Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2025 SAM #8780
SOLICITATION NOTICE

J -- Abbott VP2000 Slide Stainer Preventative Maintenance Inspection, Corrective Maintenance and Repair Services at the Greater Los Angeles VA Healthcare System

Notice Date
12/8/2025 6:26:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0176
 
Response Due
12/22/2025 2:00:00 PM
 
Archive Date
01/21/2026
 
Point of Contact
Loan Dho, Contract Specialist
 
E-Mail Address
loan.dho@va.gov
(loan.dho@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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 2025-06, effective date 10/01/2025. This solicitation is set-aside for 100% Small Business (SB). This is a firm fixed price contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210- Electronic and Precision Equipment Repair and Maintenance with a small business size standard of $34.0 Million. The FSC/PSC is J065- Maintenance, Repair, and Rebuilding of Equipment- Medical, Dental, and Veterinary Equipment and Supplies. The Department of Veterans Affairs, Network Contracting Office 22, is seeking a contractor to perform preventative maintenance inspection (PMI), corrective maintenance (CM), and repair services on a government-owned Abbott VP2000 for the Greater Los Angeles VA Healthcare System. For all submission requirements, deadlines, and instructions: see the included FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services . For all evaluation information: see the included FAR 52.212-2 Evaluation- Commercial Products and Commercial Services . Statement of Work (SOW) Scope: The Contractor shall provide all necessary labor, materials, supplies, parts, software (needed for the general operation of the equipment), tools, equipment, travel, transportation expenses and other related costs to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services on the Abbott VP2000 for the VA Greater Los Angeles Healthcare System. The VP 2000 System is used to prepare samples for processing in various molecular diagnostic analyzers. It prepares samples in slides in a controlled environment to allow accuracy and efficiency of diagnostics. The Contractor shall perform work in strict accordance with the specifications, statement of work, and all VA local, federal, state, and applicable regulations. Period of Performance: This contract is for a base year, plus two option years. General Requirement: All work shall be in accordance with manufacturer s instructions, including, but not limited to, adjustments, calibration, cleaning, lubrication, testing, disassembly, checkout, and replacement of worn and/or defective parts. The above shall be performed as necessary as required to keep equipment in optimal working condition. This refers to the equipment listed below: EE# Serial Number Equipment PM Frequency 189532 36046 VP 2000 Annual September +/- 30 Days Table 1: Equipment included as part of this requirement Preventive maintenance and Inspection (PMI) The Contractor shall perform all manufacturer recommended PMI duties regarding what is specified in the Abbott Laboratories service manual. The Contractor shall perform PMI in accordance with the equipment manufacturer during the life of the contract. All equipment must also be maintained in such a condition that will satisfy the requirements of the Joint Commission (JC). The Contract may request a copy of the JC standards from the VA site representative. The Contractor shall provide all PMI-related replacement parts at no cost to the Government. The Contractor shall provide all travel and transportation expenses at no cost to the Government. The PMI will be scheduled a minimum of five business days in advance with the VA site representative. The Contractor shall provide a detailed service report to the VA site representative within 10 business days of PMI maintenance. Corrective Maintenance / Repair Services: The Contractor shall conduct corrective maintenance/repair services as required by the Government. All equipment must also be maintained in such a condition that will satisfy the requirements of the Joint Commission. The Contractor may request a copy of the JC standards from the VA site representative. The Contractor shall provide all travel and transportation expenses at no cost to the Government. The Contractor shall provide phone technical support. The Contractor shall provide all corrective maintenance repair and replacement parts at no cost to the Government. The Contractor shall provide a detailed service report to the VA site representative within 10 business days of corrective maintenance. Replacement Parts: Only standard new or like-new parts shall be furnished by the Contractor. All parts shall be of current manufacture and shall have versatility with presently installed equipment. All major components and parts furnished shall carry the manufacturer s standard commercial warranty. All newly installed parts will become property of the Government. Replaced parts are to be disposed by the Contractor after approval of VA site representative. All worn or defective parts are to be replaced at no cost to the Government. Operating and consumable supplies are not included in this contract. The Veterans Affairs Healthcare Facility shall not furnish parts, service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring appropriate equipment and/or supplies necessary to complete the work as required. Participating Facility: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd Los Angeles, CA 90073 Hours of Work: This contract is a full-service contract to include all necessary scheduled service calls five (5) days per week, Monday through Friday, 7:00 am 5:00 pm, excluding National holidays. Telephone support services are available at no additional cost to the Government. Any service performed during other than normal work hours must have prior approval and coordinated with the VA site representative and CO. National Holiday: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. Qualification: Personnel performing maintenance and repair services must be fully qualified, competent Field Service Engineers (FSE) who has been trained to perform work on the specific equipment in accordance with the original manufacturer s PMI/ repair procedures. Fully qualified is defined as factory-trained or equivalent and experienced to work on the equipment assigned. Service: Service shall include software updates needed for the general operation of the equipment. At the completion of PMI on each equipment and ensure upon departure that the equipment is in optimal working condition. Service also includes all necessary intervening service calls required to replace any worn or defective parts needed due to instrument failure and maintain equipment in optimum operating condition. Intervening services shall be rendered as directed by the VA site representative. Any call back for service request for the same type of malfunction shall be at no charge to the Government. Intervening Service Call: When repairs are needed between regular scheduled service, such repairs are rendered as directed only by the VA site representative and the Contracting Officer (CO). These repairs shall be verbally directed to the Contractor s employees, requested in writing, be transmitted electronically, by telephone, or any manner consistent with accepted commercial business practices. Additional Requirement: Contractor shall ensure all equipment is in optimal working condition at the expiration date of the contract. Contractor personnel that perform changes, updates, or retrofits made on any component, system, or equipment will log it in the station equipment manual. Contractor will maintain all manufactures manual necessary to perform maintenance. Submission of Reports: The Contractor shall submit a complete field service report (FSR) electronically to the VA site representative within 7 calendar days of the work being completed. The FSR at a minimum must contain company name, service technician s name, contact telephone number, date of service, a detailed description of any services performed on the equipment (model number and location included), serial number of the equipment being worked on, customer asset number (EE#154086), signs of misuse or neglect, findings of problems and correction, including all performance verification, listing of replacement parts, when applicable; total hours of service; safety check; performance data; and recommendations necessary to maintain the equipment in optimum operating condition. General Information Contractor s Program Manager: The Contractor shall provide a Program Manager who shall be responsible for managing the performance of work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s program manager shall have full authority to act for the Contractor on all matters relating to daily operations of this contract. Name: Address: Phone No.: Fax No.: Email: Contractor Employees: The Contractor shall not employ any person for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, and general well-being of the public. The Contractor personnel shall present a neat appearance and be easily recognized as a contractor employee. This may be accomplished by wearing distinctive clothing bearing the name of the company. The Contractor field service personnel shall be dressed to present a clean, neat appearance at all times when performing under this contract. Reporting Procedures: For services to be performed during normal working hours, the Contractor shall report upon arrival to the Biomedical Engineering Department, Bldg 500, Room 0261 and sign-in. In addition to signing-in, the Contractor personnel shall identify him/herself to the VA site representative before proceeding to the job site. For services to be performed outside normal working hours, the Contractor shall obtain a visitor s badge from the security guard assigned at the facility entrance prior to signing the after-hours log book located outside the Biomedical Engineering Department, Bldg 500, and proceeding to Room 0261. Prior to leaving the facility the Contractor shall communicate status of equipment to the VA site representative, sign out at the same location that they signed in and return the visitor s badge. Parking: It is the responsibility of Contractor personnel to park only in designated parking areas. The Contractor shall make alternate arrangements for its personnel to park off-site if motor vehicles are required to access those facilities. Parking information is available from the VA Police & Security Service Office. The VA will not invalidate or make reimbursement for parking violations of the Contractor's personnel under any circumstances. The Contractor assumes full responsibility for any parking violations Smoking: VAGLAHS is a smoke free facility. This includes the use of vape, electronic cigarettes and tobacco products. SECURITY REQUIREMENTS: The C&A requirements do not apply, and Security Accreditation Package is not required. This service does not involve Contractor connection of one or more contractor-owned IT devices (such as laptop computer or remote connection from a contractor system) to a VA internal trusted (i.e., non-public network) therefore Information Technology (IT) Security certification and accreditation (authorization) (C&A) requirements do not apply per VA Handbook 6500.6. Invoicing & Payment: The Contractor shall submit a monthly invoice. The Contractor shall submit in arrears a properly completed itemized via Tungsten Network: http://www.tungsten-network.com/customer-campaigns/veterans-affairs/ No advance payments shall be authorized. Payment shall be made monthly for services provided during the billing month in arrears. Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract. (End of Statement of Work) All interested companies shall provide quotations for the following: ***PRICE/ COST SCHEDULE*** Base Plus Two (2) Option Years Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Abbott VP2000 Preventative and Corrective Maintenance, Inspection, and Repair Services 1 YR $ $ 0002 Emergency Repairs, costs in relation to findings from inspection 1 JB $0.00 $0.00 1001 Abbott VP2000 Preventative and Corrective Maintenance, Inspection, and Repair Services 1 YR $ $ 1002 Emergency Repairs, costs in relation to findings from inspection 1 JB $0.00 $0.00 2001 Abbott VP2000 Preventative and Corrective Maintenance, Inspection, and Repair Services 1 YR $ $ 2002 Emergency Repairs, costs in relation to findings from inspection 1 JB $0.00 $0.00 Total Cost (Base plus Two Option Years) CLINS 0002, 1002, and 2002 shall not be priced in offer. These Emergency Repair CLINS can only be executed by the Contracting Officer through an approved modification request submitted by the facility program POC based off a quote provided by the Contractor to conduct the additional repairs. The estimated purchase order period of performance is 02/01/2026-01/31/2029. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 Instructions to Offerors- Commercial Products and Commercial Services FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_1 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021) FAR 52.204-7 System for Award Management Registration (NOV 2024) (DEVIATION NOV 2025) FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. (MAY 2014) FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES . (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (a) Submission of quotes. Submit signed and dated quotes to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, quotes shall include (1) The solicitation number and due date; (2) The name, address, telephone number, and size status of the Offeror; (3) The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; (4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation; (5) All required submittals listed under Additional Instructions; (6) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and (7) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (c) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Offerors are responsible for submitting quotes and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2) Any quotes, modification, or revision received after the time specified for receipt of offers is late and will not be considered. However, a late modification of an otherwise successful quotes that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes 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 quotes 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. (4) Offerors may withdraw their quotes by written notice to the Government received at any time before award. (d) Contract award. The Government intends to evaluate quotes and award a contract without discussions. Therefore, the Offeror s initial quote should contain the Offeror s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all quotes if such action is in the public interest, accept other than the lowest quote, and waive informalities and minor irregularities in quotes received. (e) Notification. The CO will not notify unsuccessful offerors that responded to this Request for Quotation (RFQ). ADDITIONAL INSTRUCTIONS Offerors should review this entire solicitation before submitting a quote to ensure that their quote meets all requirements. Failure to understand the contract requirements shall not relieve the successful Offeror from performing in accordance with the strict meaning and intent of the specifications. The following is incorporated into FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERICAL SERVICES: 1. Submitting your proposal: Submit your company s offer by responding to this Request for Quote (RFQ) via email to the Contract Specialist: Loan Dho at loan.dho@va.gov. 2. Inquiry Period: Questions should be submitted No Later Than December 15th, 2025, at 10:00 AM Pacific Daylight Time (PDT) to loan.dho@va.gov. All responses to questions will be posted via an amendment on SAM.gov on or about December 16th, 2025. 3. Submission Deadline: All offers and supporting documents are due No Later Than December 22nd, 2025 at 2:00 PM PDT and shall be submitted electronically to Contract Specialist, Loan Dho, at loan.dho@va.gov. Subject Line shall include: RESPONSE TO RFQ 36C26226Q0176 for consideration. The quoter is responsible for ensuring that the contract specialist has received the quote and all supporting documents on or before deadline, and the government will not be responsible for delays or failures of either the contractor s email system or the Government s email system. Required Submittals: General Information and Price Schedule: The offeror shall submit its pricing within the schedule provided in the solicitation. Technical Submission: The offeror shall provide a technical narrative submission identifying the Abbott VP2000 preventative maintenance, corrective maintenance, and repair services (including software support) being proposed, describing how the offeror will meet the statement of work. The Offeror shall provide verifiable evidence of an authorized/ certified Field Service Engineer capable of performing services on the Abbott VP2000. Past Performance: The offeror shall submit a narrative demonstrating their recent and relevant past performance providing services similar in scope and complexity to the present requirement. Recent means within the last five (5) years from the date this solicitation closes. The Government will determine relevance based on similarity of work, magnitude, and technical complexity. Offeror shall submit the following for at least two, but not more than five, Government or Commercial contracts. The narrative must include the following for the Offer or Offeror s proposed subcontractor: Contract, task order, or purchase order number [if applicable]. Contract, task order, or purchase order value. Period of performance dates. Customer point of contact (name, title, and phone/email). Brief description of the services performed. Acknowledgement of Amendments Complete Provision 52.212-3, Offerors Representations and Certifications- Commercial Products and Commercial Services as applicable Complete Attachment 1 - VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services . NOTICE OF COMPLIANCE CHECK: A preliminary review of quotes will be conducted; if all documentation is not submitted or is incomplete the quote will not be forwarded for evaluation; this will preclude the quote from any further consideration for award. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1)� Insert the provision at� 52.212-2, Evaluation-Commercial Products� and� Commercial Services, in� solicitations� for� commercial products� or� commercial services� (see� 12.602); or (2)� Include a similar provision containing all evaluation factors required by� 13.106,� subpart� 14.2� or� subpart� 15.3, as an addendum (see� 12.302(d)). The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) (DEVIATION OCT 2025) ADDENDUM TO FAR 52.212-4 Contract Terms and Conditions- Commercial Products and Commercial Services. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_2 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-13 System for Award Management-Maintenance (OCT 2018) (DEVIATION NOV 2025) FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) (DEVIATION NOV 2025) FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-14 Limitations on Subcontracting (OCT 2022) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-50 Combating Trafficking in Persons (NOV 2021) FAR 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) FAR 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2024) FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.233-3 Protest after Award (AUG 1996) (DEVIATION NOV 2025) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (DEVIATION NOV 2025) FAR 52.240-91 Security Prohibitions and Exclusions (DEVIATION NOV 2025) FAR 52.244-6 Subcontracts for Commercial Products and Commercial Services (JAN 2025)(DEVIATION OCT 2025) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) VAAR 852.211-72 Technical Industry Standards (NOV 2018) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (OCT 2025) The following subparagraphs of FAR 52.212-5 are applicable: (b)(4),(7),(9),(18), (23), (26), (31), (39)(i), (46), (55), (59). FAR 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (a) Basis for Award. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote will be the most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotes: 1. Technical Capability 2. Past Performance 3. Price Technical Capability and Past Performance, when combined, are significantly more important than price.� (c) 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: 1. Technical Capability: The Government will evaluate the offeror s technical submission to determine whether the proposed Abbott VP2000 preventative maintenance and inspection (PMI), corrective maintenance (CM), and repair services (including software support) meet the statement of work. Additionally, the plan must include how services will be performed by a fully qualified, competent Field Service Engineers (FSE) in accordance with the original equipment manufacturer (OEM) standards. 2. Past Performance: The Government will assess the relative risks associated with an offeror s likelihood of success in fulfilling the solicitation s requirements as indicated by the offeror s record of past performance in recent contracts of similar scope and complexity. The Government reserves the right to obtain past performance information from any available source, including contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Offerors without relevant past performance will receive a neutral confidence rating. A neutral rating is neither favorable nor unfavorable. 3. Price: The Government will evaluate reasonableness of the offeror s proposed pricing. (d) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (End of Provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/200d988406954b2eb276a4acaae21992/view)
 
Place of Performance
Address: Department of Veterans Affairs Greater Los Angeles VA Healthcare System West Los Angeles VA Medical Center 11301 Wilshire Blvd., Los Angeles 90073
Zip Code: 90073
 
Record
SN07659524-F 20251210/251208230032 (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.