SOLICITATION NOTICE
66 -- Biotek Synergy Microplate/Nonodrop One Spectrophotometer for Buffalo VA Medical Center
- Notice Date
- 8/5/2025 12:14:16 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24225Q0937
- Response Due
- 8/11/2025 6:00:00 AM
- Archive Date
- 09/10/2025
- Point of Contact
- Jonathan Kilgore, Contracting Officer, Phone: 973-676-1000
- E-Mail Address
-
jonathan.kilgore@va.gov
(jonathan.kilgore@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 2025-04. This solicitation is set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing . The FSC/PSC is 6640 Laboratory Equipment and Supplies The Network Contracting Office 02, 130 West Kingsbridge Road, Bronx, NY 10468, is seeking to purchase One (1) Agilent BioTek Synergy HTX MultiMode Reader or equivalent and one (1) Thermo Scientific NanoDrop One Microvolume UV-Vis Spectrophotometer or equivalent for the Buffalo VA Medical Center. Note that this is a brand name or equal requirement. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Agilent BioTek Synergy HTX Multi-Mode Microplate Reader (or equivalent), Model: S1LFA, Includes: Absorbance; Luminescence; Fluorescence (Top/Bottom); Alpha; Incubation; Shaking, Compatibility: BioStack and Third Party Automation Compatible, Detector Type: Photodiode, PMT, Plate Type: 6- to 384-well plates 1 EA 0002 Thermo Scientific NanoDrop One Microvolume UV-Vis Spectrophotometer (or equivalent), Includes: PR-1 pedestal conditioning solution, PV-1 performance verification solution, USB memory device, Microfiber screen wipe, USA Power Cable, Warranty: 2 Years 1 EA Pricing should be all inclusive, including all materials and shipping and handling. ______________________________________________________________________ STATEMENT OF WORK (SOW) 1. Technical Point of Contact Name: Cynthia Tatta Section: Research S/L Address: 3495 Bailey Avenue Buffalo, NY 14215 Phone Number: 716-862-6524 Fax Number: 716-862-6526 E-Mail Address: Cynthia.tatta@va.gov 2. Contract Title: Agilent BioTek Synergy HTX Multi-Mode Microplate Reader and Thermo Scientific NanoDrop One Microvolume UV-Vis Spectrophotometer 3. Background. This effort is required to accomplish Specific Aims of a VA Merit Award (BLRD) to the Principal Investigator (Zhen Yan, PhD). The Agilent BioTek Synergy HTX multimode reader combines versatility and performance for many key end point and kinetic applications with UV-Vis absorbance and filter-based fluorescence and luminescence, including Protein quantification, Enzyme kinetics, ELISAs, Cytotoxicity, Cell proliferation, Drug absorption and metabolism. The Thermo Scientific NanoDrop One Microvolume UV-Vis Spectrophotometer is a high-performing and popular instrument designed for determining the average concentration of DNA or RNA in a sample. It uses the optical technology, UV-Vis measurement, to accurately quantify the amount of nucleic acids in a sample. Without these instruments, it is impossible to compare differential expression of proteins and nucleic acids (RNA & DNA) in diseased brain samples. 4. Scope. The scope of work is the delivery of the instruments with training on their usage provided by the seller. The instruments will be located in Building 20, Rm 231 of the Western New York VA Research Facility. The work will be performed in Dr. Yan s laboratory. Other labs can also share the instruments. 5. Specific Tasks. It is expected that instruments will be delivered and training provided. 5.1 Task 1 - Enterprise Management Controls. 5.1.1 Subtask 1 Installation of Equipment. The Contractor will travel to the VA WNYHCS to install the instruments and provide on-site training. It is estimated that the device will be installed and adjusted within the same day. It is expected that the system will provide the full expected technical capacity when evaluated under actual conditions presented by the users; this will provide the essential quality assurance for the device in this SOW. 6. Performance Monitoring The Principal Investigator will continuously measure performance of the instrument. Changes in functionality will be communicated to the contractor by Dr. Yan on an as-needed basis. 7. Security Requirements The Contractor will not require access to VA patient records, patient data, or VA computer systems. The Contractor will not need to enter the VA hospital to install the equipment. The equipment computer will NOT be connected to the VA internet in VA WNY Building 20. It will be a stand-alone device. It will be housed in Room 231 in Building 20 of the VA WNY Research Service. The Contractor will not require access to any sensitive research information as well. Given the above, there is a perceived minimal risk regarding patient or information security. 8. Other Pertinent Information or Special Considerations. a. Packaging, Packing and Shipping Instructions. The Contractor must provide shipping container for the equipment which is appropriate to its transport, arrival, movement in the VA WNY system, and protection during unpacking in order to assure that there is no damage to the instrument physically or functionally. 9. Place of Performance. Work will be performed at the VA Western NY Healthcare System, Building 20. The instrumentation will be installed in Rm 231 of Building 20 (Dr. Yan s laboratory). Shipping of the instrument, insurance of the instrument during shipping, Contractor travel and lodging needed for the installation and education are all expected to be part of the single contract price. 10. Period of Performance. Shipping and installation of equipment shall occur within 30 days after receipt of order (ARO). During this time the contractor should also plan with the VA POC for installation of equipment as well as training. 13. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days ARO 1 Agilent BioTek Synergy HTX Multi-Mode Microplate Reader and Thermo Scientific NanoDrop One Microvolume UV-Vis Spectrophotometer Contractor-determined format Standard Distribution* n/a * Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Technical Point of Contact shall be emailed. (End of Statement of Work) Salient Characteristics Agilent BioTek Synergy HTX Multi-Mode Microplate Reader and Thermo Scientific NanoDrop One Microvolume UV-Vis Spectrophotometer System Description The Agilent BioTek Synergy HTX Multi-Mode Microplate Reader is specifically designed to use UV-Vis absorbance and filter-based fluorescence and luminescence for many key end point and kinetic applications, including Protein quantification, Nucleic acid quantification, Enzyme kinetics, ELISAs, Cell proliferation, Cytotoxicity, Drug absorption and metabolism. The compact system has a unique dual-optics design: a xenon flash lamp and monochromator enable filter-free, 200 to 999 nm wavelength selection for absorbance measurements, and a tungsten halogen lamp plus interference filters provide excellent sensitivity for fluorescence detection. Synergy HTX also features the Agilent BioTek unique 4-Zone incubation to 50 ºC, dual reagent injectors, plus linear and orbital shaking to meet a wide variety of assay requirements in 6- to 384-well microplates. Synergy HTX is controlled by the easyto-use, yet powerful Agilent BioTek Gen5 microplate reader and imager software for data collection, analysis, exporting and reporting. For increased workflow automation and throughput, the Agilent BioTek BioStack microplate stacker can be easily connected to Synergy HTX to automatically process up to 50 microplates at a time. For convenience, versatility and affordability, Synergy HTX is the ideal multimode microplate reader. The Thermo Scientific NanoDrop One Microvolume UV-Vis Spectrophotometer is a high-performing and popular instrument designed for determining the average concentration of DNA or RNA in a sample. It uses the optical technology, UV-Vis measurement, to accurately quantify the amount of nucleic acids in a sample. These instruments shall be delivered and installed at the VA Western NY Medical Center Research Service. Specifications The vendor shall supply instrumentation that meets or exceeds the following specifications: Agilent BioTek Synergy HTX Multi-Mode Microplate Reader Monochromator-based UV-Vis absorbance and filter-based fluorescence detection for flexibility and performance 2 L low volume nucleic acid quantification with Take3 and Take3 Trio plates Cell friendly orbital shaking and advanced incubator design to 50 ºC with Condensation Control to minimize plate lid condensation Dual reagent injectors for inject/read applications, such as enzyme kinetics and Dual-Luciferase Reporter assays Alpha assay capable Modular and upgradable Powerful Gen5 microplate reader and imager software for reader control and all data reduction needs Compatible with the BioStack microplate stacker and 3rd party automation NanoDrop One Microvolume UV-Vis Spectrophotometer include the NanoDrop One/OneC� Spectrophotometer for convenient, single-sample microvolume analysis It is simple no sample preparation, dyes, or standards are required Can provide direct measurements of purity ratios A260/280 and A260/230 Can provide information on contaminants: can identify non-nucleic acid contamination in samples (proteins, phenol, guanidine salts) as well as mammalian DNA/RNA contamination and provide corrected concentrations (End of Salient Characteristics) Delivery shall be provided no later than 30 days after receipt of order (ARO). Delivery shall be FOB Destination. Place of Performance/Place of Delivery Address: Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY Postal Code: 14215 Country: UNITED STATES 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 The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1� Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (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 an� 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� may� 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 30 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 preaward testing. (e)� Alternate� Quotes.� The Government is not requesting alternate quotations, however, quoters may present 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. Any exceptions taken by the quoter must clearly be identified in writing. (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 an� 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) ADDENDUM to 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 for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52. 204-7 System for Award Management (Nov 2024) 52. 204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (Dec 2023) 852.239-75 Information and Communication Technology Accessibility Notice (Feb 2023) FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021) ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical or Quality Price 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 alternate quotations; however, the offeror may present 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. Any exceptions taken by the offeror must be clearly identified in writing. The evaluation will consider the following: Technical or Quality: 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. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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. Note: www.sam.gov registration is required to be completed at the time of submission of response. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) Addendum to 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) Clauses 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 852.203-70 Commercial Advertising (May 2018) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Deviation) (Jan 2023) 852.215-71 Evaluation Factor Commitments (Oct 2018) 852.232-72 Electronic Submission of Payment Requests (Nov 2018) 852.242-71 Administrative Contracting Officer (Oct 2020) 852.246-71 Rejected Goods (Oct 2018) 852.247-71 Delivery Location (Oct 2018) Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 852.247-73 Packing for Domestic Shipment (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Jan 2025) (Deviation Jul 2025) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (4) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community see FAR 3.900(a). (5) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub L. 117-328). (11) (i) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023) (� Pub. L. 115 390, title II). (12) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025) (31 U.S.C. 6101 note). (18)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). (26) (i) 52.219-28, PostAward Small Business Program Rerepresentation (JAN 2025) (15 U.S.C. 632(a)(2)). (32) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2025)(E.O.13126) (36) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (39)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). (46) 52.223-23, Sustainable Products and Services� (May� 2024)� [(DEVIATION FEB 2025)](7 U.S.C. 8102,� 42 U.S.C. 6962,� 42 U.S.C. 8259b, and� 42 U.S.C. 7671l) (48)(i) 52.225-1, Buy American--Supplies (OCT 2022) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O .s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (55) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving� (May� 2024)� (� E.O. 13513) (59) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332). (63) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records - Negotiation. The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial products and commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509). (ii) 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712) (iii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iv) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (v) 52.204-25, Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (vi) 52.204-27, Prohibition on a ByteDance Covered Application. (JUN 2023) (Section 102 of Division R of Pub L. 117-328). (vii) (A) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023) (� Pub. L. 115 390...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4b453c422a744cddaf44245c40b5384e/view)
- Place of Performance
- Address: Buffalo VA Medical Center 3495 Bailey Avenue, Buffalo 14215
- Zip Code: 14215
- Zip Code: 14215
- Record
- SN07537527-F 20250807/250805230051 (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 |