Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOLICITATION NOTICE

65 -- Ceiling Mounted Patient Lifts Grand Junction VA Medical Center, CO

Notice Date
4/17/2025 11:00:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0158
 
Response Due
4/24/2025 11:00:00 AM
 
Archive Date
05/24/2025
 
Point of Contact
Stephanie Cahill, Contract Specialist, Phone: 303-712-5841
 
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
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 17 of 17 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 17 Changes to Request for Quote (RFQ) as a result from the vendor site visit and vendor questions are in red text below: Request for Quote (RFQ) #: Patient Ceiling Lifts Grand Junction VA Medical Center (36C25925Q0158) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. *A site visit is not mandatory but encouraged. The site visit will occur at 10am MST, April 10th, 2025. Please contact Mr. Alan Wheeler at Alan.Wheeler@va.gov to confirm your company will be attending as well as to obtain the location for the meeting. * The deadline for all questions is 12:00pm MST, April 14th, 2025. 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, April 24th, 2025. 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 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 36C25925Q0158. 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) 2024-07 effective August 29, 2024. The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 800 employees. This solicitation is a 100% unrestricted. List of Line Items; Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Ceiling Mounted Patient Lift System (Standard) 3 EA $ $ 0002 Ceiling Mounted Patient Lift System (Bariatric) 2 EA 0003 Hardware 1 EA 0004 Installation 5 JB Grand Total $ Description of Requirements for the items to be acquired: *Buy American Vendors are strongly encouraged to include quotes with (all) products manufactured within the U.S. whenever possible although bids with non-domestic products will not be excluded from the solicitation. Vendors are required to complete the 52.225-2 Buy American Certificate below and include with their quotation in order to verify the Country of Origin (COO) of products included in their quotes. *FOB shall be destination *Freight shall be included in the price of CLIN 0001 and not be its own line item *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 date of delivery to the specified location *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. *Failure to provide product information documents, quote with accurate costs, delivery lead time, Buy American certificate, or authorized distributor letter will result in the offeror s quote not being considered for award. Salient Characteristics: Ceiling Track System The Ceiling Track shall be made from high strength extruded aluminum or VA approved equal. Provide anchor supports at ceiling substrate. Installed rail shall be security tested for 1.5 times greater than the motor s weight capacity and maximum allowable deflection of a horizontal rail is no more than 1mm (1/16th inch) per 200mm (7.87 inch) of track length. (As per ISO 10535 standards.) Track system that allows access into bathrooms Track system that has inside charging capabilities Tracks should be fully functional allowing average person to easily move 1000lb patent along track. Tracks should be fully functional to allow for charging of the patent lift along any portion of the track. Except for exiting lifts with docking stations. Lift Unit The Lift Unit shall be constructed of a steel frame system driven by a gear reduced high torque motor or VA approved equal. The Lift system shall have the following features. Lifting capacity: Selectable SWL of 600 lbs., 440lbs., and 265 lbs. for non-bariatric lifts 1000 lbs for bariatric lifts Electronic soft-start and soft-stop motor control Hand remote with up and down pushbutton selection Emergency lowering device. Emergency stop cord to stop all electric functions Emergency brake (in case of mechanical failure) Current limiter for circuit protection in case of overload. Safety device that stops the motor to lift when batteries are low. Horizontal axis motor: Strap length: Cab: VO plastic fire retardant, UL 94 Tilt and recline features; tilt control bar and setting Patient Lift tilt function should operate smoothly along entire range of motion. Associated Attachments for spreader bar and tilt features Visual LED maintenance indicator Must be able to switch from Single Mode standard patient care to Dual Mode bariatric Patient care. Motor Bariatric Unit Vertical Movement-DC Motor Lifting speed between 1.2 in/sec to 2.4 in/sec Lifting capacity must be a minimum of 1,000lbs. Must have a minimum stroke of 90 inches to a maximum 90.75 inches. Must have Soft-Start and stop motor controller. Standard unit Vertical Movement-DC Motor Lifting speed between 1.3 in/sec to 2.0 in/sec Lifting capacity must be a minimum of 440lbs. Must have a minimum stroke of 90 inches to a maximum 90.75 inches. Must have Soft-Start and stop motor controller. Batteries The life cycle (number of charging cycles) for batteries shall be in compliance with IEC 6100-1-2. Provide rechargeable batteries with up to 35 transfers with a load of 200lbs (74kg) (for repositioning) // a minimum of 17 transfers with its maximum load.// Power and charging capabilities without the use of a charging/ docking station. Track system with inline charging capability. Charger Battery charger input 100-240 VAC at 50-60 Hz Battery charge output 28.1VDC at 1AMP maximum. Straps and Sling The straps shall meet ISO 10535 guidelines. The straps shall ensure the patient s safety by preventing the patient from falling out of the sling. The sling shall meet ISO 10535 guidelines. The sling shall cradle the body of the patient. // Bariatric slings shall be rated to a minimum of 750 lbs. Must have removable spreader bar ability to change from loop bar to tilt bar lip slings. Bar has the ability to utilize multiple slings standard, toileting, bariatric, amputee, turning sheets, etc. Modular Scales Scale must have display range from 4lbs to 600lbs for 600lb lifts and a range of 9lbs to 1000lbs. Scale must have accuracy of +/- 7oz for 600lb lifts and 1.1lb for 100lbs lifts. Scale must have LCD character displace screen. Statement of Work: INSTALLATION & REMOVAL Install ceiling mounted patient lift system as per manufacturer's instruction and under the supervision of manufacturer's qualified representative and as shown on drawings VA PROJECT 575-21-106.pdf that has the specific room requirements. The contractor must install structural support between the roof joists and the rails. The COR shall coordinate with the contractor when facility is ready for installation of the patient lift rail systems during the construction period that will be spread across approximately 5 days over an approximate span of 3-months based on construction phases around 2-week intervals per room. Note: There could be a possibility of construction phase delays, so coordination will be from the COR in order to prevent delays with the rail system installation. If the distance in between the suspended ceiling and anchors is more than 12 consult with manufacturer to determine if lateral braces will be required. Validation equipment is working properly upon completion of installation. Contractor shall provide all necessary materials, equipment, labor, supervision, and Management to: (A) coordinate delivery: (B) load and unload; (C) place/install items in designated rooms/locations; (D) assemble items as required; (E) secure as designated; and (F) properly dispose of all associated packing/crating materials outside the VA premises. INSTRUCTION AND PERSONNEL TRAINING Training shall be provided for the required personnel to educate them on proper operation and maintenance for the lift system equipment. TEST Conduct performance test, in the presence of the Resident Engineer (RE) and/or Inspector of Record (IOR), and a manufacturer's field representative, to show that the patient lift system equipment and control devices operate properly and in accordance with design, specification, and code requirements. INSPECTION Inspection of installed ceiling mounted patient lift systems shall be conducted in accordance with the manufacturer s installation checklist and the VA installation checklist (Patient Safety Alert AL14-07) prior to use for patient movement. Periodic Inspection shall be provided by the manufacturer on a yearly basis in compliance with ISO 10535. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES The Contractor shall furnish all supplies, equipment, facilities, and services required to perform the service under this contract. The Contractor shall perform all work in accordance with this SOW. Equipment and materials should not have visible wear, rust, or discoloration. Any fiber or cloth should have no visible fraying or tears. Contractor will be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling all items installed under this contract. Final Acceptance by the Government will not occur until all installed items have been wiped cleaned and debris/dust connected with installation is removed from the VA site. Delivery and acceptance shall be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located: Grand Junction VA Medical Center 2121 North Ave., Grand Junction, CO 81501 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.� No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.� All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.� Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. 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 SBA Dynamic Small Business Search verified and visible 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. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) Price; (III) Buy American Certificate; and (IV) 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. Volume III Buy American Certificate The offeror shall complete and submit the included 52.225-2 Buy American Certificate. 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. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 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. Submission of completed Buy American Certificate Factor 4. Submission of Authorized Distributor Letter Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item 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. Submission of completed Buy American Certificate: The Government will evaluate the information provided in the completed Buy American Certificate for compliance with FAR Part 25. Priority will be given to products made in the US. Factor 4. Submission 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. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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 Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (JAN 2025) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-8 Utilization of Small Business Concerns (JAN 2025) FAR 52.219-28 Post Award Small Business Program Representation (JAN 2025) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2025) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (NOV 2021) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 52.225-1 Buy American Supplies (OCT 2022) Definitions. As used in this clause Commercially available off-the-shelf (COTS) item (1) Means any item of supply (including construction material) that is A commercial product (as defined in paragraph (1) of the definition of commercial product at Federal Acquisition Regulation (FAR) 2.101; Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. Component means an article, material, or supply incorporated directly into an end product. Cost of components means For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. Critical component means a component that is mined, produced, or manufactured in the United States and deemed critical to the U.S. supply chain. The list of critical components is at FAR 25.105. Domestic end product means For an end product that does not consist wholly or predominantly of iron or steel or a combination of both An unmanufactured end product mined or produced in the United States; An end product manufactured in the United States, if The cost of its components mined, produced, or manufactured in the United States exceeds 60 percent of the cost of all its components, except that the percentage will be 65 percent for items delivered in calendar years 2024 through 2028 and 75 percent for items delivered starting in calendar year 2029. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Components of unknown origin are treated as foreign. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or The end product is a COTS item; or (2) For an end product that consists wholly or predominantly of iron or steel or a combination of both, an end product manufactured in the United States, if the cost of foreign iron and steel constitutes less than 5 percent of the cost of all the components used in the end product. The cost of foreign iron and steel includes but is not limited to the cost of foreign iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the end product and a good faith estimate of the cost of all foreign iron or steel components excluding COTS fasteners. Iron or steel components of unknown origin are treated as foreign. If the end product contains multiple components, the cost of all the materials used in such end product is calculated in accordance with the definition of cost of components . End product means those articles, materials, and supplies to be acquired under the contract for public use. Fastener means a hardware device that mechanically joins or affixes two or more objects together. Examples of fasteners are nuts, bolts, pins, rivets, nails, clips, and screws. Foreign end product means an end product other than a domestic end product. Foreign iron and steel means iron or steel products not produced in the United States. Produced in the United States means that all manufacturing processes of the iron or steel must take place in the United States, from the initial melting stage through the application of coatings, except metallurgical processes involving refinement of steel additives. The origin of the elements of the iron or steel is not relevant to the determination of whether it is domestic or foreign. Predominantly of iron or steel or a combination of both means that the cost of the iron and steel content exceeds 50 percent of the total cost of all its components. The cost of iron and steel is the cost of the iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the product and a good faith estimate of the cost of iron or steel components excluding COTS fasteners. Steel means an alloy that includes at least 50 percent iron, between 0.02 and 2 percent carbon, and may include other elements. United States means the 50 States, the District of Columbia, and outlying areas. (b) 41 U.S.C. chapter 83, Buy American, provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 1907, the domestic content test of the Buy American statute is waived for an end product that is a COTS item (see 12.505(a)(1)), except that for an end product that consists wholly or predominantly of iron or steel or a combination of both, the domestic content test is applied only to the iron and steel content of the end product, excluding COTS fasteners. (c) Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (d) The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the solicitation entitled ""Buy American Certificate."" Alternate I (OCT 2022). As prescribed in 25.1101(a)(1)(ii) substitute the following sentence for the first sentence of paragraph (1)(ii)(A) of the definition of domestic end product in paragraph (a): (A) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. (End of Clause) 52.225-2 Buy American Certificate (OCT 2022) (1) 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. (2) 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 . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) 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. Foreign End Products: Line item No. Country of origin Exceeds 55% domestic content (yes/no) 0001 Ceiling Mounted Patient Lift System 0002 Ceiling Mounted Patient Lift System (Bariatric) 0003 Hardware 0004 Installation N/a - Service N/a - Service 0005 Removal and Disposal N/a - Service N/a - Service [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. (End of Provision) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) 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 FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses 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 FAR/VAAR provisions are incorporated by reference: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) FAR 52.204-7 System for Award Management (NOV 2024) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (FEB 2023) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to stephanie.cahill@va.gov by 12:00pm MST, April 17th, 2025. Name and email of the individual to contact for information regarding the solicitation: Stephanie Cahill Stephanie.Cahill@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/61f67aff5914461a9fc8c6b12856a395/view)
 
Place of Performance
Address: Grand Junction VA Medical Center 2121 North Ave, Grand Junction, CO 81501, USA
Zip Code: 81501
Country: USA
 
Record
SN07413318-F 20250419/250417230050 (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.