SOLICITATION NOTICE
72 -- Flooring Materials for the renovation at the New York Harbor VA Medical Center.
- Notice Date
- 3/31/2025 10:53:41 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24225Q0500
- Response Due
- 4/8/2025 1:00:00 PM
- Archive Date
- 04/13/2025
- Point of Contact
- Rondon, Jonatan, Contracting Officer, Phone: 212-686-7500 ex. 5588
- E-Mail Address
-
jonatan.rondon@va.gov
(jonatan.rondon@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 2 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, FAC Number 2025-03, effective date 01/17/2025. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 326199, with a small business size standard of 750 employees. The FSC/PSC is 7220. The VA New York Harbor Healthcare System Engineering Service is requesting the procurement of materials to replace the flooring on the 3rd floor, West wing of the Manhattan Medical Center. This requirement is for the materials only, it is needed as a drop shipment without installation. All interested companies shall provide quotations for the following: Carpet Tile: Patcraft or equivalent Collection: Gradient Form Style: Run 10466 Color: Ratio 00500 Size: 12 x48 Installation method: Ashlar Sq. ft. needed: 6,472 sq.ft. Carpet & LVT Glue: 40 gallon Wall Base: Roppe Pinnacle wall base Color: 193 Black Brown Linear ft. needed: 1920 lin. ft. Floor Tile: Mohawk Group or equivalent Collection: Hot & Heavy II Style: Secoya 5.0 C2104 Color: 872 Toasted Oak Size: 9.84 x 59.06 Wear Layer: 20 mil or greater Finish: M-Force Ultra Edge profile: Micro-Beveled Installation method: Vertical Ashlar Warranty: 20 yrs Defects Warranty 20 yrs limited Wear Warranty Sq. ft. needed: 940 sq. ft. Carpet Specification: https://pdmsview-np.shawinc.com/spec-viewer/?key=WCElJyc%2BXCglIik%3D®ion=EN-US Carpet Maintenance: https://qmsview.shawinc.com/viewer/doc/942 LVT Specification: https://mohawkdirectory.blob.core.windows.net/specsheets/hard_surface/C_C2104_872_09D59F_VT.pdf The purchase order/contract period of performance is to have these items delivered to the facility by May 1st, 2025. Place of Performance/Place of Delivery NYHHCS New York Campus Warehouse: 423 East 23rd Street New York, NY 10010 VA Service Point of Contact: Jan, Angela NY Harbor HCS Interior Design Angela.jan@va.gov 917-588-8531 Shabani, Diana M. NY Engineering Service Diana.Shabani@va.gov 347-754-2719 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 (SEP 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) 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 (NOV 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) VAAR 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION) (a)� Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB : (1)Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see� VAAR 802.101, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been� certified� for ownership and control pursuant to� 38 U.S.C. 8127, 13 CFR 128,� and is listed� as certified� in� the SBA certification database at� https://veterans.certify.sba.gov/; and (v) The business� agrees to� comply with� VAAR subpart 819.70� and Small Business Administration (SBA) regulations regarding small business size, government contracting, and the Veteran Small Business Certification Program at 13 CFR parts 121, 125, and 128. (2) The term Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). (4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)). (5) The term ""SDVOSB participant or certified SDVOSB means a small business that has been certified in the SBA Veteran Small Business Certification Program and listed in the SBA certification database (see 13 CFR 128.102). (b)� General. In order for a concern to submit an offer and be eligible for the award of an SDVOSB set-aside or sole source contract, the concern must qualify as a small business concern under the size standard corresponding to the NAICS code assigned to the contract and be listed as an SDVOSB participant in the SBA certification database as set forth in 13 CFR 128. (1) Offers received from entities that are not� certified� SDVOSBs� and listed in the SBA certification database� at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made to a� certified� SDVOSB� listed in the SBA certification database� who is eligible at the time of submission of offer(s) and at the time of award. (3) The requirements in this clause apply to any contract, order, or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. (c)� Representation.� Pursuant to 38 U.S.C. 8127(e), only� certified� SDVOSBs� listed in the SBA certification database� are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible� and certified� SDVOSB as defined in this clause,� 13 CFR 121, 125, and 128, and� VAAR subpart 819.70. (d)� Agreement/LOS certification.� When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in� VAAR subpart 819.70� and SBA regulations on� small business size,� and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting� (LOS)� requirements in 13 CFR 121.406(b) and 13 CFR 125.6. For the purpose of limitations on subcontracting, only� certified� SDVOSBs� listed in the SBA certification database� (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to comply with the required� (LOS)� certification requirements in this solicitation (see� 852.219-75� or� 852.219-76� as applicable). These requirements are summarized as follows: (1)� Services.� In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not� certified� SDVOSBs� listed in the SBA certification database� (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. (2)� Supplies/products.� (i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not� certified� SDVOSBs� listed in the SBA certification database. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract. (ii) In the case of a contract for supplies from a non-manufacturer, the SDVOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13� CFR� 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements. (3)� General construction.� In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not� certified� SDVOSBs� listed in the SBA certification database. (4)� Special trade construction contractors.� In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not� certified� SDVOSBs� listed in the SBA certification database. (5)� Subcontracting.� An SDVOSB� subcontractor� must meet the NAICS size standard assigned by the prime contractor and be� certified and� listed in� the SBA certification database� to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. (e)� Required limitations on subcontracting compliance measurement period.� An SDVOSB shall comply with the limitations on subcontracting as follows: [Contracting Officer check as appropriate.] ____ By the end of the base term of the contract or order, and then by the end of each subsequent option period; or __X_ By the end of the performance period for each order issued under the contract. (f)� Joint ventures.� A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements in� 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (g)� Precedence.� The VA Veterans First Contracting Program, as defined in� VAAR 802.101,� subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA� Veteran Small Business Certification� Program, and the VA Veterans First Contracting Program. (h)� Misrepresentation.� Pursuant to 38 USC 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see� VAAR 809.406-2� Causes for Debarment). (End of clause) 52.225-2 Buy American Certificate (OCT 2022) (a) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . The Offeror shall separately list the line-item numbers of domestic end products that contain a critical component (see FAR 25.105). The terms commercially available off-the-shelf (COTS) item, critical component, ""domestic end product,"" ""end product,"" and ""foreign end product"" are defined in the clause of this solicitation entitled ""Buy American-Supplies."" (b) Foreign End Products: Line-Item No. Country of Origin Exceeds 55% Domestic Content (Yes/No) (b) [List as necessary] (c) Domestic end products containing a critical component: Line-Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. Vendor Signature: ______________________________ Date: ________________________ (End of provision) VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii).The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4)If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c)The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: ___________________________________________________ Printed Title of Signee: ___________________________________________________ Signature:___________________________________________________ Date: ___________________________________________________ Company Name and Address: ___________________________________________________ (End of clause) The following provision is incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Sept 2023) (a)� North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this� acquisition� appear elsewhere in the� solicitation. However, the small business size standard for a concern that submits an� offer, other than on a� construction� or service� acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for� information technology� value-added resellers under NAICS code 541519, if the� acquisition (1)Is set aside for small business and has a value above the� simplified acquisition threshold; (2)Uses the� HUBZone� price evaluation preference regardless of dollar value, unless the� offeror� waives the price evaluation preference; or (3)Is an 8(a),� HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)� Submission of� offers. Submit signed and dated� offers� to the office specified in this� solicitation� at or before the exact time specified in this� solicitation.� Offers� may� be submitted on the� SF 1449, letterhead stationery, or as otherwise specified in the� solicitation. As a minimum,� offers� must� show (1)� The� solicitation� number; (2)� The time specified in the� solicitation� for receipt of� offers; (3)� The name, address, and telephone number of the� offeror; (4)� A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the� solicitation. This� may� include product literature, or other documents, if necessary; (5)� Terms of any express� warranty; (6)� Price and any discount terms; (7)� ""Remit to"" address, if different than mailing address; (8)� A completed copy of the representations and certifications at Federal� Acquisition� Regulation (FAR)� 52.212-3� (see FAR� 52.212-3(b) for those representations and certifications that the� offeror� shall� complete electronically); (9)� Acknowledgment of� Solicitation� Amendments; (10)� Past performance� information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11)� If the� offer� is not submitted on the� SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the� solicitation.� Offers� that fail to furnish required representations or information or reject the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� Period for acceptance of� offers. The� offeror� agrees to hold the prices in its� offer� firm for 30 calendar days from the date specified for receipt of� offers, unless another time period is specified in an addendum to the� solicitation. (d)� Product samples. When required by the� solicitation, product samples� shall� be submitted at or prior to the time specified for receipt of� offers. Unless otherwise specified in this� solicitation, these samples� shall� be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during pre-award testing. (e)� Multiple� offers.� Offerors� are encouraged to submit multiple� offers� presenting alternative terms and conditions, including alternative� line items� (provided that the alternative� line items� are consistent with FAR� subpart� 4.10), or alternative� commercial products� or� commercial services� for satisfying the requirements of this� solicitation. Each� offer� submitted will be evaluated separately. (f)� Late submissions, modifications, revisions, and withdrawals of� offers. (1)� Offerors� are responsible for submitting� offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the� solicitation� by the time specified in the� solicitation. If no time is specified in the� solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that� offers� or revisions are due. (2) (i)� Any� offer, modification, revision, or withdrawal of an� offer� received at the Government office designated in the� solicitation� after the exact time specified for receipt of� offers� is ""late"" and will not be considered unless it is received before award is made, the� Contracting Officer� determines that accepting the late� offer� would not unduly delay the� acquisition; and- (A)� If it was transmitted through an� electronic commerce� method authorized by the� solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working� day� prior to the date specified for receipt of� offers; or (B)� There is acceptable evidence to establish that it was received at the Government installation designated for receipt of� offers� and was under the Government s control prior to the time set for receipt of� offers; or (C)� If this� solicitation� is a request for proposals, it was the only proposal received. (ii)� However, a late modification of an otherwise successful� offer, that makes its terms more favorable to the Government, will be considered at any time it is received and� may� be accepted. (3)� Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the� offer� wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4)� If an� emergency� or unanticipated event interrupts normal Government processes so that� offers� cannot be received at the Government office designated for receipt of� offers� by the exact time specified in the� solicitation, and urgent Government requirements preclude amendment of the� solicitation� or other notice of an extension of the closing date, the time specified for receipt of� offers� will be deemed to be extended to the same time of� day� specified in the� solicitation� on the first work� day� on which normal Government processes resume. (5)� Offers� may� be withdrawn by written notice received at any time before the exact time set for receipt of� offers. Oral� offers� in response to oral� solicitations� may� be withdrawn orally. If the� solicitation� authorizes facsimile� offers,� offers� may� be withdrawn via facsimile received at any time before the exact time set for receipt of� offers, subject to the conditions specified in the� solicitation� concerning facsimile� offers. An� offer� may� be withdrawn in person by an� offeror� or its authorized representative if, before the exact time set for receipt of� offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the� offer. (g)� Contract award (not applicable to Invitation for Bids). The Government intends to evaluate� offers� and award a contract without discussions with� offerors. Therefore, the� offeror s initial� offer� should� contain the� offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the� Contracting Officer� to be necessary. The Government� may� reject any or all� offers� if such action is in the public interest; accept other than the lowest� offer; and waive informalities and minor irregularities in� offers� received. (h)� Multiple awards. The Government� may� accept any item or group of items of an� offer, unless the� offeror� qualifies the� offer� by specific limitations. Unless otherwise provided in the Schedule,� offers� may� not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the� offeror� specifies otherwise in the� offer. (i)� Availability of requirements documents cited in the� solicitation. (1) (i)� The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at� https://assist.dla.mil. (ii)� If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this� solicitation, a copy of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained from the address in paragraph (i)(1)(i) of this provision. (2)� Most unclassified Defense specifications and standards� may� be downloaded from the ASSIST website at� https://assist.dla.mil. (3)� Defense documents not available from the ASSIST website� may� be requested from the Defense Standardization Program Office by (i)� Using the ASSIST feedback module (� https://assist.dla.mil/ feedback); or (ii)� Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at� assisthelp@dla.mil. (4)� Nongovernment (voluntary) standards� must� be obtained from the organization responsible for their preparation, publication, or maintenance. (j)� Unique entity identifier.(Applies to all� offers� that exceed the� micro-purchase threshold and� offers� at or below the� micro-purchase threshold� if the� solicitation� requires the Contractor to be� registered in the System for Award Management (SAM).) The� Offeror� shall� enter, in the block with its name and address on the cover page of its� offer, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� Offeror's name and address. The� Offeror� also� shall� enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� unique entity identifier. The suffix is assigned at the discretion of the� Offeror� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� Offeror� does not have a� unique entity identifier, it� should� contact the entity designated at� www.sam.gov� for� unique entity identifier� establishment directly to obtain one. The� Offeror� should� indicate that it is an� offeror� for a Government contract when contacting the entity designated at� www.sam.gov� for establishing the� unique entity identifier. (k)� [Reserved] (l)� Debriefing. If a post-award debriefing is given to requesting� offerors, the Government� shall� disclose the following information, if applicable: (1)� The agency s evaluation of the significant weak or deficient factors in the debriefed� offeror s� offer. (2)� The overall evaluated cost or price and technical rating of the successful and the debriefed� offeror� and� past performance� information on the debriefed� offeror. (3)� The overall ranking of all� offerors, when any...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/71ba074dc4434a79a007ceec183e7ca2/view)
- Place of Performance
- Address: New York Harbor Healthcare System Margaret Cochran Corbin VA Medical Center 423 East 23rd Street, New York, NY 10010, USA
- Zip Code: 10010
- Country: USA
- Zip Code: 10010
- Record
- SN07392351-F 20250402/250331230050 (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 |