Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2025 SAM #8748
SOLICITATION NOTICE

U -- Actionable-S1 | 554| New base+4 Art Music Therapy | Approved by VISN (VA-26-00011946)

Notice Date
11/6/2025 2:13:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25926Q0067
 
Response Due
11/20/2025 3:00:00 PM
 
Archive Date
12/05/2025
 
Point of Contact
Jeremy Ferrer, Contract Specialist, Phone: 7209006397
 
E-Mail Address
jeremy.ferrer@va.gov
(jeremy.ferrer@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C25926Q0067 Art Therapy Classes Service Base Year + 4 Option Years Small Business Set Aside This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm MT, 11/13/2025 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Jeremy.ferrer@va.gov no later than 4:00pm MT, 11/20/2025. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25926Q0067. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 effective 10/1/2025. The North American Industrial Classification System (NAICS) code for this procurement is 611710 with a small business size standard of $24.0 Million. This solicitation is a 100% set-aside for Small Businesses. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Base Year: Art Class Services To include: Jewelry Making Acrylic Painting Photography Ceramics Hand-built Pottery Drawing Watercolor Painting Fiber Arts Mixed Media Book Arts Leatherwork Woodworking 1 YR $ $ 1001 Option Year 1: Art Class Services To include: Jewelry Making Acrylic Painting Photography Ceramics Hand-built Pottery Drawing Watercolor Painting Fiber Arts Mixed Media Book Arts Leatherwork Woodworking 1 YR 2001 Option Year 2: Art Class Services To include: Jewelry Making Acrylic Painting Photography Ceramics Hand-built Pottery Drawing Watercolor Painting Fiber Arts Mixed Media Book Arts Leatherwork Woodworking 1 YR 3001 Option Year 3: Art Class Services To include: Jewelry Making Acrylic Painting Photography Ceramics Hand-built Pottery Drawing Watercolor Painting Fiber Arts Mixed Media Book Arts Leatherwork Woodworking 1 YR 4001 Option Year 4: Art Class Services To include: Jewelry Making Acrylic Painting Photography Ceramics Hand-built Pottery Drawing Watercolor Painting Fiber Arts Mixed Media Book Arts Leatherwork Woodworking 1 YR Grand Total $ Description of Requirements for the items/services to be acquired; Please see the attached Statement of Work for all performance details. Performance is to be completed at the Veterans Affairs Medical Center, located at VA Eastern Colorado Healthcare System, Valor Point 7350 W. Eastman Place Lakewood CO, 80027 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted services are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the Small Business Administration s certificate database (https://search.certifications.sba.gov/) at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) - Technical capability or quality of the service offered to meet the Government requirement; (II) - Past Performance; (III) Price Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Past Performance Offeror must provide at least three recent and relevant past performance references (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract). To be relevant, the effort must be similar in nature of work, size, magnitude, complexity, and scope of this procurement. Recent past performance is defined as not more than five years from the RFQ release date of this procurement. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the service offered to meet the Government requirement Factor 2. Past Performance Factor 3. 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 or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the service offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Past Performance: The Offeror shall be evaluated on performance of past contracts and how well the identified performance relates to the work being procured under the Statement of Work for this procurement. Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. 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. (End of Addendum to 52.212-2) 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025), applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Provisions to include as prescribed: 52.212-1, Instructions to Offerors Commercial Products and Commercial Services 52.212-2, Evaluation Commercial Products and Commercial Services Table 12-2 Provisions to include as prescribed. Check Mark (X) Number Title Source � 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Statute � 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation Statute � X 52.204-7 System for Award Management Registration Statute � 52.204-7 with Alt I System for Award Management Registration, with Alternate I Statute � 52.204-90 Offeror Identification Statute � 52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts) Statute � 52.209-12 Certification Regarding Tax Matters Statute � 52.219-2 Equal Low Bids Statute � 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products E.O. � 52.222-48 Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification Other � 52.222-52 Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification Other � 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan Statute � 52.223-4 Recovered Material Certification Statute � 52.225-2 Buy American Certificate Statute � 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate Statute � 52.225-6 Trade Agreements-Certificate Statute � 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-Certification Statute � 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Statute � 52.226-3 Disaster or Emergency Area Representation Statute � 52.229-11 Tax on Certain Foreign Procurements Notice and Representation Statute � 52.240-90 Security Prohibitions and Exclusions Representations and Certifications Statute Required Clauses: 52.212-4 Terms and Conditions Table 12-3 Clauses to include as prescribed. Check Mark (X) Number Title Source � 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Government Statute � 52.203-13 Contractor Code of Business Ethics and Conduct Statute � 52.203-17 Contractor Employee Whistleblower Rights Statute � 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Statute � 52.204-9 Personal Identity Verification of Contractor Personnel Other � 52.204-13 System for Award Management Maintenance Statute � 52.204-91 Contractor identification Other � X 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Statute � 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters Statute � 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Statute � 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns Statute � X 52.219-6 Notice of Total Small Business Set-Aside Statute � 52.219-6 with Alt I Notice of Total Small Business Set-Aside, with Alternate I Statute � 52.219-8 Utilization of Small Business Concerns Statute � 52.219-9 Small Business Subcontracting Plan Statute � 52.219-9 with Alt I Small Business Subcontracting Plan, with Alternate I Statute � 52.219-9 with Alt II Small Business Subcontracting Plan, with Alternate II Statute � 52.219-9 with Alt III Small Business Subcontracting Plan, with Alternate III Statute � 52.219-9 with Alt IV Small Business Subcontracting Plan, with Alternate IV Statute � 52.219-14 Limitations on Subcontracting Statute � 52.219-16 Liquidated Damages Subcontracting Plan Statute � 52.219-33 Nonmanufacturer Rule Statute � X 52.222-3 Convict Labor EO � X 52.222-19 Child Labor Cooperation with Authorities and Remedies EO � X 52.222-35 Equal Opportunity for Veterans Statute � 52.222-35 with Alt I Equal Opportunity for Veterans, with Alternate I Statute � X 52.222-36 Equal Opportunity for Workers with Disabilities Statute � 52.222-36 with Alt I Equal Opportunity for Workers with Disabilities, with Alternate I Statute � X 52.222-37 Employment Reports on Veterans Statute � X 52.222-40 Notification of Employee Rights Under the National Labor Relations Act EO � X 52.222-41 Service Contract Labor Standards Statute � X 52.222-42 Statement of Equivalent Rates for Federal Hires Statute � X 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) Statute � X 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment Statute � X 52.222-50 Combating Trafficking in Persons Statute � 52.222-50 with Alt I Combating Trafficking in Persons, with its Alternate I Statute � 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements Other � 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements Other � 52.222-54 Employment Eligibility Verification EO � 52.222-62 Paid Sick Leave Under Executive Order 13706 EO � 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items Statute � 52.223-9 with Alt I Estimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate I Statute � 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons Statute � 52.223-12 Maintenance Statute � 52.223-20 Aerosols Statute � 52.223-21 Foams Statute � 52.223-23 Sustainable Products and Services Statute � 52.224-3 Privacy Training Statute � 52.224-3 with Alt I Privacy Training, with Alternate I Statute � 52.225-1 Buy American-Supplies Statute � 52.225-1 with Alt I Buy American-Supplies, with Alternate I Statute � 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act Statute � 52.225-3 with Alt II Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate II Statute � 52.225-3 with Alt III Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate III Statute � 52.225-3 with Alt IV Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate IV Statute � 52.225-5 Trade Agreements Statute � 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States Other � 52.225-26 Contractors Performing Private Security Functions Outside the United States Statute � 52.226-4 Notice of Disaster or Emergency Area Set-Aside Statute � 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area Statute � 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving EO � 52.229-12 Tax on Certain Foreign Procurements Statute � 52.232-29 Terms for Financing of Commercial Products and Commercial Services Statute � 52.232-30 Installment Payments of Commercial Products and Commercial Services Statute � X 52.232-33 Payment by Electronic Funds Transfer System for Award Management Statute � 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management Statute � 52.232-36 Payment by Third Party Statute � 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Statute � 52.232-9X 52.232-9X, Fast Payment Procedure Statute � 52.233-3 Protest After Award Statute � 52.233-4 Applicable Law for Breach of Contract Claim Statute � 52.240-91 Security Prohibitions and Exclusions Statute � 52.240-91 with Alt I Security Prohibitions and Exclusions, with Alternate I Statute � 52.240-92 Security Requirements Other � 52.240-92 with Alt II Security Requirements with Alternate II Other � 52.240-93 � � � 52.244-6 Subcontracts for Commercial Products and Commercial Services Statute � 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Statute � 52.247-64 with Alt I Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I Statute � 52.247-64 with Alt II Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate II Statute Table 12-4 Provisions and clauses to include as needed. Check Mark (X) Part Provisions and clauses prescribed for use � 16 In certain contract types (see 12.104) � X 17 When including options � 27 When necessary to delineate rights in certain types of data (see 12.106) � 36 In construction contracts � 45 When the contractor will use Government property in performance of the contract Additional contract requirements or terms and conditions: 52.217-8 Option to Extend Services (NOV 1999) [use when options are included] The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) [use when options are included] (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) The Defense Priorities and Allocations System (DPAS) does not apply. DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determination 2015-5419 Revision Number 30 dated August 7, 2025, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to jeremy.ferrer@va.gov by 4:00pm MT, 11/20/2025. Name and email of the individual to contact for information regarding the solicitation: Jeremy Ferrer Jeremy.ferrer@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f3a825680d3c4091b73f436ee8311154/view)
 
Place of Performance
Address: Department of Veterans Affairs Eastern Colorado VA Healthcare System Rocky Mountain Regional VAMC 1700 N. Wheeling St., Aurora 80045, USA
Zip Code: 80045
Country: USA
 
Record
SN07636791-F 20251108/251106230038 (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.