Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2025 SAM #8696
SOLICITATION NOTICE

65 -- Surgical Booms and Exam Lights for the VA Salt Lake City Health Care System

Notice Date
9/15/2025 12:05:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0527
 
Response Due
9/24/2025 11:00:00 AM
 
Archive Date
10/24/2025
 
Point of Contact
John Cheng, Contracting Officer, Phone: 303-712-5776
 
E-Mail Address
John.Cheng2@va.gov
(John.Cheng2@va.gov)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: Surgical Booms and Exam Lights (RFQ # 36C25925Q0527) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * A Site Visit is Not Mandatory, but Highly Encouraged is scheduled for 2:00pm 4:00pm MDT on 9/17/2025 at the VA Salt Lake City (VASLC) in Salt Lake City, UT Address: VA George Whalen Salt Lake City VAMC 550 Foothill Blvd B6, Engineering Office Salt Lake City, UT 84148 Representatives must report to B6, Engineering Office by 2:00pm MDT on 9/17/2025 at the VA SLC. The POC is: Sunni Lavulavu, phone: (385) 354-8762, e-mail: Sungalu.lavulavu@va.gov * The deadline for all questions is 12:00pm MST, September 22, 2025. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to John.Cheng2@va.gov no later than 12:00pm MST, September 24, 2025. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25925Q0527. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 effective May 12, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 800 employees. This solicitation is Open Market Unrestricted. List of Line Items; Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Ceiling Mounted Surgical Booms 2 EA $ $ 0002 Surgical Lights for the Booms 2 SET 0003 Ceiling Mounted Exam Light with Articulating Arm 1 EA 0004 Ceiling Mounted Recessed Exam Lights 19 SET 0005 Installation services in accordance with the SOW 1 JB Grand Total $ Description of Requirements for the items to be acquired: *Buy American Vendors are strongly encouraged to include quotes with (all) products manufactured within the U.S. whenever possible although quotes with non-domestic products will not be excluded from the solicitation. Vendors are required to complete the FAR 52.225-2 Buy American Certificate below and include with their quote in order to verify the Country of Origin (COO) of products included in their quote. *FOB shall be destination *Freight shall be added to the price of CLINs 0001-0004 and not be its own line item *Cut sheets and specification sheets proving the offered product meets all testing specifications and salient characteristics shall be included with the quote *Quotes shall annotate the expected date of delivery to the specified location *Quotes shall be accompanied by an authorization letter consistent with the requirements of VAAR 852.212-71(c). *Failure to meet the salient characteristics below will result in the offeror s quote not being considered for award. *Failure to provide the required documents or information (information documents, quote with accurate costs, delivery lead time, Buy American certificate, and/or authorized distributor letter) by the quote deadline will result in the offeror s quote not being considered for award. Statement of Work (SOW): Background The VA Salt Lake City Health Care System (VA SLCHCS) is activating the new Emergency Department that consists of two(2) trauma, one(1) OBGYN, and nineteen(19) exam rooms. Each of the rooms have ceiling Skytron mounting structures installed in a different contract consisting of 2-Skytron Boom Mounting Structures one in each of the 2-trauma rooms, 1-Skytron Aurora 3 Light Mounting Structure in the 1-OBGYN room, and 19-Skytron Lucina 4 Lights Mounting/Housing Structures one in each of the 19-exam rooms. However, the VA SLCHCS requires an equipment order and installation surgical booms with integrated surgical lights and exam lights that meets the salient characteristics and are all compatible to the existing VA SLCHCS installed mounting structures. Location Department of Veterans Affairs VA Salt Lake City Health Care System 500 Foothill BLVD Salt Lake City, UT 84148 Period of Performance Days ARO Project Scope The contractor must deliver and install the following equipment in accordance with the salient characteristics: Project Installation Plan and Drawings: The contractor must provide to the Contracting Officer (CO) and the Contracting Officer s Representative (COR) the project installation plan and specific site drawings to review for validation. Equipment Deliverables: QTY: 2 EA Ceiling Mounted Surgical Booms (Skytron Freedom Booms (Model: F320 Series) or equal), one in each trauma room QTY: 2 SETS Surgical Lights that integrate to the Surgical Booms (Skytron Aurora Four (Model AUA55) or equal), one set on each surgical boom QTY: 1 EA Ceiling Mounted Exam Light with articulating arm (Skytron Aurora Astro (Model AUA3) or equivalent) for the one OBGYN exam room QTY: 19 SETS Ceiling Mounted Recessed Exam Lights (Skytron Lucina 4 (Model LCN4-PKG2) or equivalent) Installation Services: The contractor must coordinate with the COR to schedule the delivery and installation of the equipment to the VA SLCHCS emergency department that must meet the following requirements: Each boom mount must be tested by a certified technician prior to installation to ensure deflection does not exceed the specified threshold. A report validating a successful test for each mount location must be provided. Each surgical boom systems and the OBGYN ceiling mounted exam light system must undergo simulation loading and testing to ensure the solid construction and secure mounting structure of all components. The installation of all booms and related equipment must be completed by factory-trained, certified technicians to ensure proper setup, functionality, and compliance with safety standards. The installation of the 19 exam light sets (Lucina 4 or equivalent) must be fully recessed into the ceiling for a seamless design that integrates smoothly with the room s aesthetic and provides unobtrusive lighting. After installation, the contractor must clean up and dispose of debris and trash from the installation. The contractor must obtain approval from the COR to confirm acceptance and project completion. Installation and Manufacturer s Warranty Initial Purchase Service Support Warranty: The OEM warranty shall include a 12-Month Product warranty after the date of project completion to include maintenance support services both remote and onsite. When the VA submits a help ticket, the Contractor must respond within 24-hours. If it is determined that an onsite technician is required to troubleshoot the system, then the contractor must be able to provide an OEM trained and qualified technician within 48-hours. The OEM warranty shall cover replacement parts, spare bulbs, and accessory items for a period of 90-days from the date of project completion. The Contractor warrants that all installation services provided under this agreement will be free from defects in workmanship for a period of 12-months from the date of project completion. Salient Characteristics (Brand-name or equal): Surgical Booms (Skytron Freedom Booms Model: F320 Series) or equal (QTY: 2 EA) Movement and Positioning: Arm lengths work in tandem with upper arm assemblies, swinging freely without colliding off a single spindle. Includes Active Assist Positioning for automatic drift control, with an optional parking/hold button feature. Arms nest within the arm above, ensuring efficient movement and positioning. Boom arm assembly allows positioning of the equipment carrier anywhere around the table from the left to right shoulder areas. Load Management and Design: Max Fixture Weight: 1,188 lbs. Max Moment Load: 6,922 ft lbs Max Deflection: 16 degrees Must be compatible to the safely and securely mount on the existing ceiling installed Skytron Boom Mounting Structure Center-aligned design for balanced load carrying, with optional modular front shelf supports. Internal physical barrier between gases and electrical/communication outlets for safe utility management. Articulation and Rotation: Boom monitor arms accept displays up to 37 with 420-degree flat screen rotation. 360-degree rotation at all articulation points for booms, lights, and flat screens. Height and Reach: Minimum of 31 vertical travel for equipment and minimum of 46 for displays on height-adjustable arms. Maximum arm length of 115 for equipment arms. Configurations: One display arm, one arm for a compact center-aligned Vertical Utility Column, and dual light arms mounted on a single fixture hub/spindle. Active Assist smart positioning system for automatic positioning without user input. Heavy equipment arms with integrated automatic Soft Stop braking. The Equipment/Utilities Carrier must have a minimum of the following features: Carrier Dimensions: 56 H X 24 W X 29 D Electrical outlets: QTY: four(4) - 120V, 20A DUPLEX WHITE (For Communications w/ a separator plate) QTY: eight(8) - 120V, 20A DUPLEX RED Gas Faceplate Style: Chemetron Gas Outlets: QTY: four(4) Oxygen QTY: two(2) Medical Air QTY: four(4) Vacuum Equivalent Picture of the Surgical Boom, minus in the picture the 3rd Arm with a Monitor: Surgical Lights for the Booms (Skytron Aurora Four Model AUA55) or equal (QTY: 2 SETs) Focus, Adjustment & Durability: Dual Light configuration (QTY: 2 Light Fixtures) per set with each set including two separate articulating extension arms that integrate into the surgical booms above. Variable focus adjustment via sterile center focus handle. Combination of 35 variable focus LEDs and 12 fixed LEDs. Advanced reflective technology for enhanced illumination. Handle/camera cover at the center of each light head, easily removable for sterilization. CRI of 96, maximum intensity of 160,000 lux at 1 meter, and minimum LED life expectancy of 40,000 hours. Size and Spot: Diameter of 24 and a single spot size of 6.9 . Intensity and Control: Intensity control via sterile center focus handle. Two color temperatures: 4100K and 4500K. Five intensity levels plus an off setting, with a maximum intensity of 160,000 lux. Optional HD camera model available. Rotation and Movement: Infinite rotation at all points in the system. Light head vertical travel ranging from 110° (90° down and 20° up). Ceiling Mounted Exam Light with Articulating Arm (Skytron Aurora Astro Model AUA3) or equal (QTY: 1 EA) Focus, Adjustment & Durability: Single Light Head Configuration with Reflective LED technology for optimal illumination and shadow control. Minimum Color Rendering Index (CRI) of 97 and R9 value of 96. Depth of field of at least 46 . LED life expectancy of minimum of 40,000 hours. Size and Spot: Diameter of 17.5 and a Spot size of 7.2 . Intensity and Control: Light output of no less than 126,000 lux, with a variance of +/- 5K lux. Color temperature of 4141K. Rotation and Movement: Infinite rotation on all axes with no mechanical stops. QTY: one(1) - base horizontal rotation arm length minimum of 35.25 Ceiling Mounted Recessed Exam Light (Skytron Lucina Four Model LCN4-PKG2) or equal (QTY: 19 SETs) Focus, Adjustment & Durability: Dual Light Head Package (QTY: 2 Light Heads) compatible the Skytron Lucina 4 Lights Mounting/Housing Structures, when installed to the mounts is flush to the ceiling. LED strobe-guided positioning Remote controls for each package Designed for durability and reliable performance. Size and Spot: Lux intensity of 14,000 at 10 feet and 49,000 at 1 meter. Color temperature of 4500K. Intensity and Control: Minimum CRI of 97. Easy control via wall-mounted switches. Delivery and acceptance shall be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located: Department of Veterans Affairs VA Salt Lake City Health Care System 500 Foothill BLVD Salt Lake City, UT 84148 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.� No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.� All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.� Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be SBA certified and visible in the VA SBA Dynamic Small Business Search: https://dsbs.sba.gov at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) Price; (III) Delivery Lead Time; (IV) Buy American Certificate; and (V) Letter of Authorized Distributor (VAAR 852.212-71 (c), as applicable. Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III Delivery Lead Time The offeror shall state the required number of calendar days to deliver the item, to include installation, if applicable. Volume IV Buy American Certificate The offeror shall complete and submit the included 52.225-2 Buy American Certificate. Volume V Letter of Authorized Distributor If the offeror is not an OEM, then the offeror shall submit a verifying authorization letter or other documents from the OEM consistent with the requirements of VAAR 852.212-71(c). Verifying letter must be from the OEM. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Factor 3. Delivery Lead Time Factor 4. Submission of Buy American Certificate Factor 5. Submission of Authorized Distributor Letter Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. Factor 3. Delivery Lead Time: The Government will evaluate delivery lead time in addition to other evaluation factors specified above and select the quoter/offer whose bid is most advantageous to the Government. Factor 4. Submission of completed Buy American Certificate: The Government will evaluate the information provided in the completed Buy American Certificate for compliance with FAR Part 25. Priority may be given to products made in the US. Factor 5. Submission of Authorized Distributor Letter: Vendor eligibility will be determined in addition to other evaluation factors above by the submission of a proper OEM letter (see VAAR 852.212-71(c)) from the manufacturer of the products included in the quote. **The Government may consider an award to other than the lowest priced quoter/offeror if it s in the best interest of the Government.** (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025), applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-8 Annual Representations and Certifications (JAN 2025) (DEVIATION FEB 2025) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (JAN 2025) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025) FAR 52.213-4 Terms and Conditions Simplified Acquisitions (Other Than Commercial Products and Commercial Services) (JAN 2025) (DEVIATION FEB 2025) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-8 Utilization of Small Business Concerns (JAN 2025) FAR 52.219-28 Post Award Small Business Program Representation (JAN 2025) FAR 52.219-33 Nonmanufacturer Rule (SEP 2021) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-11 Subcontracts (Labor Standards) (MAY 2014) (DEVIATION FEB 2025) FAR 52.222-12 Contract Termination Debarment (MAY 2014) (DEVIATION FEB 2025) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2025) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (NOV 2021) FAR 52.223-1 Biobased Product Certification (MAY 2024) (DEVIATION FEB 2025) FAR 52.223-2 Reporting of Biobased Products Under Service and Construction Contracts (MAY 2024) (DEVIATION FEB 2025) FAR 52.223-10 Waste Reduction Program (MAY 2024) (DEVIATION FEB 2025) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.223-23 Sustainable Products and Services (MAY 2024) (DEVIATION FEB 2025) FAR 52.225-1 Buy American Supplies (OCT 2022) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.229-12 Tax on Certain Foreign Procurements (FEB 2021) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) FAR 52.244-6 Subcontracts for Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) Additional contract requirements or terms and conditions: 52.217-6 Option for Increased Quantity (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Office may exercise the option by written notice to the Contractor prior to receipt of all items. Delivery of the added items shall continue at the same rate as the like items called for under the contract unless the parties otherwise agree. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.225-1 Buy American Supplies (OCT 2022) Definitions. As used in this clause Commercially available off-the-shelf (COTS) item (1) Means any item of supply (including construction material) that is A commercial product (as defined in paragraph (1) of the definition of commercial product at Federal Acquisition Regulation (FAR) 2.101; Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. Component means an article, material, or supply incorporated directly into an end product. Cost of components means For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. Critical component means a component that is mined, produced, or manufactured in the United States and deemed critical to the U.S. supply chain. The list of critical components is at FAR 25.105. Domestic end product means For an end product that does not consist wholly or predominantly of iron or steel or a combination of both An unmanufactured end product mined or produced in the United States; An end product manufactured in the United States, if The cost of its components mined, produced, or manufactured in the United States exceeds 60 percent of the cost of all its components, except that the percentage will be 65 percent for items delivered in calendar years 2024 through 2028 and 75 percent for items delivered starting in calendar year 2029. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Components of unknown origin are treated as foreign. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or The end product is a COTS item; or (2) For an end product that consists wholly or predominantly of iron or steel or a combination of both, an end product manufactured in the United States, if the cost of foreign iron and steel constitutes less than 5 percent of the cost of all the components used in the end product. The cost of foreign iron and steel includes but is not limited to the cost of foreign iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the end product and a good faith estimate ofthe cost of all foreign iron or steel components excluding COTS fasteners. Iron or steel components of unknown origin are treated as foreign. If the end product contains multiple components, the cost of all the materials used in such end product is calculated in accordance with the definition of cost of components . End product means those articles, materials, and supplies to be acquired under the contract for public use. Fastener means a hardware device that mechanically joins or affixes two or more objects together. Examples of fasteners are nuts, bolts, pins, rivets, nails, clips, and screws. Foreign end product means an end product other than a domestic end product. Foreign iron and steel means iron or steel products not produced in the United States. Produced in the United States means that all manufacturing processes of the iron or steel must take place in the United States, from the initial melting stage through the application of coatings, except metallurgical processes involving refinement of steel additives. The origin of the elements of the iron or steel is not relevant to the determination of whether it is domestic or foreign. Predominantly of iron or steel or a combination of both means that the cost of the iron and steel content exceeds 50 percent of the total cost of all its components. The cost of iron and steel is the cost of the iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the product and a good faith estimate of the cost of iron or steel components excluding COTS fasteners. Steel means an alloy that includes at least 50 percent iron, between 0.02 and 2 percent carbon, and may include other elements. United States means the 50 States, the District of Columbia, and outlying areas. (b) 41 U.S.C. chapter 83, Buy American, provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 1907, the domestic conte...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d1c8181a75ae4bbabd1485739376a8d3/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Salt Lake City Health Care System George E. Wahlen VA Medical Center 500 Foothill BLVD, Salt Lake City, UT 84148, USA
Zip Code: 84148
Country: USA
 
Record
SN07591340-F 20250917/250915230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.