SOLICITATION NOTICE
66 -- Histology Special Stainer Testing for the Buffalo VA Medical Center
- Notice Date
- 8/19/2025 1:26:58 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
- 36C24225Q0691
- Response Due
- 9/2/2025 6:00:00 AM
- Archive Date
- 11/01/2025
- Point of Contact
- Jonathan Kilgore, Contracting Officer, Phone: 973-676-1000
- E-Mail Address
-
jonathan.kilgore@va.gov
(jonathan.kilgore@va.gov)
- 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 2025-05. This solicitation is not set-aside and allows for Full and Open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees. The FSC/PSC is 6640 - Laboratory Equipment and Supplies. The Network Contracting Office 2, 130 W. Kingsbridge Road, Building 16, Bronx, NY 10468 is seeking to purchase Histology Special Stainer Testing for the Buffalo VA Medical Center. The per test price shall include costs covering equipment use, all reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of the contractor s equipment and necessary for the generation and reporting of a test result, all necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs) and training for Government personnel. Contractors are required to provide delivery, installation and removal of equipment at no additional charge. The Indefinite Delivery/Indefinite Quantity contract period of performance of the awarded contract shall run from October 1, 2025, through September 30, 2030. Base Period: October 1, 2025 September 30, 2026 Option Year 1: October 1, 2026 September 30, 2027 Option Year 2: October 1, 2027 September 30, 2028 Option Year 3: October 1, 2028 September 30, 2029 Option Year 4: October 1, 2029 September 30, 2030 For unit pricing purposes only, the Contractor s proposal shall consider the following annual need estimate of 1,035 special stainer tests each year for the Buffalo Laboratory. This is an annual estimate of the required special stainer tests for the Buffalo Laboratory. This annual estimated testing number is not a required minimum purchase. The Government is not obligated to purchase any minimum quantity of any items against the awarded Contract. The Guaranteed Minimum dollar amount to be executed between October 1, 2025 and September 30, 2026 is $30,000.00. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Base Year: Special Stainer Testing Cost Per Test 1,035 EA 1001 Option Year 1: Special Stainer Testing Cost Per Test 1,035 EA 2001 Option Year 2: Special Stainer Testing Cost Per Test 1,035 EA 3001 Option Year 3: Special Stainer Testing Cost Per Test 1,035 EA 4001 Option Year 4: Special Stainer Testing Cost Per Test 1,035 EA ______________________________________________________________________ Statement of Work Histology Special Stains Buffalo VA Medical Center Cost Per Test 1.1. SCOPE OF PROCUREMENT: 1.1.1. Histopathology is the microscopic study of diseased tissue. Accurate diagnosis of cancer and other diseases usually requires histopathological examination of patient tissue specimens. Special stains are an important tool for pathologists and many special stains are key to detecting and identifying pathogens while others are used to diagnose and monitor cancer. Common stains for identifying microorganisms include AFB, Gram, GMS, and Warthin Starry. The PAS Stain kit is used for demonstrating glycogen in the liver. 2.1. GENERAL DEFINITIONS: 2.1.1. Cost Per Test (CPT) - Contractors are required to provide a price for each test that can be performed on its equipment. The per test price shall include costs covering equipment use, all reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of the contractor s equipment and necessary for the generation and reporting of a test result, all necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs) and training for Government personnel. Contractors are required to provide delivery, installation and removal of equipment at no additional charge. 2.1.2. Acceptable CPT Pricing Model Per test result fixed pricing approaches include but are not limited to the following two models. 2.1.2.1. Matrices of all net prices inclusive of subject fixed and variable costs as indicated in the above definitions. 2.1.2.2. Pricing of subject fixed and variable costs broken down individually and subject to an acceptable calculation that would be applied, resulting in the net fixed price consistent with the requirement of the solicitation. 3.1. GENERAL REQUIREMENTS: The Contractor shall provide all upgrades to their equipment hardware and operating systems software at no additional charge to the Government. These enhancements to the Contractor s equipment shall be delivered to the Buffalo Laboratory and installed within thirty (30) days of their issuance or date of first commercial availability. One analyzer is required for the Buffalo Laboratory. The Contractor s equipment shall be made available in the same condition of production (as newly manufactured and remanufactured state-of-the-art equipment) as offered for a period of at least one (1) year after the date of contract award. The Contractor s equipment shall perform satisfactorily at any laboratory temperature between 50 and 90 degrees Fahrenheit and 10 and 32 degrees Celsius. 3.1.4. The Contractor s equipment shall perform satisfactorily at any laboratory relative humidity between 15 and 85 percent. An operator s manual shall be furnished with all supplied equipment. SCHEDULE OF SUPPLIES: 4.1.1. Special stain system instrument 4.1.2. Workstation with monitor Report printer Shipping and installation. All shipping shall be FOB Destination to the Buffalo Laboratory without any exceptions. Uninterruptible power supply 4.1.6. Service and warranty 4.1.7. The awarded contract shall include a minimum of the following stains listed below in Table 1. The Government shall reserve the right to add stains when required through a bilateral modification with the awarded Contractor. Table 1 Amyloid Stain, Congo Red Kit Iron Stain Alcian Blue PAS AB/PAS AB/PAS with alpha Amylase AB/PAS/Hematoxylin AFB, AFB Light Green AB PH 2.5 Colloidal Iron Elastic Stain Mucicarmine Kit MTR Masson s Trichrome Gram and Gram Yellow GMS Kit and GMS Eosin Giemsa Stain, Gomon s Blue, and Gomon s Green Trichrome Janner-Wright Giemsa Orcein PAS PAS with alpha amylase PAS-M H&E PAS Green PAS-M Light Green Reticulin/No Counterstain Reticulin-NFR Stain Kit Warthin Starry 5.1. INSTRUMENT SPECIFICATIONS: The ability to fully automate the special staining process which includes drying, deparaffinization through staining, and providing a finished slide. 5.1.2. A consistent quality of special stain results. 5.1.3. Individual slide heating which eliminates the need to batch tests. A minimum of forty-eight (48) slide capacity. Minimal maintenance, which consists of less than forty-five (45) minutes maintenance each day. Warthin Starry stain results within fifteen (15) minutes. The system shall be optimized for staining of multiple protocols at the same time. The flexibility to perform heated and non-heated stains in the same run and simultaneously process up to fourteen (14) different protocols. Provide prefilled barcode reagent cartridges minimizing exposure to hazardous reagents and providing automatic waste segregation of solvents, acids, and hazardous chemicals from aqueous waste. Benchtop dimensions not to exceed 24 inches H x 27.5inches D x 36 Wide. 6.1. COST PER TEST: 6.1.1. The cost per test price shall include costs covering the following: 6.1.1.1 equipment use. 6.1.1.2. all standards, controls, and related products. 6.1.1.3. shipping of products. 6.1.1.4. all necessary maintenance to keep the Contractor s equipment in proper operating condition (this element includes both preventative maintenance and emergency repairs). 6.1.1.5. Training for Government personnel. 6.1.1.6. The Contractor shall provide delivery, installation, and repair of their equipment at no additional charge. 7.1. SERVICE AND MAINTENANCE: The Contractor shall provide maintenance (labor and parts) to keep their equipment in proper operating condition and subject to security regulations. The Government shall provide the contractor access to their equipment for service. The Contractor shall provide regularly scheduled maintenance to assure the continued reliable operation of their equipment. These preventative maintenance visits shall be of a frequency that conforms to the manufacturer s operation and maintenance instructions for the supported equipment. However, intervals between scheduled maintenance services shall be the same as those provided to commercial customers for the same model of clinical laboratory equipment. Users shall perform daily routine maintenance and cleaning as required in the manufacturer s operation and maintenance instructions. Emergency Repair: Emergency repairs shall be performed after notification that the Contractor s equipment is inoperative. The Contractor shall provide the Government with a designated point of contact and shall make arrangements to enable the maintenance representative to receive such notifications. The Contractor shall perform emergency repair service within twenty-four (24) hours of notification of a malfunction. All parts and labor needed to repair the malfunction shall be provided by the Contractor. Travel, per diem, and other expenses associated with the repair will be borne by the contractor. The Contractor shall furnish a malfunction incident report to the Buffalo Laboratory upon completion of each maintenance call. The report shall include as a minimum the following information: 7.1.4.3.1. date and time notified. 7.1.4.3.2. date and time of arrival. 7.1.4.3.3. serial number and the type and model numbers of equipment 7.1.4.3.4. time spent on the repair 7.1.4.3.5. description of the malfunction and repair 7.1.4.3.6. proof of repair that includes documentation of a sample run of quality control verifying acceptable performance. 7.1.4.4. If an instrument remains inoperative due to a malfunction through no fault or negligence of the Government for a total of more than twenty-four hours, the contractor shall be assessed damages which will be applied to the invoice in the form of a credit or deduction, at the rate of 1/30 of the preceding average 3 month cost-per-test times the total number of days certified as downtime. In the event that there is no history of cost-per-test billings then the estimated volumes that were established and agreed to in the contract document (e.g. contract or order placed against the contract) will be used. Downtime for each incident shall start from the time the Government makes a bona fide attempt to contact the contractor's designated representative at the prearranged contact point until the machine is returned in good operating order. However, if the delivery/task order provides for emergency repair during normal business hours in lieu of twenty-four-hour service, the non-contracted maintenance (Emergency Repairs) days will not be included in the downtime calculation. 8.1. REPLACEMENT OF LABORATORY EQUIPMENT: During the contract period of performance should the repair record of any Contractor supplied equipment reflect a downtime of 10% or more of the normal working days in one calendar month a determination will be made by the Contracting Officer Representative (COR) representative to replace the initial equipment with new equipment. The Government shall maintain the equipment according to the manufacturer s specifications. The Contractor shall remove their equipment at the expiration of the awarded contract unless the Government opts to retain the equipment at a negotiated price with the Contractor. 9.1. TRAINING: 9.1.1. The Contractor at no additional charge to the Government shall provide training for two operating personnel at the time of installation of the contractor s equipment. In addition, the Contractor shall provide supplemental operating training to Government personnel without additional charge to the Government upon installation of any upgrade in equipment, and hardware or operating system software connected with the operation of an instrument already furnished. 9.1.2. At the Government's request, the contractor shall furnish training for additional personnel. The expenses associated with the training of additional personnel shall be borne by the Government. 9.1.3. Additionally, the contractor, at its discretion may make training available at its facility on terms and conditions mutually agreed upon by the agency and the contractor. 10.1. IMPLEMENTATION PLAN: 10.1.1. The Contractor shall provide with their proposal an implementation plan for installation of their equipment. The implementation plan must be submitted as a separate document detailing the timeline of events that shall occur during the ninety (90) day implementation period that begins on the award date. The Contractor s submitted plan shall not exceed ninety (90) from the award date for the transition of all requirements to include installation, training of personnel, transition of all testing materials, reagents and supplies, and performance of all correlation and validation studies. Failure of the Contractor to conform to the ninety (90) implementation period shall be considered sufficient reason to terminate the award for cause. At the end of the ninety (90) day implementation period, the awarded Contractor shall have full and sole responsibility for all requirements in the SOW. 10.1.1.1. Site preparation: 10.1.1.2. Site specifications will be ascertained through analysis of the published requirements in the manufacturer's literature. 10.1.1.3. The Government shall prepare the site at its own expense and in accordance with the specifications furnished by the contractor. 10.1.1.4. The contractor shall inspect the site on the date and time acceptable to using activity. The contractor shall report to the Government the inspection dates, any rejections, the reasons therefore and the final inspection and acceptance results. The results will be utilized to assure that the instrument would be in the appropriate environment for optimum use. 10.1.1.5. Any alterations or modification in site preparation that are attributable to incomplete or erroneous specifications provided by the contractor which would involve additional expense to the Government, shall be made at the expense of the contractor. 10.1.1.6. Any such site alterations or modifications as specified in Subparagraph 10.1.1.5. above which cause a delay in the installation date will also result in liquidated damages for equipment as specified in Paragraph 7.1. 11.1. INSTALLATION AND DELIVERY: 11.1.1. Installation: 11.1.1.1 Within 72 hours after the date of the analyzer's delivery to the installation site (delivery of the analyzer by the contractor is F.O.B. to the installation site within the Government facility), the contractor's representative shall satisfactorily perform (and complete) the installation/setup of the analyzer. Installation is required within 72 hours after site preparation has been completed in conformance with subparagraph 10.1.1.1. and mutual agreement has been reached as to site preparation acceptability. 11.1.1.2. Installation by the contractor's representative shall be complete, and in accordance with the manufacturer s installation and operation manuals/instructions, and shall include, as a minimum: 11.1.1.2.1. Unpacking the analyzer from the shipping crate. 11.1.1.2.2. Taking system component (and accessories) inventory and performing inspection to ensure that all required analyzer components are present, in working order, and undamaged. 11.1.1.2.3. Assembling the analyzer into its normal operational configuration; this includes making any required connections for electrical power, drain or vent lines, gas/compressed air, etc. and software installation (loading into computer based/controlled analyzers any operating/configuration software). 11.1.1.2.4. Performing a complete system operation check (including all system diagnostics, standardization/calibration of the analyzer, making any required electrical or mechanical adjustments, and performance of a trial sample run as required to verify quality control/system performance); and providing the operator training for two Government personnel at the time of installation. 11.1.1.3. Before leaving the installation site, the contractor's representative shall provide the Government with: 11.1.1.3.1. A certified copy verifying the analyzer's operation performance (the level of performance must be within the manufacturer's specifications for a new analyzer). 11.1.1.3.2. All required operating manuals, etc. (as specified in the General Requirements section of this contract). 11.1.1.3.3. A telephone number for the contractor's technical support/assistance department for the supported analyzer. 11.1.1.3.4. The performance period shall commence on the date of the installation by the contractor's representative. 11.1.2. Delivery: 11.1.2.1. Products ordered by the VA Western New York Healthcare System (WNYHS) shall be delivered within seven (7) calendar days after the Contractor receives the order. 11.1.2.2. The COR shall be informed if products are not available for shipment due to shipping problems or any other problems. 11.1.2.3. All products provided by the Contractor shall be of the highest quality ensuring sensitivity, specificity, and tested to assure precision and accuracy. The quality of the products shall be high enough to satisfy proficiency testing standards of the College of American Pathologists (CAP) and the Joint Commission Authority (JCA). 12.1. ORDERING: 12.1.1. VA Healthcare system will issue their unique purchase orders to the contractor. Delivery orders issued shall be identified by the awarded Contract number and the corresponding Purchase order number for the VA Healthcare system Laboratory. 12.1.2. Contractor must furnish a designated point of contact for placing orders. Orders shall be sent to the following address: 12.1.2.1. Department of Veterans Affairs Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 12.1.3. Upon receipt, the Government will inspect items for condition and working operation and acknowledge condition within 1 week of receipt. 12.1.4. Contractor must deliver all components for fully operational system. 12.1.5. All orders placed against this Contract shall be by authorized individuals within the scope of their authority as designated by the facility participating in this contract. 12.1.6. The Government estimates, but does not guarantee, the volume of purchases using this Contract. This Contract does not obligate funds. The Government is obligated only to the extent of authorized purchases made under the Contract. 12.1.7. Orders will be placed against this Contract using Electronic Data Interchange (EDI), FAX, paper, or oral communications. 12.1.8. Unless otherwise agreed to, all deliveries under this Contract must be accompanied by delivery tickets or sales slips that contain the following information as a minimum: 12.1.8.1 Contractor Name 12.1.8.2. Contract number, and any delivery/task order number assigned under that Contract 12.1.8.3. Date of purchase 12.1.8.4. Date of shipment 12.1.8.5. Description of each item, including (when applicable) model number and Special Item Number (SIN) 12.1.8.6. Quantity for each item in the order. 12.1.8.7. Unit price and extended (quantity x unit price) price for each item. 13.1. OWNERSHIP OF EQUIPMENT: 13.1.1. Title to equipment provided under the awarded contract shall remain with the Contractor. All accessories furnished by the Contractor shall accompany their equipment when their equipment is returned. 13.1.2. The Contractor upon contract expiration, replacement of their equipment, or contract termination shall remove their equipment. The Contractor shall disconnect their equipment and will be responsible for all packing and shipping required to remove their equipment within seven (7) calendar days. 14.1. DESIGNATION OF CONTRACT OFFICER REPRESENTATIVE (COR): 14.1.1. The COR shall be designated in writing. The COR shall furnish technical guidance and advice regarding the work being performed against the awarded contract. The COR is not authorized to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract, as these items are the responsibility of the Contracting Officer. 15.1. SCHEDULE OF TERMS: 15.1.1. The period of performance of the awarded contract shall run from October 1, 2025, through September 30, 2030. The awarded contract period of performance shall not exceed five years and six months. (End of Statement of Work) The contract period of performance is October 1, 2025 through September 30, 2030. Products ordered shall be delivered within seven (7) calendar days after the Contractor receives the order. Shipping is FOB Destination. Place of Performance/Place of Delivery Address: Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 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 be clearly 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 Contract. The Government may issue a contract 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 contract to other than the quoter with the lowest quoted price. (h)� Multiple awards. The Government� may issue a contract 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 contract 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 Acce...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7ae049aebc634bf180a58fe7de516e56/view)
- Place of Performance
- Address: Buffalo VA Medical Center 3495 Bailey Avenue, Buffalo 14215
- Zip Code: 14215
- Zip Code: 14215
- Record
- SN07557549-F 20250821/250819230052 (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 |