Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2025 SAM #8746
SOLICITATION NOTICE

41 -- Equipment - HVAC Filters for Batavia & Buffalo

Notice Date
11/4/2025 2:38:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24226Q0059
 
Response Due
11/13/2025 12:00:00 PM
 
Archive Date
02/20/2026
 
Point of Contact
Jonathan Kilgore, Contracting Officer, Phone: 973-676-1000
 
E-Mail Address
jonathan.kilgore@va.gov
(jonathan.kilgore@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
The purpose of this amendment is as follows: Address questions submitted by interested contractors. Revise the estimated period of performance timeline found within the solicitation and statement of work. The revised period of performance is Base Period: December 22, 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 This period of performance timeline is only an estimate. Final period of performance timeline will be based on actual contract award date. Include a revised statement of work dated 11/4/25. The previous SOW should be ignored. Include Attachment 0002 - WNY Filters Worksheet Add a deadline for the submission of questions from interested contractors. The deadline is than November 6, 2025 at 3:00 PM Eastern Standard Time. Extend the deadline for contractors to submit quotes. The revised deadline is November 13, 2025 at 3:00 PM Eastern Standard Time Below are the questions submitted by interested contractors and the corresponding answers: Question: Is there a basis of design or a reference to a particular brand, possible part numbers? Would a spreadsheet happen to be available? Answer: Please see the attached worksheet. Question: BAT F1 has a size of 24x12x12 but a description of a MERV 8 pleated filter. I suspect this is supposed to be a box filter of some type? Am I correct? Answer: This is a V Bank filter. BUF-A3 is a 19.5x43.5+2.875 HEPA filter. Do you have a mfgr Part #, model number and brand? Answer: Please see the attached worksheet. � Question: BUF-O1 is a 24x48x3 HEPA filter. Same question as the HEPA above? model number and brand? Answer: Please see the attached worksheet. Question: Please let me know if this current bid for Batavia VA and Buffalo VA Air Filters is open to small businesses and not just SDVOSB businesses. Answer: This requirement is set-aside for SDVOSB. Only responses from SBA certified SDVOSBs will be considered. Question: Please confirm that each price is to include freight. Answer: If a vendor charges for shipping those charges should be factored into the line items outlined in the solicitation. Question: Please confirm that it is stated somewhere in there that upon request by the Batavia or Buffalo VA the vendor shall provide an authorized representative to be on-site at their location within 48 hours or something along those lines to alleviate bidders from all over the country who are unable to service your needs in person as you require. Answer: Section XV of the SOW says, Should the VAMC experience issues with filter performance or requirement changes, the successful bidder shall have the ability to provide onsite representation that is well-versed in HVAC filter options and performance within 48 hours of receiving the request for assistance."" ____________________________________________________________________ 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 2025-06. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 333413 - Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing, with a small business size standard of 500 employees. The FSC/PSC is 4130 - Refrigeration and Air Conditioning Components. The Department of Veterans Affairs, Network Contracting Office 2, 130 West Kingsbridge Road, Bronx, NY 10468, is seeking to purchase Heating Ventilation and Air Conditioning (HVAC) filters for the Batavia and Buffalo VA Medical Centers. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Base Period Batavia HVAC Filters 1 LOT 0002 Base Period Buffalo HVAC Filters 1 LOT 0003 Option 1 Batavia HVAC Filters 1 LOT 0004 Option 1 Buffalo HVAC Filters 1 LOT 0005 Option 2 Batavia HVAC Filters 1 LOT 0006 Option 2 Buffalo HVAC Filters 1 LOT 0007 Option 3 Batavia HVAC Filters 1 LOT 0008 Option 3 Buffalo HVAC Filters 1 LOT 0009 Option 4 Batavia HVAC Filters 1 LOT 0010 Option 4 Buffalo HVAC Filters 1 LOT For full details of this requirement please see the Statement of Work attached to this solicitation notice on sam.gov. The Indefinite Delivery/Indefinite Quantity (IDIQ) contract period of performance shall include a nine (9) month base period and four (4) twelve (12) month Option years. The below period of performance timeline is only an estimate. Final period of performance timeline will be based on actual contract award date. Base Period: December 22, 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 Delivery shall be made in accordance with the delivery schedule included in the statement of work. Successful bidder shall be prepared to begin delivery within 30 days after receipt of order. For the first order after contract award the final delivery schedule will be determined once an award date is known. As an example, if contract award is made mid-December, an end of January delivery of February s filters would be expected. If contract award is made mid-January, an end of February delivery of March s filters would be expected. Delivery shall be FOB Destination. Place of Performance/Place of Delivery Batavia VA Medical Center 222 Richmond Avenue Batavia, NY 14020 And Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 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). (m) Debriefing. This requirement is being solicited using FAR Part 13 Simplified Acquisition Procedures. FAR Part 13 does not require formal detailed debriefings, and detailed debriefings are not provided for requirements solicited using these procedures. (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) 52.225-18 Place of Manufacture (AUG 2018) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (Jun 2020) 52.233-2 Service of Protest (Sep 2006) (a) Receipt from Jonathan Kilgore, Contracting Officer. 852.233-70 Protest Content/Alternative Dispute Resolution (Oct 2018) 852.233-71 Alternate Protest Procedure (Oct 2018) 852.239-75 Information and Communication Technology Accessibility Notice (Feb 2023) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) FAR 52.212-2 Evaluation-Commercial Products and Commercial Services ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting alternate quotations however 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. The evaluation will consider the following: Technical Capability: 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. As part of their quote quoters shall provide information on the estimated service life of the products being offered. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price.� For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line item numbers (CLINs), and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Authorized Distributor. If the vendor is not the original equipment manufacturer (OEM) for the proposed equipment/system, they shall be an authorized dealer, authorized distributor, or authorized reseller, verified by an authorization letter or other documents from the OEM. Quoters shall submit this documentation with their quote. Limitations on Subcontracting. All quoters shall submit a completed and signed Limitations on Subcontracting - Certificate of Compliance (Clause 852.219-76 on pages 11-14). The Government will not consider offers for award from offerors that do not provide the certification with their quotation, and all such responses will be deemed ineligible for evaluation and award. (End of Provision) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. Note: www.sam.gov registration is required to be completed at the time of submission of response. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) Addendum to 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.216-18 Ordering (Aug 2020) (a) December 22, 2025 through December 21, 2030 * These are estimated dates. Final dates will be based on date of contract award and will be stated in the contract. 52.216-19 Order Limitations (Oct 1995) (a) $20,000.00 (b)(1) $90,000.00 (b)(2) $90,000.00 (b)(3) seven days (d) seven days 52.216-22 Indefinite Quantity (Oct 1995) (d) February 19, 2031 * This is an estimated date. Final date will be based on date of contract award and will be stated in the contract. 52.217-6 Option for Increased Quantity (Mar 1989) 30 calendar days 52.217-7 Option for Increased Quantity Separately Priced Line Item (Mar 1989) 30 calendar days 52.217-8 Option to Extend Services (Nov 1999) 30 calendar days 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) 30 calendar days; 60 calendar days (c) five years 52.229-3 Federal, State, and Local Taxes (Feb 2013) 852.203-70 Commercial Advertising (May 2018) 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (Deviation) (Jan 2023) 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (Deviation) (Jan 2023) (a)Pursuant to� 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not� certified� SDVOSBs� listed in the SBA certification database� as set forth in� 852.219-73� or� certified� VOSBs� listed in the SBA certification database� as set forth in� 852.219-74. Any work that a similarly situated� certified SDBOSB/VOSB� subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ]� Manufacturer or producer.� The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ]� Nonmanufacturer.� The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii).The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating� 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c)The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: Printed Title of Signee: Signature: Date: Company Name and Address: (End of clause) 852.222-71 Compliance with Executive Order 13899 (Deviation) (Apr 2025) 852.232-72 Electronic Submission of Payment Requests (Nov 2018) 852.242-71 Administrative Contracting Officer (Oct 2020) 852.246-71 Rejected Goods (Oct 2018) 852.247-71 Delivery Location (Oct 2018) Batavia VA Medical Center 222 Richmond Avenue Batavia, NY 14020 And Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 852.247-73 Packing for Domestic Shipment (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Oct 2025) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in th...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4160d7491b0e471bb1a1612492817754/view)
 
Record
SN07634782-F 20251106/251104230034 (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.