SOLICITATION NOTICE
65 -- PET Radiopharmaceuticals - Hines VA Hospital
- Notice Date
- 10/15/2025 10:45:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25226Q0032
- Response Due
- 10/31/2025 2:00:00 PM
- Archive Date
- 11/05/2025
- Point of Contact
- Stacy Massey, Contracting Officer, Phone: 4148448400
- E-Mail Address
-
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 36C25226Q0032 Effective Date: 03/15/2023 Revision: 01 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 Deviations SEP 2025 (eff. 09/18/2025), VAAR DEVIATION APR 2025 (eff. 04/01/2025), VAAM Alert 24-10 (eff. 04/09/2024), Acquisition Policy Flash 25-30 (eff. 09/18/2025). This solicitation is set-aside for Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 325412, Pharmaceutical Preparation Manufacturing. The small business size standard of 1,250 employees. The FSC/PSCs 6505, Drugs and Pharmaceutical Products. The Department of Veterans Affairs, Network Contracting Office 12 (NCO 12), Veterans Integrated Services Network 12 (VISN 12), Edward J. Hines, Jr. VA Hospital, Nuclear Medicine Clinic, located at 5000 South 5th Street, Hines, IL 60141-3030, requires reliable supply of unit dose Positron Emission Tomography (PET) imaging radiopharmaceuticals to support diagnostic imaging for patient care. Due to the short half-life of PET radiopharmaceuticals local production and timely delivery are essential. A contract is anticipated to be awarded covering a 12-month base period with four 12-month option periods. The contractor will provide daily, as-needed deliveries of unit dose PET imaging radiopharmaceuticals to the Hines VA Hospital to support PET/CT nuclear medicine examinations. Deliveries will be based on patient scheduling and caseload. Routine deliveries will be required Monday through Friday between 7:00 a.m. and 2:30 p.m. Note that the facility will be closed on National Holidays. This requirement is for non-personal services. The contractor will be responsible for comprehensive management, oversight, supervision, labor, transportation, tools, materials, parts, other items, and the necessary support to perform all work, execute services, and complete all deliverables as specified in the Statement of Work. Interested contractors are invited to provide quotations for the following: Price/Cost Schedule & Item Information Complete Attachment 1: Price Cost Schedule Template Statement of Work/Description/Specifications OBJECTIVE: The Nuclear Medicine Clinic at Edward J. Hines, Jr. VA Hospital, located at 5000 South 5th Street, Hines, IL 60141-3030 (hereinafter referred to as VA), requires a reliable supply of unit dose Positron Emission Tomography (PET) imaging radiopharmaceuticals to support diagnostic imaging for patient care. Due to the short half-life of PET radiopharmaceuticals (typically less than 6 hours), local production and timely delivery are essential. There is currently no national VA contract for PET imaging agents, making this a facility-specific requirement. SCOPE: The contractor shall provide daily, as-needed deliveries of unit dose PET imaging radiopharmaceuticals to the Hines VA Hospital to support PET/CT nuclear medicine examinations. Deliveries will be based on patient scheduling and caseload. PLACE OF PERFORMANCE: Deliveries will be made to Nuclear Medicine Clinic at Edward J. Hines, Jr. VA Hospital, located at 5000 South 5th Street, Hines, IL 60141-3030. PERIOD OF PERFORMANCE: The expected period of performance for this acquisition is the following: Base Period: 12/01/2025 through 11/30/2026 Option Year One: 12/01/2026 through 11/30/2027 Option Year Two: 12/01/2027 through 11/30/2028 Option Year Three: 12/01/2028 through 11/30/2029 Option Year Four: 12/01/2029 through 11/30/2030 Option years may or may not be exercised based on the needs of (and at the discretion of) the Government. The contract is subject to the availability of VA funds. SPECIFIC TASKS: Routine Deliveries: Contractor shall provide multiple daily deliveries of PET imaging radiopharmaceuticals Monday through Friday, based on the hospital s patient schedule. No routine weekend deliveries are required. Proximity Requirement: Contractor should be located within approximately 30 miles of Hines VA Hospital to accommodate urgent delivery changes or schedule modifications. Delivery Reliability: Contractor shall provide data on delivery reliability (uptime), including any credits or refunds issued for missed or delayed deliveries. Federal Holidays currently observed by the facility are listed in the table below. New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth Independence Day June 19th Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Other Federal Holidays Any other day specifically declared to be a national holiday (per Federal Statute, Executive Order, or by the President s Proclamation). Labeling Requirements: The contractor shall label all delivered products with the unit and size of the radiopharmaceutical, time of preparation, patient s name (if available), expiration time, and date. Packaging Requirements: Items must be adequately packaged to prevent damage during handling and storage. All packaging and labeling must meet all federal and state regulations. Packaging of radioactive material must be clearly labeled ""RADIOACTIVE"" on the outside of the carton in which it is shipped. Inspection and Acceptance: Deliveries will be inspected upon receipt. The Radiation Safety Office will verify compliance with packaging and documentation requirements. Quality Control: The contractor shall perform periodic quality control testing as required by USP 825 and applicable federal and state regulations. Testing must be provided at no cost to the VA, and documentation must be available upon request. Replacement of Damaged or Incorrect Products: Any costs to replace damaged or incorrect products will be borne by the contractor. Replacements must be received within 48 hours of notification by the VA. Unused Dose Credit: The contractor will credit the VA for up to 5% of unused doses returned in unopened original packaging. Safety Data Sheets (SDS): The contractor should provide current Safety Data Sheets (SDS) and updates on all delivered products if requested. Regulatory Compliance: Contractors must comply with all Nuclear Regulatory Commission (NRC), Department of Transportation (DOT), Food and Drug Administration (FDA), USP 825 guidelines, and all other applicable agency rules and regulations. Licensing Requirements: The contractor shall be licensed by the State of Illinois. Additionally, contractors should be licensed by the Nuclear Regulatory Commission or the Illinois Emergency Management Agency (IEMA) and be regularly established in the business of providing radionuclides in Illinois. Contractors must provide copies of these licenses and certifications to the Contracting Officer in the process of responding to the RFQ. Sales Representative: Contractor shall assign a dedicated sales representative to coordinate with the hospital and ensure smooth communication and service delivery. Summary Reporting: The contractor will provide a weekly or monthly summary listing the quantity of unit doses delivered within 5 business days at the end of the billing period. Performance Monitoring: The VA will inspect each delivery. Packaging will be checked for compliance and contamination. Invoices will be matched to packing slips. The VA will notify the vendor if delivery times fall outside of the required schedule or if there are discrepancies between invoicing and actual deliveries. SPECIAL CONTRACT REQUIREMENTS: Risk Control: This contract involves the handling of radioactive materials regulated by the Nuclear Regulatory Commission (NRC) and the National Health Physics Program (NHPP). The vendor is responsible for the safe transportation and delivery of these materials from the centralized nuclear pharmacy to the facility, ensuring compliance with Department of Transportation (DOT) regulations. Identification and Badges: Any individual performing work under this contract shall wear a badge or other identification while on site that is clearly displayed at all times. Badges must have an identification picture, name of the individual and the represented company. While on site, any person performing work directly or indirectly must be able to specify their authorized purpose for their presence at the facility if such information is requested by VA facility personnel. Parking: It is the responsibility of the contractor to park in the appropriate designated parking areas, to avoid ticketing or towing (if/when on site at the facility). Information on parking is available from the facility if requested by the contractor. Contract Administration: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under the final contract when executed. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that will impact/change price, quantity, or quality of performance of this contract. In the event the Contractor makes any such change at the direction of any person other than the Contracting Officer, this change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. All changes to the contract will be made via an amendment and/or modification to the contract by the Contracting Officer in writing to the Contractor. Invoicing and Payment: Contractor is authorized prompt payment IAW applicable regulation following the successful performance of work, execution of services, and completion of required deliverables. Contractor invoices shall be submitted IAW VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Invoices submitted for payment must be detailed to the extent necessary to reflect the work done and the services performed during the time periods when completed so an accurate assessment can be made by the facility for certification of these invoices for payment. Advance payments are not authorized, and contractors are not authorized payment for planned or anticipated work not performed and/or for work that has not been successfully completed. Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrence. (c) Automobile liability: $200,000 per person; $500,000 per occurrence and $20,000 property damage. (d) The successful bidder must present to the Contracting Officer, prior to the award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. Option to Extend the Term of the Contract: The Government may extend the term of this contract by written notice to the Contractor; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Statement of Work/Description/Specifications) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identified and provide the appropriate information with its quotation or offer. The full text of FAR and VAAR provisions or clauses may be accessed electronically at: https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/vaar The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-7, System for Award Management (NOV 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.225-18, Place of Manufacture (AUG 2018) FAR 52.233-2, Service of Protest (SEPT 2006) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71, Alternate Protest Procedure (OCT 2018) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024)(DEVIATION FEB 2025) 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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. 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. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) 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. 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 FAR 52.212-4 FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR52.217-7, Option for Increased Quantity-Separately Priced Line Item (MAR 1989) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.224-1, Privacy Act Notification (APR 1984) FAR 52.224-2, Privacy Act (APR 1984) FAR 52.229-3, Federal, State, and Local Taxes (FEB 2013) FAR 52.232-18, Availability of Funds (APR 1984) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.211-76, Liquidated Damages-Reimbursement for Data Breach Costs Alternate II (FEB 2023) VAAR 852.222-71, Compliance with Executive Order 13899 (DEVIATION)(APR 2025) VAAR 852.223-71, Safety and Health (SEP 2019) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.237-74, Nondiscrimination in Service Delivery (OCT 2019) VAAR 852.237-75, Key Personal (OCT 2019) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247-72, Marking Deliverables (OCT 2018) End of Addendum to 52.212-4 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) (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: [ X ] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655). [ ] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509)). [ ] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [ X ] (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). [ X ] (5) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). [ ] (6) [Reserved]. [ ] (7) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111-117, section 743 of Div. C). [ ] (8) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111-117, section 743 of Div. C). [ X ] (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub L. 117-328). [ ] (10) 52.204 28, Federal Acquisition Supply Chain Security Act Orders Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts. (Dec 2023) ( Pub. L. 115 390, title II). [ ] (11) (i) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023) ( Pub. L. 115 390, title II). [ ] (ii) Alternate I (Dec 2023) of 52.204 30. [ X ] (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). [ ] (13) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313). [ ] (14) [Reserved]. [ ] (15) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (OCT 2022) (15 U.S.C. 657a). [ X ] (16) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [ ] (17) [Reserved] [ ] (18)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). [ ] (ii) Alternate I (MAR 2020) of 52.219-6. [ ] (19)(i) 52.219-7, Notice of Partial Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). [ ] (ii) Alternate I (MAR 2020) of 52.219-7. [ X ] (20) 52.219-8, Utilization of Small Business Concerns (JAN 2025) (15 U.S.C. 637(d)(2) and (3)). [ ] (21)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2025) (15 U.S.C. 637(d)(4)). [ ] (ii) Alternate I (NOV 2016) of 52.219-9. [ ] (iii) Alternate II (NOV 2016) of 52.219-9. [ ] (iv) Alternate III (JAN 2025) of 52.219-9. [ ] (v) Alternate IV (JAN 2025) of 52.219-9. [ ] (22)(i) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). [ ] (ii) Alternate I (MAR 2020) of 52.219-13 [ ] (23) 52.219-14, Limitations on Subcontracting (OCT 2022) (15 U.S.C. 637s). [ ] (24) 52.219-16, Liquidated Damages Subcontracting Plan (SEP 2021) (15 U.S.C. 637(d)(4)(F)(i)). [ ] (25) 52.219-27, Notice of Set-Aside for, or Sole Source to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) (15 U.S.C. 657f). [ X ] (26) (i) 52.219-28, PostAward Small Business Program Rerepresentation (JAN 2025) (15 U.S.C. 632(a)(2)). [ ] (ii) Alternate I (MAR 2020) of 52.219-28 [ ] (27) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (OCT 2022) (15 U.S.C. 637(m)) [ ] (28) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (OCT 2022) (15 U.S.C. 637(m)) [ ] (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). [ ] (30) 52.219-33, Nonmanufacturer Rule (SEP 2021) (15 U.S.C. 637(a)(17)). [ X ] (31) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). [ X ] (32) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2025)(E.O.13126) [ X ] (35)(i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). [ ] (ii) Alternate I (JUL 2014) of 52.222-35 [ X ] (36) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). [ ] (ii) Alternate I (JUL 2014) of 52.222-36 [ ] (37) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). [ X ] (38) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) [ X ] (39)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). [ ] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [ ] (40) 52.222-54, Employment Eligibility Verification (JAN 2025). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.) [ ] (41)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [ ] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [ ] (42) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (MAY 2024) ( 42 U.S.C. 7671, et seq.). [ ] (43) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (MAY 2024)(42 U.S.C. 7671, et seq.). [ ] (44) 52.223-20, Aerosols (MAY 2024) (42 U.S.C. 7671, et seq.). [ ] (45) 52.223-21, Foams (MAY 2024) ( 42 U.S.C. 7671, et seq.). [ X ] (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). [ ] (ii) Alternate I (JAN 2017) of 52.224-3. [ ] (48)(i) 52.225-1, Buy American--Supplies (OCT 2022) (41 U.S.C. chapter 83). [ ] (ii) Alternate I (OCT 2022) of 52.225-1. [ ] (49)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (NOV 2023) (19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [ ] (ii) Alternate I [Reserved]. [ ] (iii) Alternate II (JAN 2025) of 52.225-3. [ ] (iv) Alternate III (FEB 2024) of 52.225-3. [ ] (v) Alternate IV (OCT 2022) of 52.225-3 [ X ] (50) 52.225-5, Trade Agreements (NOV 2023) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [ X ] (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). [ ] (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note) [ ] (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150) [ ] (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150) [ X ] (55) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) ( E.O. 13513) [ ] (56) 52.229-12, Tax on Certain Foreign Procurements (FEB 2021) [ ] (57) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (NOV 2021) (41 U.S.C. 4505, 10 U.S.C. 3805). [ ] (58) 52.232-30, Installment Payments for Commercial Products and Commercial Services (NOV 2021) (41 U.S.C. 4505, 10 U.S.C. 3805. [ X ] (59) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332). [ ] (60) 52.232-34, Payment by Electronic Funds Transfer - Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). [ ] (61) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [ X ] (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.). [ ] (64) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(13)). [ ] (65)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (NOV 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). [ ] (ii) Alternate I (APR 2003) of 52.247-64. [ ] (iii) Alternate II (NOV 2021) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: [ ] (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [ ] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [ ] (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [ ] (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [ ] (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (MAY 2014) (41 U.S.C. chapter 67) [ ] (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (MAY 2014) (41 U.S.C. chapter 67). [ ] (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022). [ ] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706). [ ] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). (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. (1) 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 Entit...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/33fcef9c530c4915a8c956eab7b5588b/view)
- Place of Performance
- Address: Department of Veterans Affairs Edward J. Hines, Jr. VA Hospital 5000 South 5th Street, Hines, IL 60141-3030, USA
- Zip Code: 60141-3030
- Country: USA
- Zip Code: 60141-3030
- Record
- SN07619946-F 20251017/251015230041 (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 |