Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2025 SAM #8704
SOLICITATION NOTICE

65 -- Orthotic Softgoods and Prosthetic Supplies

Notice Date
9/23/2025 3:45:21 AM
 
Notice Type
Presolicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
COMMODITIES & SERVICES ACQUISITION SERVICE (36C791) DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
36S79725R0002
 
Response Due
10/30/2025 1:30:00 PM
 
Archive Date
11/29/2025
 
Point of Contact
Brandy Hudson, Contract Specialist
 
E-Mail Address
brandy.hudson@va.gov
(brandy.hudson@va.gov)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
THIS IS A PRESOLICIATION NOTICE THIS PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THE GENERAL PUBLIC. This notice is not to be construed as a commitment by the Government nor will the Government pay for the information resulting from this posting. THIS IS A PRESOLICITATION NOTICE TO RAISE AWARENESS FOR POTENTIAL OFFERORS. The Department of Veterans Affairs (VA) Denver Logistics Service Center (DLS), 555 Corporate Circle, Golden, Colorado, 80401, intends to issue multiple awards of indefinite-delivery, indefinite-quantity, fixed price contracts for orthotic softgoods and prosthetic commercial item(s) described in this document. The purpose of this acquisition is to provide orthotic softgoods and prosthetic commercial item(s) to the VA DLS and VA Medical Centers (VAMCs) through mandatory sources. The objective is to ensure availability and consistency of services for nationwide use and to obtain volume-based pricing. The award of Indefinite-Delivery/Indefinite-Quantity contracts to multiple vendors is contemplated to provide the necessary coverage of orthotic softgoods and prosthetic commercial item(s). The anticipated release date is on or around October 1, 2025. NAICS Code: 339113, size standard 1000 Employees, Product and Service Classification Code: 6515 - Medical and Surgical Instruments, Equipment and Supplies. The period of performance for the base contract will be Date of Award through January 12, 2037. One additional Five-year (5) option year will be exercised at the discretion of the DLC. The Government may award firm-fixed price, indefinite delivery, indefinite quantity (IDIQs) contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Each contract line item number (CLIN) shall be evaluated independently. Only one award will be made per CLIN. Offerors may propose and may receive an award on one or more CLIN(s). Any offeror awarded one or more CLIN(s) will have all awards combined into a single IDIQ contract. Contracts will be used as a primary source by VA Denver Logistics Service Center and VA medical facilities. Orthotic softgoods and prosthetic commercial item(s)will be ordered from time to time and in such quantities as needed to fill agency requirements in accordance with current applicable supply procedures. Items will be for delivery worldwide, f.o.b. destination. The Contractor will be obligated to deliver all items that may be ordered during the term of the contract. There is no expressed or implied guarantee that the quantities will be ordered regularly. This announcement satisfies the requirements prescribed within FAR Part 5. This requirement will be a partial set aside for Small Business with a Tiered Approach. Solicitation documents will be available electronically on or about October 1, 2025 on www.sam.gov. NO HARD COPIES WILL BE ISSUED. The anticipated closing date will be on or around October 30, 2025 16:30 pm Eastern Time. The Contracting Officer for this acquisition is Brandy Hudson. Questions concerning this solicitation must be submitted in writing to the Contract Officer prior to 16:30 pm Eastern Time on or around October 10, 2025, by email to brandy.hudson@va.gov. Potential offerors are reminded that in accordance with FAR 4.11 and 4.12, potential offerors are required to have an active registration and complete electronically on-line annual representations and certifications in the System for Award Management prior to award of a contract. The System for Award Management can be accessed through the websites www.sam.gov or www.acquisition.gov. SET ASIDE AND EVALUATION INFORMATION The Government will request proposals from offerors using Contract Opportunities. The Offerors will have 30 days to submit a proposal. All proposals will be evaluated in accordance with the solicitation. The Government intends to make a multiple award IDIQ contract to responsible and responsive offerors. Proposals will be solicited at targeted tiers and offers will be evaluated according to the established tiered order. If no awards can be made at the first tier, offers will be evaluated at the next lower tier until award can be made. The tiered priority would be Tier 1 SDVOSB and VOSB, Tier 2 All other Small Business concerns, and Tier 3 Large Businesses. There are seventy-six (76) CLINs for this requirement that will be split into two categories. Category 1 CLINS will be awarded using Lowest Price Technically Acceptable source selection criteria and there are twenty-two (22) CLINs. Category 2 CLINS will be awarded using Best Value source selection criteria and there will be fifty-four (54) CLINs. Lowest price will be determined by a price analysis of the product list by group and technical acceptability will be determined by the Technical Evaluation Team (TET). The TET shall evaluate descriptive literature and performance specifications to determine whether the offered items meet the product description and minimum technical requirements stated in the solicitation. The TET will evaluate for Technically Acceptable or Technically Unacceptable on each offered product. B.2 STATEMENT OF WORK B.2.1 INTRODUCTION / BACKGROUND / PURPOSE AND OBJECTIVES INTRODUCTION & BACKGROUND The Department of Veterans Affairs (VA) Commodities and Services Acquisition Service (CSAS) and the Denver Logistics Service (DLS), manage holistic supply chain management for the VA National Audiology, Prosthetics, and Telehealth Programs and supports VA and other Government agencies with professional acquisition and logistical services.� � The Department of Veterans Health Affairs (VHA), Prosthetic and Sensory Aids Service (PSAS) and Orthotic, Prosthetic & Pedorthic Clinical Services (OPPCS) has identified the need to procure Orthotic Softgoods and Prosthetic Supplies through CSAS and the DLS in order to meet Veteran Patient Care needs and aligning to the Mission Act to meet the needs of the Veteran. VHA has made a considerable investment organizationally as well as in medical technologies to support advancing health technology and capabilities. VHA consistently seeks advances in health technologies to: Improve the quality of health for the Veteran Increase the quality of health care available throughout VHA Improve the efficiency of health care providers and staff Increase Veterans overall satisfaction with VA/VHA The Department of Veterans Health Affairs (VHA) National, Prosthetic and Sensory Aids Program Office (PSAS) and Orthotic, Prosthetic & Pedorthic Clinical Services (OPPCS) have identified Orthotic Softgoods and Prosthetic Supplies as preferred products for consolidated contracting through the Department of Veterans Affairs (VA) Commodities and Services Acquisition Service (CSAS), the Denver Logistics Service (DLS). The products purchased under the respective contracts will be used to improve service delivery outcomes for Veterans/patients and reduce wait times. The contract(s) is a firm-fixed-price (FFP), IDIQ contract, which will be used as a primary source of supply by the VA and other authorized Government agencies. Contracted items will be ordered from time to time and in such quantities as needed to fulfill agencies requirements in accordance with applicable supply procedures. B. PURPOSE AND OBJECTIVES VA s purpose under this solicitation and resulting contract is to obtain orthotic softgoods and prosthetic supplies while securing a continuous supply of products. These products are purchased by the VA CSAS and DLS for stocking, distribution, and assignment to individual VA medical facilities and subsequent issue to Veteran patients. This provides the contractor with a single point of contact for all ordering activity under the contract.VA DLS s Remote Order Entry System (ROES) will electronically place purchase delivery orders to the awarded contractor for restocking via designated Ordering Officers (OO). ROES allows for a streamlined ordering process and increases operating efficiency while providing greater transparency among stakeholders. Additional orders may be placed by the Contract Officer (CO) and duly appointed Ordering Officers to replenish depleted stock. The VA has been providing orthotic softgoods and prosthetic supplies to eligible veterans for multiple years. The need for orthotic softgoods and prosthetic supplies for veterans has increased steadily over the years. To meet the increasing demand with the highest level of technology at the lowest prices, VHA National Prosthetic and Sensory Aids (PSAS) and Orthotic, Prosthetic & Pedorthic Clinical Services (OPPCS) have worked in conjunction with DLS and CSAS to develop contracts for orthotic softgoods and prosthetic supplies that provide the best value. The objectives are to: Obtain quality products at lower than current open-market prices. Ensure availability and consistency of product for nationwide usage while integrating the DLS ROES program for ordering. Products will be ordered using the DLS s Remote Order Entry System (ROES) and will be shipped directly to the clinic or in some cases the Veteran. This mechanism will be the primary source for contracted products for the VA. Improve operating efficiency throughout the VA. This contract will also allow for higher level of effective communication between the Government and Contractor which is essential for partnering for this performance-based contract to succeed. The success of this Contract is shared between the Government and the Contractor. B.2.2 SCOPE This is not a personal services contract (as described in FAR 37.104(a) and defined in FAR 2.101, Performance Base Contract and the success of this contract depends on not only the performance satisfaction of the requirement but on the satisfaction of the Veteran beneficiary and VHA Clinical Staff on services received. The Department of Veteran Affairs intends to solicit and award a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide the widest range of technologies for clinicians and Veterans and to ensure that the demand created by the large volume of orders generated by the VA can be met. The preferred product features shall be defined by clinical prescription which profile the intended user and environment as well as physical/performance specifications. The contract will fulfill the supply requirement for the Orthotic Softgoods and Prosthetic Supplies nationwide. The contractor(s) shall provide an uninterrupted source of supply of various Orthotic Softgoods and Prosthetic Supplies that meet or exceed the specifications and deliver within the terms of the contract(s). Delivery shall take place within 20 business days of the ROES delivery order issuance. The delivery orders placed through ROES shall indicate the specific items ordered, item quantities, and all necessary delivery and payment procedures. Implementation of the contracts will be accomplished by the DLS and CSAS under the purview of VHA National Prosthetics and Sensory Aids Program Office (PSAS) and Orthotic, Prosthetic & Pedorthic Clinical Services (OPPCS). B.2.3 CONTRACT PERIOD OF PERFORMANCE This is a ten-year contract which consists of a base five-year period with one, five-year option period. B.2.4 ORTHOTIC SOFTGOODS AND PROSTHETIC SUPPLIES CONTRACT LINE ITEMS AND MINIMUM TECHNICAL REQUIREMENTS FOR EACH CONTRACT LINE ITEM NUMBER (CLIN) ARE AS FOLLOWS: Group 1 Foot and Ankle CLIN #s 001-099 Group 2 Knee CLIN #s 100-199 Group 3 Spinal CLIN #s 200-299 Group 4 Upper Extremity CLIN #s 300-399 Group 5 Compression Therapy CLIN #s 400-499 Group 6 Prosthetic Socks CLIN #s 500-599 B.2.5 COMMERCIAL PACKAGING Items supplied under the contract shall be individually commercially packaged in a manner which insures arrival at destination in a satisfactory condition (not damaged due to packaging failures during normal handling) for further redistribution to individual users. Packaging should not include cross-selling literature for other products. B.2.6 COMMERCIAL WARRANTY The contractor shall provide a commercial warranty that meets or exceeds industry standards as applicable to the product and standard commercial practice. Commercial warranties will vary by product and listed in the minimum technical requirements. The vendors must be able to maintain product continuity and usage during times when demands may peak. Delivery of products shall be made to the Denver Logistics Center (DLS). Additionally, if urgent delivery is needed, the contractors must be able to provide accelerated delivery options. The contractor shall provide a point of contact in the appropriate box on Attachment 3 KeyPoints of Contact for the Denver Logistics Center (DLS) to initiate the warranty process. B.2.7 IDIQ TERMS AND CONDITIONS AND ORDERING INFORMATION B.2.7.1 ORDERING INFORMATION Supply chain management issues are handled by the Denver Logistics Center (DLS). The DLS is paramount in the ordering, receiving, and supply distribution process. The DLS will issue ROES delivery orders to the contractor which shall indicate the specific item(s) ordered, the quantities of the item(s) ordered, and all necessary delivery and invoicing procedures. VA CSAS COs or duly appointed DLS OOs at the DLS are authorized to place delivery orders directly with the Contractor. Delivery orders will include the specific item description, item quantities and product number contained in the contract. Delivery orders will also provide delivery information and any other special instructions in accordance with the terms and conditions of the contract. Purchases made under this contract by the VA CSAS CO or by duly appointed ordering officers at the DLS, for delivery to the address shown in B.3.3.1, will be made at the contract price, which includes shipping. All delivery orders shall be subject to the terms and conditions of this contract. In the event of any conflicts between contract and delivery order terms shall resolved giving preference to the contract. B.2.7.2 CONTRACT ORDERING OFFICERS (a) The Contractor shall provide the products specified in the schedule directly to the VA, DLS at the prices awarded herein and under the terms and conditions set forth in the contract upon receipt of a delivery order signed by an OO and or CSAS CO with purchasing authority on behalf of the DLS. (b) VA DLS is the only entity with authorization to place orders against the contract(s). DLS delivery orders will be sent electronically or faxed to the Contractor. Upon receipt of delivery order from the DLS, the Contractor shall fulfill the order and ship the items to the DLS address noted in B.3.3 Delivery and Shipping Requirements below. Delivery is Free on Board (F.O.B) destination. B.2.7.3 COMMUNICATION OF ORDERS The contractor shall confirm receipt of delivery orders by one of the following: either (Computer to Computer Electronic Data Interchange (EDI) or via Email from VA CSAS CO and/or OO within two (2) business days. B.2.7.4 CONTRACT MINIMUM AND CEILING AMOUNT The minimum guaranteed amount will be $2,000.00. The Government s obligation for the minimum guaranteed amount applies only in year one ordering period of the contract. If the Contractor receives total orders for less than the minimum amount in year one, the Government will pay the difference between the amount ordered and the minimum amount guaranteed for the year one ordering period of the contract; this payment may only occur once, not annually. The Government has no obligation to award orders beyond the minimum guaranteed amount. In accordance with FAR 16.504(a)(4)(ii), the maximum aggregate value for all orders awarded under this contract shall not exceed $1,000.00 B.2.7.5 DELIVERY AND SHIPPING REQUIREMENTS B.2.7.6 DELIVERY (a) Delivery schedule specified on delivery orders issued against resulting contract is the date material is due, not the shipping date. Orders may be shipped early to ensure delivery prior to the due date. All orders must be received within 20 business days after receipt of orders (ARO). The government must be notified immediately if there are any delays anticipated. (b) Partial deliveries are authorized; however, the complete order is due within the agreed contract delivery period. Any items not received within the agreed period will be considered delinquent. (c) Deliveries to VA DLS can be made to the following address: Department of Veterans Affairs Denver Logistics Center 555 Corporate Circle Golden CO 80401-5621 (d) Urgent Delivery. Urgent Delivery may be required. When required is will be specified in the delivery order. When the contract delivery schedule does not specify urgent delivery requirements, the VA CSAS may contact the Contractor for the purpose of obtaining accelerated delivery. The Contractor shall reply to the inquiry within one (1) workday after receipt (The Contractor shall confirm telephonic replies in writing). If the Contractor agrees to accelerate the delivery, the Government agrees to pay the difference between Standard and expedited freight costs for urgent delivery. Any additional requirements shall be specified on the individual delivery order. B.2.7.7 SHIPPING Items supplied under the contract shall be individually commercially packaged with Serial Number indicated on the outer individual item box which insures arrival at destination in a satisfactory condition (not damaged due to packaging failures during normal handling) for further redistribution to individual users. Packaging shall not include cross-selling literature for other products, which have not been specifically awarded. The following shipping instructions shall be adhered to when shipping to the DLS: Contractor shall provide postage paid shipping to any address provided by the OO from DLS or CO from an outside agency ordering off this contract. The contractor shall be responsible for any additional charges that might be incurred due to their carrier. Expedited/Urgent Delivery: Expedited and/or Urgent delivery may be required. Whether it is required will be specified in the delivery order. When the contract delivery schedule does not specify expedited or urgent delivery requirements, the CO or OO may contact the Contractor for the purpose of obtaining accelerated delivery. The Contractor shall reply to the inquiry within one (1) business day after receipt (The Contractor shall confirm telephone replies in writing). If the Contractor agrees to accelerate the delivery, the ordering facility would be responsible only for the difference between the standard shipping charges and any excess charges related to the accelerated delivery. **Note: This does not apply if the contractor is accelerating the shipping in order to meet the normal contract delivery schedule per the delivery order.� The Contractor is responsible for all delivery costs when regular delivery and agreed upon urgent orders requested by the OO or CO are indicated on the purchase order. Back Orders: When parts and/or accessories are on backorder and cannot meet the minimum day delivery requirement, the VA reserves the right to request expedited delivery for items once available, when needed as soon as possible. The Government is not responsible for any expedited delivery charges. Orthotic Softgoods and Prosthetic Supplies shipments shall meet the following requirements: All items on the delivery order will be shipped to ship-to address designated on the order. The shipping container shall be clearly marked to indicate the following: Each item will be identified and labeled by contracted part number per Attachment 2. All items on the purchase order shall be shipped to the ship to address designated on the purchase order.� A packing slip shall be included in each individual container shipped whether attached to the outside of each individual shipping container or on the inside of the shipping container.� The purchase order number will be marked clearly on the outside of the shipping container (on the container itself or on the shipping label) and on the packing slip. If the shipment includes items from multiple purchase orders, all applicable purchase order numbers shall be indicated on each container or label. The outside of the shipping container shall be marked Hearing Aid Parts and Accessories . If the shipment includes multiple containers, the containers shall be marked to indicate the total number in the shipment (e.g., 1 of 2 and 2 of 2). If the purchase order contains multiple items and some items are on backorder, the contractor shall ship the items that are available and shall not hold the purchase order until backordered items are available. The packing slip for all shipments shall include: VA Purchase Order Number Vendor Name Vendor Part Number If manufacturer part number deviates from contracted part number, a new Attachment 2 must be submitted and approved by the Contracting Officer. Item Description VA DLS or Outside Agency Name shall be used in the description if possible or industry accepted description that is clearly identifiable. Unit of Purchase indicated on VA contract Packaging Multiple (to designate shipment arriving in multiple packages and what is in each separate box in the shipment) Quantity Ordered according to purchase order Quantity Delivered according to physical items delivered as a part of the shipment Serial numbers as applicable to the product (Chargers). The serial number must be scannable by DLS scanning equipment via barcode or QR code. Quantity Backordered if items were partially shipped Line-Item Total Cost Total Cost of Purchase Order All items delivered shall adhere to shipping requirements listed above regardless if shipped by contractor or drop-shipped from manufacturer at no additional cost to the VA. If not individually wrapped, the contractor shall describe the packaging of parts. B.2.8 INSPECTION AND ACCEPTANCE The acceptance in accordance to FAR Clause 52.212-4(a) is based upon the assumption that the Government will rely on the Contractor s assurances that the commercial item tendered for acceptance conforms to the IDIQ requirements. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- Within a reasonable time (30 calendar days) after the defect was discovered or should have been discovered; and Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. B.2.9 PRODUCT REMOVAL OR RECALL Any supplies or parts thereof corrected or furnished in replacement shall be subject to the conditions of this section to the same extent as supplies initially delivered. The warranty shall be equal in duration to the term contractor offers and shall run from the date of the delivery of the corrected or replaced supplies. When supplies are returned to the Contractor because of a product removal or recall, the Contractor shall be responsible for all shipping costs to include shipping on replacement product if necessary. The following steps shall immediately be taken by the Contractor or manufacturer: Notify the DLS Director at the following address: Director, VA Denver Logistics Center PO Box 25166 Denver, CO, 80225-1709 Physical Address Director, VA Denver Logistics Center 555 Corporate Circle Golden, CO 80401 Main Phone Line: 303.273.6250 Main Fax Line: 303.215.9072 This notification shall be in writing, by the most expeditious manner possible. Provide two copies of the notification, which shall include, but not be limited to the following: Complete item description and/or identification, order numbers for customers and the contract number assigned because of an award on this solicitation. Reasons for modifications, removal, or recall. Necessary instructions for return for credit, replacement, or corrective action. Send a copy of the notification in (a) above to: Manager, Product Recall Office National Center for Patient Safety Veterans Health Administration 24 Frank Lloyd Wright Drive, Lobby M Ann Arbor, MI 48106 Provide the above information to all Government agencies and VA Facilities who purchased the product. Provide a copy of the notification in (a) above to the current Contracting Officer, along with a list of all Government agencies and/or VA facilities notified. B.2.9.1 NOTIFICATION OF SUBSTITUTED AND BACK-ORDERED The Contractor shall notify the authorized purchaser point of contact within one (1) business day for non-emergency orders and within four (4) hours of an emergency order if any parts/materials cannot be delivered in accordance with the individual delivery order requirements. To ensure that the correct items are shipped, the Contractor shall not substitute items without prior approval by order point of contact. Instances where the Contractor cannot meet the Government s requirement(s), the Contractor shall notify the order point of contact of the shortest delivery period available. If the Contractor s shortest delivery period is not acceptable to the Government, the Government reserves the right to procure the item(s) from other sources. The contractor agrees to supply established item(s) to satisfy the Government s requirement when an order is placed under the contract during the duration of the effective period of the contract. If, however, contractor determines to terminate production or supply of the selected item and contemplates replacement with alternative item, the Government reserves the right to evaluate the potential replacement item(s). There is no guarantee that the Government will evaluate any replacement item(s) favorably. If the Government determines the replacement item(s) as unacceptable, the individual item(s) may be cancelled. B.2.9.2 PRODUCT REFRESH AND WARRANTY PRODUCT REFRESH Product refresh is when a current CLIN is no longer being manufactured due to obsolescence and the product item is being replaced with a newer, and more often, a superior version of the same item. The current CLIN product will be revised to reflect the refreshed product information, manufacturer s part number, etc. The Government reserves the right to not accept the products offered under product refresh. The contractor will be notified in writing if a product refresh is not accepted. All products offered shall be provided with the warranty that is agreed upon for this contract. See Section B.2.6 COMMERCIAL WARRANTY The contractor agrees to ensure that all upgraded improved/replaced products meet American with Disabilities Act (ADA) and Health Information Portability and Accountability Act (HIPAA) Federal requirements. The offerors shall submit descriptive literature that meets or exceeds the minimum technical specifications of this solicitation as stated in section B.2.2.3 Minimum Technical Requirements. Note: Descriptive Literature, as used in this provision, means information (e.g. illustrations, drawings, product documentation and brochures) that is submitted as part of the proposal. Descriptive literature is required to establish details of the product offered such as the minimum technical requirements and functions described in B.2.2.3 and pertain to significant elements such as design, materials, components, performance characteristics and functions along with methods of manufacturing and assembly. Descriptive literature shall provide general information pertaining to product characteristics and or explanations of product operation in enough detail to enable evaluation of the product. Notes within a manufacturers or dealer s catalog do not meet this requirement. Current Commercial Price List that demonstrates that the products offered are available commercially. If the product is provided on the Federal Supply Schedule (FSS) then submit a copy of the FSS product list. The Product Warranty Information shall be provided and addresses the length and terms of the warranty per product. The offeror shall submit Attachment 2 Product Detail Information for CLINs. The request shall be submitted in writing to the COR, with a copy to the CS and CO, for review and recommendation of approval to be submitted to the CO. The contractor shall be limited to one (1) product refresh request per calendar year. If approved by the Government, the CO shall prepare a bilateral modification for execution. B.2.9.3 REPLACEMENT WITH ALTERNATIVE SUPPLY The Contractor agrees to supply established item(s) to satisfy the Government s requirement when an order is placed under the contract during the duration of the effective period of the contract. If, however, Contractor determines to terminate production or supply of the selected item and contemplates replacement with alternative item, the Government reserves the right to evaluate the potential replacement item(s). There is no guarantee that the Government will evaluate any replacement item(s) favorably. If the Government determines the replacement item(s) as unacceptable, the individual item(s) may be cancelled. B.2.9.4 CONTINGENCY PLAN AND SERVICE INTERRUTPTION: The Contractor must have a detailed contingency plan to meet contract requirements and continue manufacturing in the event of power outage, staffing shortage, natural disaster or other emergency situation curtailing or shutting down operations at primary manufacturing plant. The Contractor is responsible for alerting the CO and COR as soon as known in the event there is a power outage, weather related problems, phone or fax issues, etc. All protocols shall comply with local, state, federal, and Department of Veterans Affairs requirements. In the event of Contractor service interruptions beyond the Contractor's control (natural disaster, fire, mail shipment services, etc.), the Contractor shall immediately notify the CO and COR. The Contractor will provide and effect an alternative solution in order to resume timely services within five (5) business days, or within a longer time mutually agreed upon timeframe by the Contractor and CO in coordination with the COR. B.2.10 INVOICING/ELECTRONIC COMMERCE SYSTEMS The contractor shall comply with VA Acquisition Regulation (VAAR) 852.232-72, Electronic Submission of Payment Requests, and the following business processes regarding invoicing. Invoices submitted for payment shall be in accordance with FAR 52.212-4(g) and shall be submitted in arrears as supplies are ordered.� Payment will occur after supplies are received. Vendor Electronic Invoice Submission Method:� Invoices shall be submitted electronically according to the accepted data transmissions below.� VA s Electronic Invoicing System-The FSC uses a free, third-party contractor (Tungsten) to submit invoices electronically to the VA. Tungsten s website is http://www.tungsten-network.com/US/en/veterans-affairs/ Tungsten is a system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI).� Vendor E-Invoice Set-up Information:� Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center (FSC) in Austin, TX for payment processing. If you have questions about the e-invoicing program or Tungsten, please contact Tungsten or the FSC at the phone numbers or email addresses listed below.� Tungsten e-Invoice setup information: 1-877-489-6135� Tungsten e-Invoice email...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/08944167624343b583491a084cb28085/view)
 
Place of Performance
Address: Denver Logistics Service (DLS) 555 Corporate Circle, Golden 80401-5621
Zip Code: 80401-5621
 
Record
SN07601729-F 20250925/250923230046 (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.