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

P -- Atlanta Office Furniture Removal and Disposal - Decommissioning

Notice Date
12/8/2025 8:52:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25926Q0118
 
Response Due
12/19/2025 11:00:00 AM
 
Archive Date
01/03/2026
 
Point of Contact
Stephanie Cahill, Contract Specialist, Phone: Email preferred
 
E-Mail Address
Stephanie.Cahill@va.gov
(Stephanie.Cahill@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Request for Quote (RFQ) #: Atlanta Office Furniture Removal and Disposal (36C25926Q0118) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. *A site visit is strongly encouraged to ensure accurate bid submissions. The site visit will occur at 11AM MST, December 16th, 2025. Please contact Mr. Jeffery Johnson via email Jeffery.Johnson202d5d@va.gov to confirm your company will be attending as well as to obtain the meeting location information. * The deadline for all questions is 3:00pm MST, December 17th, 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, December 19th, 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 the award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ), and the solicitation number is 36C25926Q0118. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 effective October 01, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 561210 with a business size standard of $47 million. This solicitation is 100% set-aside for SDVOSB concerns. List of Line Items; Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Removal and Disposal of Office Equipment along with Facility cleaning in accordance with the Performance Work Statement (PWS) Period of Performance: 1/26/2026 2/6/2026 1 JB $ $ Grand Total $ Description of Requirements for the Services to be acquired: *Cut sheets and specification sheets proving the offered services meets all specifications and PWS shall be included with the quote. *Quotes packages shall include an estimated timeline for the entirety of the project *Failure to meet the PWS below will result in the offeror s quote not being considered for award. *Failure to provide ALL required documents or information (see factors 1-4 in section (ix) below for required information and documents) by the quote deadline will result in the offeror s quote not being considered for award. Performance Work Statement (PWS) General Background: The VHA Health Eligibility Center requires office furniture removal and disposal as well as some clean up services (vacuum immediate area, remove trash, etc.) for an 86,750 square feet (5 floors) building. There are no anticipated hazardous waste/materials onsite since the work areas involved contained VA staff performing administrative work in nature. As of December 2025, this space is in the process of being vacated by current VA staff for a new facility. As of January 26, 2026 the building should be empty of almost all VA staff except the VA POC that will assist the awarded contractor with access to the building throughout the project. Vendor staff will be able to use two mid-size (3 ½ wide and 8 tall) elevators with access to all five (5) floors without issue or conflict. This facility does not have a loading dock and does not have space for temporary storage. Requirements: Decommissioning of the space must start on January 26th, 2026, and MUST be completed no later than February 6th, 2026 (2 weeks). Access to the facility will only be during the work week (Mondays-Fridays) from 0700 to 1800 MST. Extended may be available contingent upon the VA POC s, Jeffery Johnson, availability. The Contractor must communicate in advance if additional hours on one or more days is needed during the project. The station shall not provide any means of disposal vendors will be expected to provide this within their quotes. The awarded Contractors should plan to have the waste containers/dumpsters monitored daily during workdays and emptied frequently based on the pace of removal of items from the facility. The Contractor shall coordinate with the VA POC for dumpster placement prior to work start. The contractor is responsible for properly disconnecting and disposing of all electrical power cords, cubicle whips, and any other power cables that provide electrical power to all furnishings will be removed. Upon furniture removal, Contractor shall clean, vacuum, remove all trash, residue, furniture waste and any other remaining debris remaining in the vacated areas. Contractor is responsible for ensuring that there is no damage to the facility as a result of contractor operations. The contractor will be prepared to take all protective measures to ensure there is no damage to any walls, corners, flooring, baseboards, ceilings, and elevators. Any damage to the facility caused by Contractor activity or negligence, shall result in all needed repairs be made at the contractor expense Note: The main entrance flooring is marble, and it is the Contractor s responsibility to ensure that the main entrance flooring is not damaged in any way. Any damage to the marble flooring caused by Contractor activity or negligence, shall result in all needed repairs will be completed at the contractor s expense. The Contractor will designate an onsite Project Manager (PM) responsible for managing, coordinating, and directing contractor team resources, and serve as the single point of contact for the contract duration. The PM is required to be always onsite while the work is being performed. The Contractor shall provide all specialty moving materials, tools, and supplies; including but not limited to padding, packing, crating, dollies/hand trucks, or any other type of equipment commonly used for moving heavy furnishings. Contractor shall provide, operate, manage, and maintain sufficient personnel based on workload to accomplish all assigned tasks for this requirement. The Contractor shall ensure that contractor provided employees have the technical capability to disassemble, carry, remove, and dispose of all types of furniture. Contractor is responsible for providing adequate Personnel Protective Equipment (PPE), i.e., safety boots, gloves, etc. for contractor supplied employees and will be worn when completing this requirement. The following is an estimate of the amount of furniture that needs to be removed and disposed of within the building: Description Qty Description Qty Full Cubicle 228 Metal Office Chair 328 Wood Desk with Wood Hutch 207 Metal Draw Table 2 Wood Corner Desk 26 Metal Coat Rack 11 Wood Sit Stand Desk 157 Metal Storage Tray 1 Wood Overhead Storage Cabinet 91 Metal Filing Cabinet 14 Wood Desk Extension 60 Metal Four-Sided Paper Turn Bend 2 Wood Large Bookshelf 15 Metal Tall Chair 14 Wood Table Various Lengths & Shapes 189 Metal Rolling Cart 1 Wood Cabinet Various Heights 137 Metal Trash Cans 3 Small Wood Trash Can 1 Cloth Chairs Lobby 2 Wood Office Chair 76 Cloth Sofa Chair Lobby 1 Wood Podium 2 Leather Seat Sofa Chair 1 Wood Blood Pressure Booth Gym 1 Cloth Sofa Chair Lobby 1 Wood Lobby Desk L-Shape 35 ft 1 Leather Square Foot Stool 1 Wood Serving Cart 2 Large Recliner Chair Cloth 1 Wood Counter w/ Drawers Various Lengths 9 Glass Round Table 1 Boards on Office Walls 144 Large Cushion Lounges Chair 4 Metal Cabinet Various Heights 123 Plastic Drawer File 1 Metal Desk with Wheels 1 Plastic Trash Can Various Sizes 389 Metal Desk Chair 573 Plastic Table Various lengths 2 A comprehensive list of items has been provided as an attachment to this solicitation as well as a floor plan although a site visit will be strongly encouraged (End of the Performance Work Statement) Location of Performance: VHA Health Eligibility Center 2957 Clairmont Road NE, Atlanta, GA 30329 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS): https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) - Completion of Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services (DEVIATION) ; (III) Price; and (IV) Project Service Timeline. Volume I - Technical capability or quality of the services offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the ability of the vendor to provide the needed services specified in this solicitation. Vendors should provide an estimated timeline for the project based on a start date of January 26th, 2026, and an end date no later than February 6th, 2026. Volume II - Completion of Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services (DEVIATION) The offeror shall complete the provision VAAR 852-219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. Offeror must list any/all subcontractors (and their size standard IAW NAICS 561210) if they will be utilized for this requirement AND what they will be performing. How is your firm going to comply with Limitations on Subcontracting requirements? If no subcontractors will be used, please state No Subcontractors will be used for this requirement in the response. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume IV Project Service Timeline The offeror shall state the required number of calendar days to provide the services and provide an estimated timeline to complete the project. Vendors should be able to start on 1/26/2026 and complete all services no later than 2/6/2026. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition. ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the services offered to meet the Government requirement Factor 2. Completion of Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Services (DEVIATION) Factor 3. Price Factor 4. Project Service Timeline Evaluation Approach. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use comparative analysis. The following factors will be used to evaluate offers: Factor I. Technical capability or quality offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Completion of Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services (DEVIATION) : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services (DEVIATION) for completeness. If an offeror fails to fully complete VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services (DEVIATION) their quote will be determined ineligible for award. Factor 3. 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 4. Project Service Timeline: Vendors will provide an estimated timeline including project start and end dates for the entirety of the project. The Government will review the timeline of each vendor as part of the quote package in order to determine/confirm a vendor is able to comply with the specified time period of 1/26/2026 2/6/2026 in addition to other evaluation factors specified above and select the quoter/offer whose bid is most advantageous to the Government. **The Government may consider an award to other than the lowest priced quoter/offeror if it s in the best interest of the Government.** If offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered nonresponsive. (End of Addendum to 52.212-2) 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR. The following RFO clauses are incorporated by reference: Applicable (X) Number Title Source 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Government Statute X 52.203-13 Contractor Code of Business Ethics and Conduct Statute X 52.203-17 Contractor Employee Whistleblower Rights Statute X 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Statute X 52.204-9 Personal Identity Verification of Contractor Personnel Other X 52.204-13 System for Award Management Maintenance Statute 52.204-91 Contractor identification Other X 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Statute X 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters Statute X 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Statute 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns Statute 52.219-6 Notice of Total Small Business Set-Aside Statute 52.219-6 with Alt I Notice of Total Small Business Set-Aside, with Alternate I Statute X 52.219-8 Utilization of Small Business Concerns Statute 52.219-9 Small Business Subcontracting Plan Statute 52.219-9 with Alt I Small Business Subcontracting Plan, with Alternate I Statute 52.219-9 with Alt II Small Business Subcontracting Plan, with Alternate II Statute 52.219-9 with Alt III Small Business Subcontracting Plan, with Alternate III Statute 52.219-9 with Alt IV Small Business Subcontracting Plan, with Alternate IV Statute X 52.219-14 Limitations on Subcontracting Statute 52.219-16 Liquidated Damages Subcontracting Plan Statute 52.219-33 Nonmanufacturer Rule Statute X 52.222-3 Convict Labor EO X 52.222-19 Child Labor Cooperation with Authorities and Remedies EO X 52.222-35 Equal Opportunity for Veterans Statute 52.222-35 with Alt I Equal Opportunity for Veterans, with Alternate I Statute X 52.222-36 Equal Opportunity for Workers with Disabilities Statute 52.222-36 with Alt I Equal Opportunity for Workers with Disabilities, with Alternate I Statute X 52.222-37 Employment Reports on Veterans Statute X 52.222-40 Notification of Employee Rights Under the National Labor Relations Act EO X 52.222-41 Service Contract Labor Standards Statute 52.222-42 Statement of Equivalent Rates for Federal Hires Statute 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) Statute 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment Statute X 52.222-50 Combating Trafficking in Persons Statute 52.222-50 with Alt I Combating Trafficking in Persons, with its Alternate I Statute 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements Other 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements Other X 52.222-54 Employment Eligibility Verification EO X 52.222-62 Paid Sick Leave Under Executive Order 13706 EO 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items Statute 52.223-9 with Alt I Estimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate I Statute 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons Statute X 52.223-12 Maintenance Statute X 52.223-23 Sustainable Products and Services Statute 52.224-3 Privacy Training Statute 52.224-3 with Alt I Privacy Training, with Alternate I Statute 52.225-1 Buy American-Supplies Statute 52.225-1 with Alt I Buy American-Supplies, with Alternate I Statute 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act Statute 52.225-3 with Alt II Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate II Statute 52.225-3 with Alt III Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate III Statute 52.225-3 with Alt IV Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate IV Statute 52.225-5 Trade Agreements Statute 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States Other 52.225-26 Contractors Performing Private Security Functions Outside the United States Statute 52.226-4 Notice of Disaster or Emergency Area Set-Aside Statute 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area Statute X 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving EO 52.229-12 Tax on Certain Foreign Procurements Statute 52.232-29 Terms for Financing of Commercial Products and Commercial Services Statute 52.232-30 Installment Payments of Commercial Products and Commercial Services Statute X 52.232-33 Payment by Electronic Funds Transfer System for Award Management Statute 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management Statute 52.232-36 Payment by Third Party Statute X 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Statute 52.232-90 Fast Payment Procedure Statute X 52.233-3 Protest After Award Statute X 52.233-4 Applicable Law for Breach of Contract Claim Statute X 52.240-91 Security Prohibitions and Exclusions Statute 52.240-91 with Alt I Security Prohibitions and Exclusions, with Alternate I Statute 52.240-92 Security Requirements Other 52.240-92 with Alt II Security Requirements with Alternate II Other 52.240-93 � Basic Safeguarding of Covered Contractor Information Systems � X 52.244-6 Subcontracts for Commercial Products and Commercial Services Statute 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Statute 52.247-64 with Alt I Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I Statute 52.247-64 with Alt II Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate II Statute Additional contract requirements or terms and conditions: 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.219-14 Limitations on Subcontracting (a)� This clause does not apply to the unrestricted portion of a partial set-aside. (b)� Definition.� Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that (1)� Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and (2)� Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. (c)� Applicability.� This clause applies only to (1)� Contracts that have been set aside for any of the small business concerns identified in� 19.000(a)(3); (2)� Part or parts of a� multiple-award contract� that have been set aside for any of the small business concerns identified in� 19.000(a)(3); (3)� Contracts that have been awarded on a sole-source basis in accordance with subparts� 19.8,� 19.13,� 19.14, and� 19.15; (4)� Orders expected to exceed the� simplified acquisition threshold� and that are (i)� Set aside for small business concerns under� multiple-award contracts, as described in� 8.405-5� and� 16.505(b)(2)(i)(F); or (ii)� Issued directly to small business concerns under� multiple-award contracts� as described in� 19.504(c)(1)(ii); (5)� Orders, regardless of dollar value, that are (i)� Set aside in accordance with subparts� 19.8,� 19.13,� 19.14, or� 19.15� under� multiple-award contracts, as described in� 8.405-5� and� 16.505(b)(2)(i)(F); or (ii)� Issued directly to concerns that qualify for the programs described in subparts� 19.8,� 19.13,� 19.14, or� 19.15� under� multiple-award contracts, as described in� 19.504(c)(1)(ii); and (6)� Contracts using the� HUBZone� price evaluation preference to award to a� HUBZone� small business concern unless the concern waived the evaluation preference. (d)� Independent contractors.� An independent contractor� shall� be considered a subcontractor. (e)� Limitations on subcontracting.� By submission of an� offer� and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for (1)� Services (except� construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and� supplies, the 50 percent limitation� shall� apply only to the service portion of the contract; (2)� Supplies� (other than� procurement� from a nonmanufacturer of such� supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both� supplies� and services, the 50 percent limitation� shall� apply only to the supply portion of the contract; (3)� General� construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or (4)� Construction� by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded. (f)� The Contractor� shall� comply with the limitations on subcontracting as follows: (1)� For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause � By the end of the base term of the contract and then by the end of each subsequent� option� period; or X� By the end of the performance period for each order issued under the contract. (2)� For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. (g)� A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (1)� In a joint venture comprised of a small business protégé and its mentor approved by the Small Business Administration, the small business protégé� shall� perform at least 40 percent of the work performed by the joint venture. Work performed by the small business protégé in the joint venture� must� be more than administrative functions. (2)� In an 8(a) joint venture, the 8(a) participant(s)� shall� perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture� must� be more than administrative functions. (End of clause) 852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items: VAAR Clauses are incorporated by reference as follows: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. (JAN 2023) (DEVIATION) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) VAAR Provisions are incorporated as follows: VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) RFO 52.252-1 Solicitation Provisions Incorporated by Reference The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at RFO 52.252-1, Solicitation Provisions Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following RFO provisions are to be incorporated by reference: Applicable (X) Number Title Source X 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Statute X 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation Statute X 52.204-7 System for Award Management Registration Statute 52.204-7 with Alt I System for Award Management Registration, with Alternate I Statute 52.204-90 Offeror Identification Statute 52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts) Statute 52.209-12 Certification Regarding Tax Matters Statute 52.219-2 Equal Low Bids Statute 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products E.O. 52.222-48 Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification Other 52.222-52 Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification Other 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan Statute 52.223-4 Recovered Material Certification Statute 52.225-2 Buy American Certificate Statute 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate Statute 52.225-6 Trade Agreements-Certificate Statute 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-Certification Statute 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Statute 52.226-3 Disaster or Emergency Area Representation Statute 52.229-11 Tax on Certain Foreign Procurements Notice and Representation Statute X 52.240-90 Security Prohibitions and Exclusions Representations and Certifications Statute 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, December 19th, 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/workspace/contract/opp/f915ed371cc04d9f8cc34d22391ecdf3/view)
 
Place of Performance
Address: VHA Health Eligibility Center 2957 Clairmont Road NE,, Atlanta, GA 30329, USA
Zip Code: 30329
Country: USA
 
Record
SN07659535-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.