the needed repairs/services. Prior to any repairs/service being performed and/or price/cost exceeding the terms of this contract. Contractor shall obtain verbal or written approval from the COR. Verbal and/or electronic approval from the COR shall be documented with the date and time by the Contractor. Upon approval from the COR, Contractor shall proceed with the repair/service of the equipment. Contractor shall determine and assign the appropriate service technician to perform services, repairs, upgrades, modifications and/or maintenance and inform the COR. Contractor shall pick up at no cost and deliver FOB destination to the ordering facility, equipment to be repaired/serviced. Each shipment shall be properly packaged and be accompanied by an itemized shipping list and equipment information. VA facility ordering repair/service shall not be responsible to check/verify the status of the equipment being repaired/ serviced. Contractor upon receipt of the equipment for repair/service shall immediately report to the COR its inability to repair/service the equipment received. Contractor shall provide the COR an electronic copy of the field service report after every PM or repair within 7 calendar days. At a minimum, this report must contain a detailed description of any services or repairs performed for each item of equipment, and must also include a listing of replacement parts, when applicable, total hours of service, safety check, performance data, and the date. The report will also include any Vendor recommendations necessary to maintain the equipment in optimum operating condition. Service Technician shall document and report to the COR any unsafe conditions or signs of misuse or abuse in regard to this medical equipment. Invoicing and Shipping Documentation: Contractor shall provide a delivery ticket or invoice with the repaired/ service equipment, and shall contain the following minimum information: Name of Contractor Contract number Date of service Purchase order number Itemized list of service or repairs Quantity, unit price and extension of each item, less applicable discounts Date of delivery or shipment Only those services specified herein are authorized under this contract. Before performing any service or repairs of a non-contract nature, the COR or Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. The Vendor is cautioned that only the Contracting Officer may authorize additional services or repairs, and that reimbursement will not be made unless this prior authorization is obtained. Contractor shall be engaged full-time in the maintenance and repair of the equipment listed in Section I. Contractor shall have access to complete service manuals, access to software diagnostic keys, and Contractor shall, without exception, provide all hand tools, diagnostic test equipment, ladders, and anything else necessary to perform the work. Loaner Scopes (if requested): When requested by the COR, contractor shall ship and deliver, at no additional cost, loaner scopes within 48 hours of written notification to the Contractor. Warranty: Contractor shall provide a warranty for ninety (90) days after acceptance for repaired equipment. Test Equipment: The VA shall not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the contractor to have the appropriate equipment and/or supplies necessary to complete the work. Support: The contractor shall pick up the Scope on-site within 1 business day, excluding weekends and federal holidays, during normal government business hours. Name: ____________________ Telephone No: _____________ Fax No: ___________________ Email: ____________________ Warranty: Contractor shall provide a warranty for ninety (90) days after acceptance for repaired equipment. Changes: The Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs as a result thereof. Services Not Covered: Any work other than as specified in the contract shall be identified as a non-priced task, and if determined by the Contracting Officer (CO) to be within the overall scope of the contract, work shall be added by a modification to the contract. Any work requested that is identified as outside the scope of the contract shall be addressed by the facility as a separate procurement. Quality Control: The firm shall establish a quality control plan specifying standards of performance. The quality control plan shall be provided to the technical representative who will ensure the firm s performance achieves the standards. Personnel Qualifications/Experience Criteria: Contractor personnel shall be fully qualified, trained and experienced to perform repairs on the various Scopes. The Contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the Contractor shall provide the following for these personnel: Worker s Compensation Health Examinations Income Tax Withholding, and Social Security Payments The Contractor shall follow all existing local, state, federal and/or union laws/regulations relevant to fringe benefits and premium pay for their employees. Contractor personnel shall not be considered VA employees for any purpose. Security Requirements The C&A requirements do not apply, and Security Accreditation Package is not required. This service does not involve Contractor connection of one or more contractor-owned IT devices (such as laptop computer or remote connection from a contractor system) to a VA internal trusted (i.e., non-public network) therefore Information Technology (IT) Security certification and accreditation (authorization) (C&A) requirements do not apply per VA Handbook 6500.6. Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. Period of Performance Work Hours Normal hours of operation are Monday through Friday from 7:30 am to 4:00 pm Pacific time. All work is expected to be performed generally during normal hours of coverage unless requested or approved by the COR or his/her designee. Before commencement of work, the Contractor shall report upon arrival to the Biomedical Engineering Department for all the facilities identified in the solicitation, to arrange all services. In addition to signing in, Contractor personnel shall identify himself to the COR before proceeding to the job site. This check in is mandatory. After the work is completed, the Contractor is to submit in writing, complete report of service rendered to the Biomedical Engineering Dept. As a minimum, this report must be containing a detailed description of any service performed and any recommendations necessary to meet regulations. Work performed outside the normal hours of coverage must be approved by the COR or his/her designee. All time shall be approved in advance by the Contracting Officer s Representative (COR). Allow 5-days for approval of any alternate working hours needed. Federal Holidays New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Identification, Check-in, Parking, and Smoking Regulations Identification The vendor's employees shall wear visible identification at all times while on VALLHCS premises. Contractor employees shall report to VA Police upon entry to the VALLHCS facility to get a visitor badge. Contractor employees are required to be escorted by the COR or designee s office once on campus prior to commencement of work. During emergencies contractor personnel shall check in with VALLHCS Police if the VALLHCS COR or designee is not available. All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Parking It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. Smoking Veterans Health Administration (VHA) Directive 1085, dated March 5, 2019, provides a comprehensive smoke-free policy for patients, visitors, contractors, volunteers, and vendors, at the Department of Veterans Affairs (VA), Veterans Health Administration (VHA) health care facilities. This updated VHA directive implements a smoke-free policy for patients, visitors, contractors, volunteers, and vendors at VA health care facilities, as defined in this directive, based on scientific evidence regarding the adverse health effects of secondhand and thirdhand smoke exposures. The Assistant Deputy Under Secretary for Health for Administrative Operations (10NA) and the Assistant Deputy Under Secretary for Health for Clinical Operations (10NC) are responsible for the contents of this directive. Questions may be referred to VHA Smoke Free: vhasmokefree@va.gov. This VHA directive is scheduled for recertification on or before the last working day of March 2024. This VHA directive will continue to serve as national VHA policy until it is recertified or rescinded. Weapons and Contraband Possession of weapons or contraband is prohibited and shall be subject to arrest and termination from future performance under this contract. Enclosed containers, including tool kits, shall be subject to search. Violations of VALLHCS regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Safety All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VALLHCS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Contractor Personnel Contractor s Program Manager The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Contractor s Employees The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). Contractor Qualifications & Other Responsibilities Contractor shall obtain all necessary licenses required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. The Government reserves the right to accept or reject Contractor s employee for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer. Insurance Coverage The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. Invoicing and Payment Overtime & Holiday Pay Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. Invoices Payment of services rendered under this contract shall be made in arrears upon satisfactory completion of each service and receipt of a properly prepared invoice and submitted by the Contractor to the payment address specified by Contracting. Invoices shall reference the Contract Number and Purchase Order Number, Manifest Number(s), provide a complete and accurate description of services/ supplies delivered/ rendered, including dates of performance, amounts, unit prices, extended totals and any other data relevant for payment purposes. The Government shall not authorize payment until such time that the VALLHCS COR all properly executed and signed documentation. No advance payments shall be authorized. Payment shall be made on a monthly arrears for services provided during the billing month in arrears in accordance with FAR 52.212-4, para. (i). Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract. Payment of invoices may be delayed if the appropriate invoices as specified in the contract are not completed and submitted as required. **END OF SOW** The contract period of performance is 09/20/2025 09/19/2030. Free On Board (FOB) is destination for this contract. Place of Performance/Place of Delivery Address: Department of Veterans Affairs VA Loma Linda Healthcare System (VALLHCS) Jerry L. Pettis VA Medical Center (VAMC) 11201 Benton Street Loma Linda, CA Postal Code: 92357-1000 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-7, System for Award Management (NOV 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror (AUG 2020) VAAR 852.209-70, Organizational Conflicts of Interest (OCT 2020) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71, Alternate Protest Procedure (OCT 2018) VAAR 852.273-70, Late Offers (NOV 2021) VAAR 852.273-74, Award without Exchanges (NOV 2021) End of Addendum to 52.212-1 FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.233-2, Service of Protest (SEPT 2006) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ 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 (NOV 2023) Addendum to FAR 52.212-4 Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below)52, starting first with FAR and followed by VAAR. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) 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) FAR 52.228-5, Insurance-Work on a Government Installation (JAN 1997) CL-120, Supplemental Insurance Requirements FAR 52.229-3, Federal, State, and Local Taxes (FEB 2013) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FAR 52.237-3, Continuity of Services (JAN 1991) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.219-76, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION) VAAR 852.222-71, Compliance with Executive Order 13899 (DEVIATION)(APR 2025) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) The following subparagraphs of FAR 52.212-5 are applicable: (b)(1), (4), (5), (7), (9), (12), (13), (20), (23), (25), (26), (30), (31), (36), (38), (39), (40), (51), (55), (59), (63), (c)(5). All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. This is accomplished through the Tungsten Network located at: http://www.fsc.va.gov/einvoice.asp. This is mandatory and the sole method for submitting invoices. All quoters shall submit the following: All information required by FAR 52.212-1(b) Submission of Offers. All quotes shall be sent to the Network Contracting Office (NCO) Norman.Napper-Rogers@va.gov. 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. Options will be evaluated at time of award. The following are the decision factors: Price, and past performance, with price more important. Past performance will be based on CPARS and FAPIIS ratings. No rating in CPARS is equal to a neutral rating. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""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. Questions shall be received in writing no later than 06/30/2025, 10:00 PDT at Norman.Napper-Rogers@va.gov only. Subject line should include RESPONSE TO RFQ 36C26225Q0988. Final submission of your response shall be received in writing not later than 07/14/2025, 10:00 PDT at Norman.Napper-Rogers@va.gov only. Subject line should include RESPONSE TO RFQ 36C26225Q0988. Submissions shall include your quote using the attached schedule as well as a capabilities statement with qualifications proving all certifications and education required for the work being conducted in the SOW, as this is highly scientific and regulated. Submissions not meeting all requirements of the SOW will be considered ineligible for award. Quotes should be based on the information provided as no discussions will be allowed. This solicitation is being made under FAR 13.106-2(b)(3) using Simplified Acquisition Procedures. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Phone calls with questions will not be accepted. Point of Contact Norman Napper-Rogers, Contracting Officer, Norman.Napper-Rogers@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c9175e31aef94dcf8eb6e4a4459f6544/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Loma Linda Healthcare System (VALLHCS) Jerry L. Pettis VA Medical Center (VAMC) 11201 Benton Street, Loma Linda 92357-1000, USA
Zip Code: 92357-1000
Country: USA
 
Record
SN07480273-F 20250619/250617230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.