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

65 -- PET Radiopharmaceuticals - Edward J. Hines VA Hospital

Notice Date
11/4/2025 10:58:22 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
36C25226Q0078
 
Response Due
11/14/2025 2:00:00 PM
 
Archive Date
11/19/2025
 
Point of Contact
Stacy Massey, Contracting Officer, Phone: 4148448400
 
E-Mail Address
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
 
Awardee
null
 
Description
36C25226Q0078 Effective Date: 03/15/2023 Revision: 01 This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested, and a separate written solicitation will not be issued. Solicitation number 36C25226Q0078 is issued as a request for quotation (RFQ) for Positron Emission Tomography (PET) imaging radiopharmaceuticals. This acquisition is not set aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. 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 Line Item Description Normal Dose Unit Est. Annual Qty 1 F-18 FDG 5 15 mCi Unit Dose 890 2 F-18 Sodium Fluoride (Skeletal Imaging) 10 mCi Unit Dose 30 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 52.225-6, Trade Agreements-Certificate (FEB 2021) 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 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 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 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) FAR 52.219-8, Utilization of Small Business Concerns (JAN 2025) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2025) FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) FAR 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) FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) FAR 52.222-54, Employment Eligibility Verification (JAN 2025) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) FAR 52.224-1, Privacy Act Notification (APR 1984) FAR 52.224-2, Privacy Act (APR 1984) FAR 52.224-3, Privacy Training (JAN 2017) FAR 52.225-5, Trade Agreements (NOV 2023) One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. FAR 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) FAR 52.229-3, Federal, State, and Local Taxes (FEB 2013) FAR 52.232-18, Availability of Funds (APR 1984) FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) FAR 52.233-3, Protest After Award (AUG 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (NOV 2021) 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 clause) Invoicing The Contractor will submit each invoice online, including all back-up data, to VA s Electronic Invoice Presentment and Payment System. The Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. Additional information can be found at http://www.fsc.va.gov/einvoice.asp. Protests Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. When preparing offers/quotes in response to this solicitation offerors shall refer to FAR 52.212-1 (Instructions to Offerors Commercial Items), and FAR 52.212-2 (Evaluation-Commercial Items). These sections contain specific instructions, guidance, format, and exact requirements for what constitutes a complete and responsive offer/quote. As specified in these sections an incomplete and/or non-responsive offer/quote shall not be considered for a contract award by the contracting officer. 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 a� 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 561621, 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 (NOTE: The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.) The� solicitation number; The name, address, and telephone number of the� quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the� statement of work. Completed Attachment 1: Price Cost Schedule Template and any discount terms; Relevant experience with similar contracts Evidence of Supplemental Insurance Copy of Radioactive materials License (RAM License) Completed FAR 52.225-6, Trade Agreement Certificate (if applicable); ""Remit to"" address, if different than mailing address; Acknowledgment Request for Quotation amendments; Business Associate Agreement (if applicable); Authorized distributor/reseller letter signed by the manufacturer, if applicable; Quotes must 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)� Multiple� Quotes.� Quoters� are encouraged to submit multiple� quotes� presenting 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. Each� quote� submitted will be evaluated separately. (f)� Late submissions, modifications, revisions, and withdrawals of� quotes. (1)� Quoters� are responsible for submitting� quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the� solicitation� by the time specified in the� solicitation. If no time is specified in the� solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that� quotes� or revisions are due. (2) Any� quote� received at the Government office designated in the solicitation after the exact time specified for receipt of� quotes� is ""late"" and may not be considered unless it is received before purchase order issuance and the� Contracting Officer� determines that accepting the late� quote� would not unduly delay the� acquisition. (3)� If an� emergency� or unanticipated event interrupts normal Government processes so that� quotes� cannot be received at the Government office designated for receipt of� quotes� by the exact time specified in the� Request for Quote, and urgent Government requirements preclude amendment of the� solicitation� or other notice of an extension of the closing date, the time specified for receipt of� quotes� will be deemed to be extended to the same time of� day� specified in the� solicitation� on the first work� day� on which normal Government processes resume. (g)� Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the� quoter s initial� quote� should� contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h)� Multiple awards. The Government� may� accept issue a purchase order for any item or group of items of a quotation, unless the� quoter� qualifies the� quotation� by specific limitations. Unless otherwise provided in the quotation,� offers� may� not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the� quoter� specifies otherwise in the� quote. (i)� Availability of requirements documents cited in the� solicitation. (1) (i)� The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at� https://assist.dla.mil. (ii)� If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this� solicitation, a copy of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained from the address in paragraph (i)(1)(i) of this provision. (2)� Most unclassified Defense specifications and standards� may� be downloaded from the ASSIST website at� https://assist.dla.mil. (3)� Defense documents not available from the ASSIST website� may� be requested from the Defense Standardization Program Office by (i)� Using the ASSIST feedback module (� https://assist.dla.mil/ feedback); or (ii)� Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at� assisthelp@dla.mil. (4)� Nongovernment (voluntary) standards� must� be obtained from the organization responsible for their preparation, publication, or maintenance. (j)� Unique entity identifier.(Applies to all� quotes� that exceed the� micro-purchase threshold, and� quotes� at or below the� micro-purchase threshold� if the� Request for Quote (RFQ)� requires the Contractor to be� registered in the System for Award Management (SAM).) The� quoter� shall� enter, in the block with its name and address on the cover page of its� offer, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� Quoter's name and address. The� Quoter� also� shall� enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� unique entity identifier. The suffix is assigned at the discretion of the� Quoter� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� Quoter� does not have a� unique entity identifier, it� should� contact the entity designated at� www.sam.gov� for� unique entity identifier� establishment directly to obtain one. The� Quoter� should� indicate that it is an� planning to submit a quote� for a Government Request for Quote (RFQ) when contacting the entity designated at� www.sam.gov� for establishing the� unique entity identifier. (End of provision) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. All quotes shall be sent to the Contracting Officer at Stacy.Massey@va.gov. Evaluation The award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on price and other factors resulting in a Contracting Officer s decision for the quote that is most favorable to the Government. The award will be made to the contractor whose response is most advantageous to the Government. Responses should contain your best terms and conditions. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum. The government is not required to select a response that exceeds the minimum. Responses may exceed requirements. Each response must at a minimum meet the solicitation requirement. The following provision is incorporated into 52.212-2 as an addendum to this solicitation: 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021) Basis for Award. Award will be made to the offeror whose quote is technically acceptable and offers the best value to the Government, considering technical capability, past performance, delivery reliability, and price. The following factors will be used to evaluate quotations: Technical capability, Delivery capability and reliability, Past performance, and 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 provide...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e8b3c4d1fb914240ae19b5c60eb413b8/view)
 
Place of Performance
Address: Department of Veterans Affairs Edward J. Hines, Jr. VA Hospital 5000 S. 5th Street, Hines, IL 60141-3030, USA
Zip Code: 60141-3030
Country: USA
 
Record
SN07635028-F 20251106/251104230036 (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.