SOLICITATION NOTICE
Z -- Roof Repairs Main Campus
- Notice Date
- 7/2/2025 5:12:39 AM
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24825Q0922
- Response Due
- 7/7/2025 12:00:00 PM
- Archive Date
- 09/05/2025
- Point of Contact
- Walida Moore-Saintil, Contract Officer, Phone: 813-631-2856
- E-Mail Address
-
Walida.MooreSaintil@va.gov
(Walida.MooreSaintil@va.gov)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Services 2 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. The solicitation number is 36C24825Q0922 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, Effective 5/23/2025. This solicitation is for a 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB). To be considered as a Service-Disabled Veteran Owned Small Business (SDVOSB), prospective offerors shall be a verified SDVOSB in the Veteran Small Business Certification (VetCert) pages Veteran Small Business Certification. (VetCert)https://veterans.certify.sba.gov/ at the date and time set for receipt of offers. The associated North American Industrial Classification System (NAICS) code for this procurement is 238160 Roofing Contractors, with a small business size standard of $19.0 Million. The FSC/PSC is Z2DA - Repair or Alteration of Hospitals and Infirmaries. The James A. Haley Veterans Hospital (JAHVH) is seeking Roof Repairs to 19 different buildings on James A Haley VA Hospital Campus. All interested companies shall provide quotations for the following: Services ITEM NUMBER DESCRIPTION OF SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB __________________ __________________ Roof repairs to 19 different buildings on James A Haley VA Hospital Campus Contract Period: TBD POP Begin: TBD POP End: TBD PRINCIPAL NAICS CODE: 238160 Roofing Contractors PRODUCT/SERVICE CODE: Z2DA - Repair or Alteration of Hospitals and Infirmaries GRAND TOTAL __________________ Statement of Work (SOW) James A. Haley VA Healthcare System Flat Roof Cleaning, Restoration and Certification I. INTRODUCTION: The James A Haley Veterans Hospital (JAHVH) has identified leaks coming from the roof in multiple locations on multiple roofs. We will need to have these leaks addressed for repair. The Contractor shall furnish all labor, materials, travel, and equipment to provide Flat Roof and Low Slope Roof repairs on the following types of roofs tops (i.e. Protected Membrane Roofing - Cold Applied Membrane Waterproofing Systems/asphalt shingle, Terra Cotta) Other areas may need repairing of gutter systems, clearing of debris or general cleaning. Certification for the below identified locations to be covered in this Statement of Work. (SOW): The following areas/sections have been identified as roof leaks and/or areas that need gutter repairs, cleared of debris or cleaned James A Haley Veterans Hospital (JAHVH) 13000 Bruce B Downs, Tampa, FL 33612 Building 1 Existing flashing at flow through scupper turned loose allowing water intrusion into building and roof system. Low-cracked or separated sealant in pitch pan Existing sealant along the caulk tray of the counterflashing is deteriorated. Building 32 Existing pipe is rusted causing flashing to turn loose and allow water intrusion into roof system. Building 38 Open lap in parapet wall flashings. Low-cracked or separated sealant in pitch pan Allowing water intrusion into roof system. Low-cracked or separated sealant in pitch pan Allowing water intrusion into roof system. The existing pipe penetration flashing is deteriorated/improperly flashed and requires a new flashing. Low-cracked or separated sealant in pitch pan Allowing water intrusion into roof system. Building 30 Puncture(s) in roof membrane utters are physically damaged. Unsealed holes in stucco wall where equipment was removed allowing water intrusion. Bolts at fixed wall ladder have turned loose causing sealant to open and allow water behind wall flashings. Building 39 Existing pitch pans have sealant that has failed and allowing water intrusion and causing multiple leaks throughout facility. Caulk Failure Building 68 Flashing not adhered to substrate - loose flashing. Puncture(s) in roof membrane (TPO-PVC) Opening at sheet intersection at old failing repair. Building 36 Gutters leaking at seams. Building 42 Debris in gutter system Building 24 Deteriorated panel due to exposure to the elements. Building 77 Debris on roof Trailer 73 Opening at sheet intersection - ""T"" joint (EPDM) Trailer 75 Open void in coating at vent flashing. Trailer 76 Deteriorated sealant at the base of the fan curb Trailer 49 Existing sealant at exhaust vent base flashing starting to crack and tum loose. Trailer 82 Debris on roof Trailer 80 Metal siding damage caused by awning. Trailer 81 Existing fasteners at coping cap are backing out and causing coping cap to unsecure. Punctures in roof membrane caused by awning. Trailer 83 Existing fasteners at coping cap are backing out and causing coping cap to unsecure. The requirements above are hereafter referenced as Roof Repairs on Main Campus. The Contractor shall perform to the standards in this contract. This SOW requires the work to be performed by qualified Contract Professionals, and they will hereafter be referred to as Contractors. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved service personnel for each model the Contractor services at the James A Haley Veterans Hospital to the Contracting Officer and/or the COR within 10 days after contract award. Contractor shall make revisions to this documentation whenever service personnel are assigned or re-assigned to the James A Haley Veterans Hospital. The Contracting Officer or COR reserve the right to request authentication of factory training certificates or credentials from the Contractor at any time for any personnel who are servicing James A Haley Veterans Hospital equipment. The contractor will not require access to VA sensitive information, therefore the Certification and Accreditation (C&A) requirement in accordance with (IAW) VA Handbook 6500.6 Contract Security does not apply. All roof measurements/numbers are approximate and will be verified during the walk through by the contractor. Definitions/Acronyms/Abbreviations: Contracting Officer (CO) VA official with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. Contracting Officer's Representative (COR) VA official responsible for providing contract oversight and technical guidance to the Contracting Officer. Responsibilities include certification of invoices, placing orders for service, providing technical guidance, overseeing technical aspects of the contract. All administrative functions remain with the Contracting Officer. Contractor refers to both the prime Contractor and his/her employees, and any sub-contractor and their employees. E.O. Executive Order FSE Field service engineer Fixed-price contract- is a type of contract that provides for a price that is not subject to any adjustment on the basis of the contractor's cost experience in performing the contract. FAR, Federal Acquisition Regulation NICET National Institute for Certification in Engineering Technology National Fire Protection Association (NFPA) - is a United States trade association, albeit with some international members, that creates and maintains private, copyrighted standards and codes for usage and adoption by local governments. Out-Patient Clinic (OPC) - the part of our VA hospital system designed for the treatment of veteran s outpatients with health problems who visit the VA for diagnosis or treatment out in their local community. Preventative Maintenance (PM) Performance Work Statement (PWS) - is a statement of work for performance-based acquisitions that describes the required results in clear, specific and objective terms with measurable outcomes Quality Assurance Surveillance Plan (QASP) an organized written document used for quality assurance surveillance. The document contains specific methods for performing surveillance of the Contractors continuous performance. Quality Control and Quality Control Plan (QCP) Those actions taken by the Contractor to control the production of goods or services, so they will meet the requirements of the contract. Solar Reflectance Index (SRI) -- The measure of constructed surface's ability to reflect solar heat, as shown by a small temperature rise VAAR, Veteran Affairs Acquisition Regulation Weekends, Holidays, Evenings and Nights Hours WHEN References: E.O., 12902, 13514, 13693, 13834 FAR 23 & 36, Sustainable Acquisitions VAAR 823, Sustainable Acquisition Policy NFPA 10, Portable Fire Extinguisher NFPA 30, Flammable Combustible liquids NFPA 70E, Standard for Electrical Safety in the Workplace NFPA 99, Health Care Facilities Code, Latest Edition NFPA 101, Life Safety Code, Latest Edition NFPA 203, Guide on Roof Coverings and Roof Deck Constructions ASHRE, American Society of Heating, Refrigerating and Air-Conditioning Engineers Manual ICC, International Building Code, Latest Edition The Joint Commission Accreditation Manual for Hospitals, Latest Edition. OSHA Standard 29 CFR Part 1910, Subparts: D, H, I, J, K, L, P & Z. OSHA - Safety and Health Regulations for Construction Part 1926 Subpart E II. SCOPE The contractor shall provide all supervision, labor, material, and equipment necessary to perform the specified work requirements. The roofing contractor installing performing the repairs will also provide a one (1) year labor warranty for installation. The contractor will provide a detailed proposal outlining all steps needed to complete each part of the service, specific to this SOW and location. Roofing contractors will provide the COR with applicator certificates for the roofing product selected. A. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a Kickoff meeting or advised the contractor that a kickoff meeting is waived. B. PERIOD OF PERFORMANCE This shall be a firm-fixed price contract. Period of performance will be from the date of award through four (4) months. C. CHANGES TO THE STATEMENT OF WORK (SOW) Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a service folder with all other products of the services. Costs incurred by the contractor through the actions of parties other than CO shall be borne by the contractor. D. PERFORMANCE REQUIREMENTS: 1. Contractor shall provide the necessary personnel and equipment to meet or exceed required service. Contractor shall have the following responsibilities: Have technical training and evident track records of working experience in Maintenance and Testing of Roofing and related components in healthcare, industrial, educational, or commercial facilities for a minimum of five (5) years. Survey each Roof System Requirement, List building requirements with specific roof system restoration to be applied. (Alpha/numerically) Determine/Provide Federal/State/EPA requirements for construction processes and secure all required permits to complete all requirements described in this SOW. Permits shall be the sole responsibility of the Contractor and copies will be maintained on site. During the site walk if the contractor or COR annotate an area of concern, the membrane can be removed to inspect the roof deck. The new roof system will not be installed until the deck is properly inspected and/or repaired. Survey each roof deck and determine all systems that will be isolated, removed and re-installed. Examples: HVAC, power lines, conduit, condensate lines, fencing, security cameras, poles/brackets, roof stacks, vents and exhaust fans. The contractor shall work with the COR to annotate each building requirement during the site-walk. Seal all roof penetrations using applicable roof system applications. Examples: Rubber boots around stacks, sealants, membrane systems, flashing, etc., to ensure weather tight roofing envelope. Polyester fabric sheets shall be double or tripled up around penetrations, curbs, transitions, drains and equipment as required by roofing manufacture recommendations Ensure all flashing is secured to the building and sealed into the new roof seamless system. Rubber membranes will be applied 2-3 inches past the flashing termination to provide a self-flashing seam along the wall or parapet designs, where building design allows the application. Be responsible for delivery, off-loading and uncrating of all materials. All recyclable materials and debris shall be disposed of off-site. The contractor shall be responsible for inspecting shipments and replacing any damaged items during shipping. The COR shall also be made aware of issues and document discrepancies. If onsite recycling bins are available any materials will be coordinated with the COR prior to adding to any recycling bins or dumpsters. Determine power requirements for site work, while maintaining power at facilities to support 24/7 operations. Normal electrical power will be provided onsite as will water for pressure washing. Government Furnished Material (GFM). Any additional electrical loads will require the contractor to secure generators for supporting any excess power usage. This will be coordinated with the COR during the site walk. Any temporary shut-down of equipment will be coordinated with the COR prior to shutting down any systems. Provide safety plan for site specific roofing applications, Site Safety Officer, Weekly safety briefings, Ground Safety reviews daily--following OSHA-30 style self-inspections. The contractor shall follow Lock-Out Tag-Out procedures for all utility systems that require temporary shut-off. Site safety plans should be provided to the COR for review prior to Notice to Proceed (NTP). Safety plans should remain on site during all working hours for reference by the COR, site safety and employees. Provide as needed for each building specific site layout: temporary fencing, orange cones, safety delineators, tarps to collect debris, Construction Warning Signs, Work Area Keep Out, Flaggers, etc. The contractor should provide First-Aid kits and eye-wash bottles for employees. If the contractor uses generators or equipment requiring fuel, fire extinguishers will be readily available where the equipment is being utilized. Any forklifts used on site will have a contracted employee spot the movements around the construction site and wear applicable safety vests and provide overwatch for pedestrians and vehicles as the forklift is driven on Federal property. Provide, possess and utilize all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform all work safely, effectively, and timely. Tools, equipment, and PPE shall comply with OSHA Standard 29 CFR 1910 and NFPA 70E. Prior to initiating work, the Contractor shall provide documentation demonstrating that all instruments, test equipment, tools, and PPE possess current calibration and safety inspections. Dated calibration and safety inspection labels shall be visible on all equipment as applicable Be responsible for any injury to their employees as well as for any damages to personnel or Government property that occurs during the performance of this contract that is caused by the Contractor s fault or negligence. The Contractor Safety Officer and contractor employees shall conduct daily site clean-up and ground safety walks should be conducted by the GC Superintendent on site. The sites have constant vehicle traffic 24-hrs a day. Debris left onsite will pose a safety hazard and shall be addressed immediately to ensure the safety of site personnel. The COR will work with Contractor to ensure safety is paramount. Any materials brought onto Federal property must be approved and have SDS sheets on site for those products. The contractor will maintain a binder with SDS sheets on site at all times to verify what items are used and for safety reference. All contractor employees should have direct access to the binder to reference safety concerns. This binder is an inspection item if sites are visited by Environmental, OSHA or County inspectors. Provide product details/specifications, warranties and owner s manuals to the COR. The warranty will detail preventative maintenance requirements and checklist items required by the owner for the warranty period. The warranty will also explain the three (3) year manufacture representative clause for roof inspections. A copy of all materials will be provided to the COR; one (1) electronic copy and one (1) hard copy. Hard copy information shall be provided in a 3-ring binder format with tabs specific to the roofing systems, hatch safety rail, vents, walkway systems, product specifications and warranty type. 2. Contractor s Minimum Requirement The contractor shall provide a dedicated Account Manager to supervise all delivery of services per scope. The contractor shall always be escorted by a VA employee during Maintenance at all facilities. E. DELIVERABLES The Contractor shall perform the services necessary to complete the tasks in accordance with the procedures described in a timely and professional manner, consistent with industry standards, at the location, place and time that the VA has set aside, and all in accordance with the SOW.� Contactor shall provide a copy of the inspection document used (field report) on the day of each performed inspection. F. PERFORMANCE HOURS Normal workdays are Monday through Friday, First Shift: 7:00am to 3:30pm /Second Shift: 3:00pm to 11:30pm to include weekends and Federal Holidays. Contractor shall perform all work during first & second shifts to include weekends when possible but shall perform any work that will affect patient care systems during times that will be the least disruptive (WHEN hours) when required by the COR. Contractor shall remove all parts and debris daily from the JAHVH Campuses work site, and contractor is responsible for a complete daily clean-up and debris removals until inspections are completed. Contractor shall submit a daily report of progress on the service to the COR or authorized personnel. Government normal duty hours are from 0700-1630, Monday through Friday, excluding Federal holidays. There are ten Federal Holidays as follows: New Year s Day January 1 Martin Luther King Day 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 4 Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day November 11 Thanksgiving Day Last Thursday in November Christmas Day December 25 If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also, included would be any day specifically declared by the President of the United States of America as a National Holiday. All work that is to be completed during WHEN hours will be done at no extra cost to the government. (vii) Place of Performance/Place of Delivery James A. Haley Veterans Hospital (JAHVH) 13000 Bruce B. Downs Blvd. Tampa, FL 33612 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 (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified in this solicitation. Quotes shall be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show (1) The solicitation number. (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Quotation Amendments; (10) Past performance information will not be considered in simplified acquisition procurements. (11) Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during pre-award testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2) Any quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and may not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition. (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 Request for Quote, 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. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h) Multiple awards. The Government may accept issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the quotation, offers may not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil . (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by (i) Using the ASSIST feedback module (https://assist.dla.mil/feedback); or (ii) Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the Request for Quote (RFQ) requires the Contractor to be registered in the System for Award Management (SAM).) The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the Quoter's name and address. The Quoter also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Quoter does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Quoter should indicate that it is a planning to submit a quote for a Government Request for Quote (RFQ) when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) 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. 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 following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Jan 2025) The following subparagraphs of FAR 52.212-5 are applicable: 52.203 17 Contractor Employee Whistleblower Rights (NOV 2023) 52.204-7 System for Award Management (OCT 2018) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-17 Ownership or Control of� Offeror� (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-27 Prohibition on A Bytedance� Covered Application� (JUN� 2023) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns (SEP 2023) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (Nov 2023)) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (Jun 2020) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.232-18 Availability of Funds (Apr 1984) 52.233-4 Unenforceability of Unauthorized Obligations (Jun 2013) 52.247-21 Contractor Liability for Personal Injury and/or Property Damage (Apr 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) 852.209-70 Organizational Conflicts of Interest (OCT 2020) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Deviation) (JAN 2023) 852.215-71 Evaluation Factor Commitments (OCT 2019) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 ...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7aa85ffaf85f48a195bfbedbc43c3e32/view)
- Place of Performance
- Address: Department of Veterans Affairs James A Haley Veterans Hospital (JAHVH) FACILITIES MANAGEMENT SVC 13000 Bruce B. Downs Blvd., Tampa 33612
- Zip Code: 33612
- Zip Code: 33612
- Record
- SN07497336-F 20250704/250702230044 (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 |