SOLICITATION NOTICE
N -- Provision and Installation of Personal Identity Verification Readers Denver Federal Center, Lakewood, CO
- Notice Date
- 1/29/2026 7:52:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25926Q0102
- Response Due
- 2/20/2026 11:00:00 AM
- Archive Date
- 03/07/2026
- Point of Contact
- Stephanie Cahill, Contract Specialist, Phone: *Email preferred*
- E-Mail Address
-
stephanie.cahill@va.gov
(stephanie.cahill@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Request for Quote (RFQ) #: 36C25926Q0102 Provision and Installation of Personal Identity Verification (PIV) Readers This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. *A site visit is strongly encouraged to ensure accurate bid submissions. The site visit will occur at 0800 MST, February 10th, 2026. Please contact Miya Aguon via email, Miya.Aguon@va.gov, to confirm your company will be attending as well as to obtain the location details for the meeting. * The deadline for all questions is 12:00pm MST, February 17th, 2026. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to stephanie.cahill@va.gov no later than 12:00pm MST, February 20th, 2026. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make the award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ), and the solicitation number is 36C25926Q0102. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 effective August 26th, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 561621 with a business size standard of $25 million. This solicitation is 100% set-aside for small business concerns. List of Line Items; **Existing system and majority of equipment is of the Gallagher Security brand. This requirement shall be brand name or equal based on salient characteristics provided below.** Line Item Description Qty Unit Unit Price Total Price 0001 PIV Reader (Gallagher T21 Reader or Equal) 3 EA $ $ 0002 HBUS 8 in 2 Out Door Module 1 EA 0003 LSP Power Distribution Module, 8 Control Outputs 1 EA 0004 PIV Door License 1 EA 0005 3/4"" Steel Door Recessed Switch Set 3 EA 0006 Request-to-Exit Detector 3 EA 0007 Trim Plate 3 EA 0008 4 Elem Comp Cable CMP Ylw Jkt - 1000 ft 2 EA 0009 KIT - Grade 1 Storeroom, Cylindrical Lock, Rhodes, Lever, SFIC (Small Format IC) Less, Core, 2-3/4in, Backset, UL, ANSI Strike, 622/US19 1 EA 0010 Electric Strike 12/24VDC, Cylindrical Latches Max ¾ Throw, Body Only 3 EA 0011 Faceplate Cylindrical ASA Metal 5000/5200 3 EA 0012 Faceplate 4-7/8in x 1-1/4in, Cylindrical Latch, Aluminum Frame, 5000/5200 Series 3 EA 0013 Installation and Integration 1 JB Grand Total $ Description of Requirements for the items to be acquired: Cut sheets and specification sheets proving the offered product meets all testing specifications and salient characteristics shall be included with the quote Quotes shall annotate the expected duration of installation and expected lead time of equipment Quotes shall be accompanied by an authorization letter consistent with the requirements of VAAR 852.212-71(c). Failure to meet the salient characteristics below will result in the offeror s quote not being considered for award. Provide copies of licensure by the state for the work to be completed Colorado electrical license or the city of Denver access control System supervisor certification for the designated personnel *See below for more information Failure to provide the required documents or information (information documents, quote with accurate costs, installation and delivery lead time, and/or authorized distributor letter) by the quote deadline will result in the offeror s quote not being considered for award. SALIENT CHARACTERISTICS: PIV card readers must: Must be compatible with the existing PACS system Gallagher Security Command Centre (version 9.10). Dual factor authentication for access to limited security areas Made of durable materials for frequent, daily use Must be easy to clean/sanitize Supports PIV, PIV-I. Must include display for user feedback Must offer English as a language for use Must be connected to existing backup battery. Ranges in dimensions of the reader: 7-10 inches tall and 3-5 inches wide Must successfully communicate with the Gallagher Command Centre PACS (version 9.10). All equipment must comply with FCC, CE, UL, GSA APL and RCM approvals. Preferred color of reader is black but other dark colors are acceptable (dark gray, dark blue) Vendors shall provide brand name or equal to the Gallagher Security T21 reader and corresponding items needed for installation. PERFORMANCE WORK STATEMENT (PWS) Installation of Personal Identity Verification (PIV) Card Readers Introduction The Office of Integrated Veteran Care (IVC) supports medical care and delivery services for veterans and their families. IVC is also responsible for functions that support these service lines such as administration, planning, oversight, and stakeholder relations. IVC works closely with Veterans and their families, community providers, and VA staff to ensure veterans receive quality care. The Logistics Facilities Operations Section (FOS) plans and coordinates relocations, Alterations in partnership with General Services Administration (GSA) at the Denver Federal Center (DFC) located in Lakewood, Colorado. The responsibilities of this division include monitoring and coordinating office space requirements, furniture design, acquisition, installation, and reconfigurations. The additional components of responsibility include facility operations and maintenance of all voice telecommunications. This division also coordinates directly with the General Services Administration (GSA) on all procurements pertaining to security, operations, and maintenance of all Office of Integrated Veteran Care Denver facilities. 1.1 Background The VA IVC needs three personal identity verification (PIV) card readers to be installed and integrated with existing physical access control system (PACS) at the Denver Federal Center 6th Ave. and Kipling Ave., Building 53, Lakewood, CO 80225. 2.0 Scope The contractor shall purchase and install three (brand name or equal to: Gallagher T21) compatible readers to rooms VH 107, VH208 and VH130 and connect/integrate card readers to the existing Intrusion Detection Systems system and physical access control system (PACS) at VHA in Building 53. New door contacts, hardware, electrified door hardware, and readers will be installed. An 8 in 2 out module will be required in Room VH107 to accommodate the third reader. New electric strikes will be installed on all doors. **The awardee will need to obtain an Access Control permit specific to this project upon notification of award of this requirement. Work cannot begin on this project until proof of the permit is provided to the VA POC and Contracting. Information on the Access Control permit can be found: https://denver.prelive.opencities.com/files/assets/public/v/1/community-planning-and-development/documents/ds/building-codes/access-control-permit-application.pdf Provide equipment brand name or equal to the Gallagher Security High Sec T21 Reader. The contractor shall schedule work with the VA POC. The Contractor will be escorted by IVC POC or designee to work location and will be notified when work completed and be escorted when work is completed for the day. Duty Hours: Routine duty hours are Monday through Friday, 7:30 a.m. through 4:00 p.m. (MST), excluding legal federal holidays as defined by the Office of Personnel Management The Contractor will be required to remove all trash and debris from their work area. 2.1 Period of Performance Installation and integration services shall be completed within 30 days of Contractor receipt of the equipment and the Denver Access Control permit. 3.0 GOVERNMENT WORK REQUIREMENTS & QUALIFICATIONS Minimum Contractor Qualifications: Contract personnel must have licensure by the state for the work to be completed Colorado electrical license or supervisor certification (https://denvergov.org/Government/Agencies-Departments-Offices/Agencies-Departments-Offices-Directory/Community-Planning-and-Development/Contractor-Licensing/Supervisor-Certificates/Electrical-Certificates) Awarded vendor shall obtain a Denver Access Control permit prior to starting the project (https://denver.prelive.opencities.com/files/assets/public/v/1/community-planning-and-development/documents/ds/building-codes/access-control-permit-application.pdf) 4.0 GOVERNMENT FURNISHED PROPERTY The government shall provide access to the current server laptop to allow the PIV readers to be integrated into the PACS. 5.0 CONTRACTOR FURNISHED PROPERTY The contractor shall provide all management, scheduling, labor, transportation (vehicles), carts equipment/parts and tools necessary to provide services in accordance with service calls. 6.0 Requirements Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. IVC and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of IVC or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to IVC. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the contract. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to IVC control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the Scope. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 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, contracts. The Contractor (and any sub-contractor) is required to abide by Government and IVC guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall not create or maintain any records containing any non-public IVC information that are not specifically tied to or authorized by the contract. The 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 from public disclosure by an exemption to the Freedom of Information Act. The Office of Integrated Veteran Care owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which IVC shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. Delivery and acceptance are to be F.O.B Destination (RFO 52.247-34) at: Denver Federal Center Building 53 West 6th Ave and Kipling St., Lakewood, CO 80225 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS): https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) Completion of Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services (DEVIATION) ; (III) Price; (IV) Installation and Delivery Lead Time; and (V) Letter of Authorized Distributor (VAAR 852.212-71 (c), as applicable. Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III Installation and Delivery Lead Time The offeror shall state the required number of calendar days to deliver/provide the item and installation. Volume IV Letter of Authorized Distributor If the offeror is not an OEM, then the offeror shall submit a verifying authorization letter or other documents from the OEM consistent with the requirements of VAAR 852.212-71(c). Verifying letter must be from the OEM. Volume V Colorado Electrical License OR Colorado Supervisor Certification The offeror shall provide proof of their active, valid electrical license issued by the state of Colorado or provide a copy of their active, valid supervisor certificate obtained in accordance with the information provided in the following link: https://denvergov.org/Government/Agencies-Departments-Offices/Agencies-Departments-Offices-Directory/Community-Planning-and-Development/Contractor-Licensing/Supervisor-Certificates/Electrical-Certificates **If the offeror already has a Colorado issued electrical license, the offeror does not need a supervisor certificate. Volume VI Proposal/Plan for Project Execution MUST include plans for penetration and cable runs The offeror shall submit an overview plan for the installation of the PIV readers that includes their proposed method for cable runs and any potential building modifications such as penetration into the existing walls, flooring, etc. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition. ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Factor 3. Installation and Delivery Lead Time Factor 4. Provision of Authorized Distributor Letter Factor 5. Provision of Colorado Electrical License or Supervisor Certificate Factor 6. Provision of Project Execution Plan Evaluation Approach. 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 Government will use comparative analysis. The following factors will be used to evaluate offers: Factor I. Technical capability or quality offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. Factor 3. Installation and Delivery Lead Time: The Government will evaluate installation and delivery lead time in addition to other evaluation factors specified above and select the quoter/offer whose bid is most advantageous to the Government. Factor 4. Provision of Authorized Distributor Letter: Vendor eligibility will be determined in addition to other evaluation factors above by the submission of a proper OEM letter (see VAAR 852.212-71(c)) from the manufacturer of the products included in the quote. **The Government may consider an award to other than the lowest priced quoter/offeror if it s in the best interest of the Government. ** Factor 5. Provision of Colorado Electrical License or Supervisor Certificate: The offeror shall provide proof of their active, valid electrical license issued by the state of Colorado or provide a copy of their active, valid supervisor certificate obtained in accordance with the information provided in the following link: https://denvergov.org/Government/Agencies-Departments-Offices/Agencies-Departments-Offices-Directory/Community-Planning-and-Development/Contractor-Licensing/Supervisor-Certificates/Electrical-Certificates **If the offeror already has a Colorado issued electrical license, the offeror does not need a supervisor certificate. Factor 6. Provision of Project Execution Plan: The offeror shall submit an overview plan for the installation of the PIV readers that includes their proposed method for cable runs and any potential building modifications such as penetration into the existing walls, flooring, etc. *Must include plans for penetration points and cable runs If offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered non-responsive. (End of Addendum to 52.212-2) 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR. The following RFO clauses are incorporated by reference: Applicable (X) Number Title Source X 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Government Statute X 52.203-13 Contractor Code of Business Ethics and Conduct Statute X 52.203-17 Contractor Employee Whistleblower Rights Statute X 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Statute X 52.204-9 Personal Identity Verification of Contractor Personnel Other X 52.204-13 System for Award Management Maintenance Statute 52.204-91 Contractor identification Other X 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Statute X 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters Statute X 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Statute 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns Statute X 52.219-6 Notice of Total Small Business Set-Aside Statute 52.219-6 with Alt I Notice of Total Small Business Set-Aside, with Alternate I Statute X 52.219-8 Utilization of Small Business Concerns Statute 52.219-9 Small Business Subcontracting Plan Statute 52.219-9 with Alt I Small Business Subcontracting Plan, with Alternate I Statute 52.219-9 with Alt II Small Business Subcontracting Plan, with Alternate II Statute 52.219-9 with Alt III Small Business Subcontracting Plan, with Alternate III Statute 52.219-9 with Alt IV Small Business Subcontracting Plan, with Alternate IV Statute 52.219-14 Limitations on Subcontracting Statute 52.219-16 Liquidated Damages Subcontracting Plan Statute 52.219-33 Nonmanufacturer Rule Statute X 52.222-3 Convict Labor EO X 52.222-19 Child Labor Cooperation with Authorities and Remedies EO X 52.222-35 Equal Opportunity for Veterans Statute 52.222-35 with Alt I Equal Opportunity for Veterans, with Alternate I Statute X 52.222-36 Equal Opportunity for Workers with Disabilities Statute 52.222-36 with Alt I Equal Opportunity for Workers with Disabilities, with Alternate I Statute X 52.222-37 Employment Reports on Veterans Statute X 52.222-40 Notification of Employee Rights Under the National Labor Relations Act EO 52.222-41 Service Contract Labor Standards Statute 52.222-42 Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wage-Fringe Benefits _____________ __________________________ _____________ __________________________ Statute 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) Statute 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment Statute X 52.222-50 Combating Trafficking in Persons Statute 52.222-50 with Alt I Combating Trafficking in Persons, with its Alternate I Statute 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements Other 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements Other X 52.222-54 Employment Eligibility Verification EO X 52.222-62 Paid Sick Leave Under Executive Order 13706 EO 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items Statute 52.223-9 with Alt I Estimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate I Statute 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons Statute 52.223-12 Maintenance Statute 52.223-20 Aerosols Statute 52.223-21 Foams Statute 52.223-23 Sustainable Products and Services Statute 52.224-3 Privacy Training Statute 52.224-3 with Alt I Privacy Training, with Alternate I Statute 52.225-1 Buy American-Supplies Statute 52.225-1 with Alt I Buy American-Supplies, with Alternate I Statute 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act Statute 52.225-3 with Alt II Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate II Statute 52.225-3 with Alt III Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate III Statute 52.225-3 with Alt IV Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate IV Statute 52.225-5 Trade Agreements Statute 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States Other 52.225-26 Contractors Performing Private Security Functions Outside the United States Statute 52.226-4 Notice of Disaster or Emergency Area Set-Aside Statute 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area Statute X 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving EO 52.229-12 Tax on Certain Foreign Procurements Statute 52.232-29 Terms for Financing of Commercial Products and Commercial Services Statute 52.232-30 Installment Payments of Commercial Products and Commercial Services Statute X 52.232-33 Payment by Electronic Funds Transfer System for Award Management Statute 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management Statute 52.232-36 Payment by Third Party Statute X 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Statute 52.232-90 Fast Payment Procedure Statute X 52.233-3 Protest After Award Statute X 52.233-4 Applicable Law for Breach of Contract Claim Statute X 52.240-91 Security Prohibitions and Exclusions Statute 52.240-91 with Alt I Security Prohibitions and Exclusions, with Alternate I Statute 52.240-92 Security Requirements Other 52.240-92 with Alt II Security Requirements with Alternate II Other 52.240-93 � Basic Safeguarding of Covered Contractor Information Systems � X 52.244-6 Subcontracts for Commercial Products and Commercial Services Statute 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Statute 52.247-64 with Alt I Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I Statute 52.247-64 with Alt II Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate II Statute Additional contract requirements or terms and conditions: 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 as a result of revisions to the 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 30 days. 852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items: VAAR Clauses are incorporated by reference as follows: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) VAAR Provisions are incorporated as follows:VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) RFO 52.252-1 Solicitation Provisions Incorporated by Reference The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at RFO 52.252-1, Solicitation Provisions Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following RFO provisions are to be incorporated by reference: Applicable (X) Number Title Source X 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Statute X 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation Statute X 52.204-7 System for Award Management Registration Statute 52.204-7 with Alt I System for Award Management Registration, with Alternate I Statute 52.204-90 Offeror Identification Statute 52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts) Statute 52.209-12 Certification Regarding Tax Matters Statute 52.219-2 Equal Low Bids Statute 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products E.O. 52.222-48 Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification Other 52.222-52 Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification Other 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan Statute 52.223-4 Recovered Material Certification Statute 52.225-2 Buy American Certificate ...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/57b200d01a3d4d1baef5e7f46a12c848/view)
- Place of Performance
- Address: Denver Federal Center West 6th Ave and Kipling St., Lakewood 80225, USA
- Zip Code: 80225
- Country: USA
- Zip Code: 80225
- Record
- SN07700518-F 20260131/260129230037 (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 |