Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2025 SAM #8647
SOLICITATION NOTICE

R -- Courier Service VISN22 West Sites

Notice Date
7/28/2025 11:56:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q0935
 
Response Due
8/14/2025 10:00:00 AM
 
Archive Date
10/13/2025
 
Point of Contact
Clift Domen, Contract Specialist, Phone: 562-766-2241
 
E-Mail Address
Clift.Domen@va.gov
(Clift.Domen@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C26225Q0935 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2025-04, June 11th, 2025. (iv) This solicitation intends to award a contract through competition set-aside to SDVOSB businesses associated with NAICS North American Industrial Classification System Code 492110 with a size standard of 1,500 employees. (v) See Attachment A Price Schedule for a list of line-item numbers, routes, and quantities. (vi) The Department of Veterans Affairs (VA) seeks to make an Indefinite-Delivery Indefinite-Quantity contract for courier services. See Attachment A Price Schedule and Attachment B - Statement of Work for a listing of route requirements and for a listing of Minimum Requirements (Salient Characteristics) and other requirements. Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The technical specifications for this requirement are listed in Attachment B Statement of Work. The information provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the requested system that conforms to all requirements. SOLICITATION / CONTRACT ADMINISTRATION DATA SECTION A GENERAL TERMS A.1 SOLICITATION / CONTRACT ADMINISTRATION DATA IDIQ ADMINISTRATION: All IDIQ administration matters shall be handled by the following individuals: OFFERER / CONTRACTOR: [Primary Contractor Contact]: [Company]: [Street Address]: [City, State, Zip]: [Phone number]: [Email address]: [DUNS Number]: GOVERNMENT: Samuel Han, Contracting Officer Department of Veterans Affairs Network 22 Contracting Office 4811 Airport Plaza Drive Suite 600 Long Beach, CA 90815 562-766-2314; Samuel.Han@va.gov Clift Domen, Contract Specialist Department of Veterans Affairs Network 22 Contracting Office 4811 Airport Plaza Drive Suite 600 Long Beach, CA 90815 562-766-2241; Clfit.Domen@va.gov OFFEROR REMITTANCE ADDRESS: All payments by the Government to the Offeror will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer - Other than Central Offeror Registration, or [ ] 52.232-36, Payment by Third Party INVOICES: Invoices shall be submitted in arrears: Quarterly [] Semi-Annually [] Other [ X ] (Monthly) GOVERNMENT INVOICE ADDRESS: All invoices from the Offeror shall be submitted electronically to: https://us.tungsten-network.com/. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE The above amendment section must be filled-out in the event that an Amendment(s) is sent to the offeror or posted to https://sam.gov/ and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the offer. A.2 DESCRIPTION OF AGREEMENT INTENT: In the spirit of the Federal Acquisition Streamlining Act and pursuant to Federal Acquisition Regulation (FAR) Part 12, FAR Part 13 and FAR Part 16, the Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22 establishes this Single Award Indefinite-Delivery Indefinite-Quantity contract for courier services described within this solicitation. In addition, as requirements change, facilities within VISN 22 may be added or deleted by supplemental agreement of the Government and the Contractor. TERM OF AGREEMENT: This IDIQ shall be a one (1) year base period plus four (4) optional one-year renewal periods which will be reviewed, at least, annually In Accordance With (IAW) FAR Part 13.303-6 to ensure the IDIQ terms are met, to assess current market conditions and to determine price reasonableness. Additional discounts maybe requested by VISN 22 at any time. If the Contractor fails to perform in a manner satisfactory to the Contracting Officer (CO), this IDIQ may be canceled with a thirty (30) day written notice to the Contractor by the CO. PARTICIPATING FACILITIES: The following facilities currently within VISN 22, and future facilities that fall under the authority of VISN 22, may be added or deleted to this agreement with an exercise of a supplemental agreement between the Government and the Contractor. VA Greater Los Angeles Healthcare System (VAGLAHS) | 11301 Wilshire Blvd. B500/RM 1224, Los Angeles, CA 90073 VA Long Beach Healthcare System (VALBHS) | 5901 East 7th St., Long Beach, CA 90822 VA San Diego Healthcare System (VASDHS) | 3550 La Jolla Village Dr., San Diego, CA 92161 VA Loma Linda Healthcare System (VALLHS) | 11202 Benton St., Loma Linda, CA 92357 Sepulveda Ambulatory Care Clinic (SACC) | 16111 Plummer St, North Hills, CA 91343 Bakersfield Community Based Outpatient Clinic | 1801 Westwind Dr., Bakersfield, CA 93301 Los Angeles Ambulatory Care Clinic (LAAC) | 351 E. Temple St., Los Angeles, CA 90012 Santa Ana Community Based Outpatient Clinic | 1506 Brookhollow Dr., Santa Ana, CA 92705 Laguna Hills Community Based Outpatient Clinic | 23719 Moulton Pkwy, Laguna Woods, CA 92653 Lancaster Community Based Outpatient Clinic | 340 E. Ave., Lancaster, CA 93535 Santa Barbara Community Based Outpatient Clinic | 4440 Calle Real, Santa Barbara, CA 93110 Ventura Community Based Outpatient Clinic | 5250 Ralston St., Ventura, CA 93003 East Los Angeles Community Based Outpatient Clinic | 5426 E. Olympic Blvd., Commerce, CA 90022 Gardena Community Based Outpatient Clinic | 1149 W. 190th St., Gardena, CA 90248 Long Beach Memorial Hospital | 2801 Atlantic Ave., Long Beach, CA 90806 Department of Public Health | 2525 Grand Ave. Room 260, Long Beach, CA 90815 Santa Fe Springs Community Based Outpatient Clinic | 10330 Pioneer Blvd., Santa Fe Springs, CA 90670 VA Cabrillo Community Based Outpatient Clinic | 2001 River Ave., Long Beach, CA 90810 Veterans Village of Recovery at Cabrillo | 2090 River Ave., Long Beach, CA 90810 Placentia Community Based Outpatient Clinic | 770 S. Placentia Ave., Placentia, CA 92870 Oceanside Community Based Outpatient Clinic | 1300 Rancho Del Oro Rd., Oceanside, CA 92058 Escondido Community Based Outpatient Clinic | 815 E. Pennsylvania Ave., Escondido, CA 92083 Kearny Mesa CBOC | 8875 Aero Dr., San Diego, CA 92123 El Centro Community Based Outpatient Clinic | 1115 South 4th St., El Centro, CA 92243 Aspire Center | 2121 San Diego Ave., San Diego, CA 92110 Chula Vista Community Based Outpatient Clinic | 353 H Street, Chula Vista, CA 91911 University of Southern California San Diego | 9500 Gilman Dr., La Jolla, CA 92093 Sorrento Valley Community Based Outpatient Clinic | 10455 Sorrento Valley Rd., San Diego, CA 92121 University of California Los Angeles Lab Department | 10833 Le Conte Ave., Los Angeles, CA 90065 East Campus Office Building (ECOB), Dept. of Pathology | 9444 Medical Center Dr., La Jolla, CA 92037 San Gabriel Valley CBOC | 7 W Foothill, suite D, Arcadia, CA 91003 Scripps Clinic Medical Laboratories | 10666 N Torrey Pines Rd., La Jolla, CA 92037 Scripps Memorial Hospital Encinitas | 354 Santa Fe Dr., Encinitas, CA 92024 Scripps Memorial Hospital La Jolla | 9888 Genesee Ave., San Diego, CA 92037 Scripps Mercy Hospital | 4077 Fifth Ave., San Diego, CA 92103 Scripps Mercy Hospital Chula Vista | 435 H Street, Chula Vista, CA 91910 UCSD Medical Center Hillcrest | 200 West Arbor Dr., San Diego, CA 92103 UCSD Thornton Hospital | 9300 Campus Point Dr., La Jolla, CA 92037 Alvarado Hospital | 6655 Alvarado Rd., San Diego, CA 92120 Kindred Hospital - San Diego | 1940 El Cajon Blvd., San Diego, CA 92104 Rady Children's Hospital, San Diego | 3020 Children's Way, San Diego, CA 92123 Southwest Healthcare System, Inland Valley Medical Center | 36485 Inland Valley Dr., Wildomar, CA 92595 Southwest Healthcare System, Rancho Springs Medical Center | 25500 Medical Center Dr., Murrieta, CA 92562 Paradise Valley Hospital | 2400 E 4th St., National City, CA 91950 IDIQ LIMITS: The guaranteed minimum award amount for this IDIQ contract is $500.00. The maximum aggregate value / ceiling of the orders that can be placed under this contract is $7,000,000.00. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum amount. IDIQ ORDERS: This IDIQ is a pricing agreement and does not obligate any funds. The Government is obligated only to the extent of authorized IDIQ Task Orders (TO) issued under the IDIQ by authorized individuals. TO s shall be identified by the IDIQ Number TBD and TO Number TBD. Any TOs issued during the effective term of this IDIQ shall be completed by the Contractor within the time specified in the TO, including all option years. All products ordered under TO s shall be subject to the terms and conditions of this IDIQ. The Contractor shall accept the price, terms and conditions of an issued TO as long as they do not conflict with the terms set forth in the IDIQ. TO s shall be limited to TBD per order. This amount is subject to change if additional facilities are added to the IDIQ within VISN 22. ORDERING METHOD: All orders shall be placed against valid TO s signed by the CO. The CO shall designate primary facility Point of Contacts (POC s), as necessary, which may coordinate delivery quantities and schedule via Electronic Data Interchange (EDI), telephone, facsimile, email or other written communication, identifying the products by number, quantity, purchase price, address for delivery, and any special instructions. IDIQ PROGRAM MANAGER: The Contractor shall provide a primary IDIQ program manager who shall be responsible for the performance of the work under the IDIQ. In addition, the program manager shall act as the main focal point of communication between the CO and the Contractor. The name of this person shall be designated in writing to the CO. The program manager shall have full authority to act on behalf of the Contractor on all contractual/IDIQ matters relating to daily operation of the IDIQ. Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: ORDERING CONTACT: The Contractor shall list in the spaces below the name(s) and address(es) of customer service departments with whom the Government facilities shall place orders: Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: DELIVERY: The Contractor shall deliver all supplies and services identified in the schedule to the locations identified in Section A.2.3, Participating Facilities. The delivery location is subject to change as required by the designated authority or authorized personnel at the receiving facility. The primary facility POC shall be required to notify the Contractor when delivery locations have been changed. All deliveries shall be accompanied by a delivery ticket or sales slip which shall contain: Contractor name, IDIQ number, TO number, VA obligation number, date of order, date of delivery, itemized list of products furnished, including product description and quantity shipped. All Pick-ups and deliveries vary from facility to facility, but many pick-up and delivery locations are open 24/7, or have extended business hours. As such, courier runs shall not be restricted to an 8:00am-4:30pm, Monday-Friday schedule. In some cases, night, weekend, and holiday runs will be required. Specific times are required for multiple deliveries as defined in the statement of work. Emergency deliveries may be necessary on rare occasions and may occur outside of working hours from 4:30 p.m. to 8:00 a.m. local time. Under emergency occurrences, the Contractor shall deliver to the Government site in the most expeditious manner possible without additional cost to the Government, unless expedited shipping/delivery is approved by the primary facility POC, CO or other authorized individual. The Contractor shall provide an emergency point of contact, if different from the standard points of contacts. No product substitutions shall be made by Contractor without prior approval of the treating facilities primary Point of Contact. However, if substitution would further obligate the government, the Contractor shall have approval of a warranted Contracting Officer. PACKAGING: All supplies shall be adequately packaged to prevent damage during shipping, handling and storage. Bags or packages shall be whole, intact, and not otherwise torn or damaged. Upon delivery, the Government shall examine all packages. The Contractor shall be required to replace unacceptable or damaged products at the Contractor s expense. INVOICING AND PAYMENT INFORMATION: An itemized invoice shall be submitted at least monthly or upon expiration of this IDIQ, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be supported by copies of delivery tickets. Invoices shall be submitted to WWW.TUNGSTEN-NETWORK.COM in accordance with FAR Part 52.232-34, Payment by Electronic Funds Transfer and VAAR Part 852.232-72. The following information shall be listed on all invoices (Failure to comply may result in refusal of an invoice resulting in delayed payment at the fault of the Contractor). Facility s Name and address where service was provided IDIQ Number (For Example: 36C26221D0001) Task Order Number (For Example: 36C26221N0001) Obligation Number (For Example: 600-C17001) A Line Item break down of usage for example: Line item 1 GI Scope Lease: 1 MO at $400.00 Line item 4 GI Service Maintenance: 1 MO at $10.00 Include the period of time that is being invoiced for in the invoice. IDIQ Holder s Internal Contract number (if applicable) Include point of contact for concerns and questions. Contractor must name a specific person, phone number and email. IDIQ REVIEW: The Contractor shall conduct a complete IDIQ review with the CO/CS, at least annually and as requested by the CO/CS, to ensure the IDIQ terms and conditions are being met, analyze and project item ordering trends, and discuss all other actions that are within the scope of this IDIQ. (vii) Delivery Requirements: Place of Delivery: See attachment B Statement of Work for delivery locations and runs. Period of Performance/Delivery Timeframe: The period of performance will start shortly after award for a one (1) Year Base Period with the Government having the option to exercise four (4) one-year renewal periods in conjunction with 52.217-9. Additional Delivery Requirements Orders shall be made on an as needed basis throughout the period of performance not to exceed stated totals within the schedule without a supplemental agreement between the Contractor and Contracting Officer in accordance with 52.212-4(c) and 52.217-6. All shipping shall be inclusive of prices within the schedule and FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this solicitation. Addendum: All offeror quotes for this solicitation must be received electronically through email no later than Thursday, August 14th, 2025, 10:00 AM PDT. Ensure to reference solicitation number 36C26225Q0935 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than Thursday, July 31st, 2025, 1:00 PM PDT. Offers shall be sent by email to Clift Domen at Clift.Domen@va.gov. Offerors shall submit the following via email: Pricing Offerors shall fill out all unlocked fill-ins/tabs (define your fill-ins or tabs) of Attachment A conforming to requirements stated by the salient characteristics and the instructions below. Offerors shall complete column D of tabs 1 - 5 or unit prices. Offeror shall provide the following Company information in Attachment A tabs 7 in column C: Company Name Address Telephone Number Email Point of Contact Firm s UEI# Complete and sign the Business Associate Agreement. Proof of compliance with VAAR 852.219-75 Limitations on Sub-Contracting. Offerors shall complete and submit the Certificate of Compliance: See 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. SPECIAL STANDARDS OF RESPONSIBILITY To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their offer. Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for contract award. SP1: Specialized Experience - Transporting Medical Specimens and Surgical Instruments. This special standard of responsibility shall be used to determine the offeror s specialized experience transporting medical specimens and surgical instruments. The offeror shall provide evidence of specialized experience transporting medical specimens and surgical instruments. Specifically, the Offeror shall provide a narrative summary (no more than two (2) pages describing their experience transporting medical specimens and surgical instruments and provide one (1) to two (2) references to support this experience. (End of Provision) (ix) 52.212-2 Evaluation -- Commercial Products and Commercial Services, (Nov 2021) (a) Basis for Award. The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation offers the lowest price quotation, meets all minimum requirements in Attachment B, that is both responsive and responsible, and whose offered price is found to be reasonable. Price Alone is the sole evaluation factor. In addition to the General Standard of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2, the following special standard of responsibility applies to this procurement. Offerors who fail to meet any special standard of responsibility will not be eligible to receive contract award: Special Standard of Responsibility-Specialized Experience. This special standard of responsibility shall be used to determine the offeror s specialized experience transporting medical specimens and surgical instruments. Evaluation Process. Offers will be evaluated in the following manner. The lowest-priced offer will be identified. The lowest-priced offer will be evaluated to determine if the offered price is reasonable. If the offered price is found to be reasonable, the offeror who submitted this offer will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced offer following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all offers not acceptable and cancel the solicitation if the lowest-priced offer is determined to be not reasonable. The contracting officer may likewise find an offer under evaluation, as well as all remaining offers not acceptable and cancel the solicitation if the offer currently under evaluation is determined to be not reasonable. The Government intends to evaluate offers and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision) (x) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Products and Commercial Services, with this solicitation or ensure SAM.gov is updated with current information. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition. (xiii) The following clauses also apply: 52.216-1 - Type of Contract (Apr 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. (End of provision) 52.216-18 � Ordering (Aug 2020) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from ____TBD______ through ______TBD______ [insert dates]. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) A delivery order or task order is considered ""issued"" when (1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; (2) If sent by fax, the Government transmits the order to the Contractor's fax number; or (3) If sent electronically, the Government either (i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or (ii) Distributes the delivery order or task order via email to the Contractor's email address. (d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. (End of clause) 52.216-19 - Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than ______$100.00_______, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of ______$1,000,000.00_______; (2) Any order for a combination of items in excess of _____$2,000,000.00_____; or (3) A series of orders from the same ordering office within ______1_______ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within ___5__ days after issuance, with written notice stating the Contractor s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22 - Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the ""maximum."" The Government shall order at least the quantity of supplies or services designated in the Schedule as the ""minimum."" (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor s and Government s rights and obligations with respect to that order to the same extent as if the order were completed during the contract s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after no later than the end of any valid outstanding delivery order. (End of clause) 52.217-6 -� Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the period of performance of any and all line items within Attachment A. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 52.217-8 - Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the Period of performance. (End of clause) 52.217-9 -� Option to Extend the Term of the Contract. (Mar 2000) � � � � � � (a)� The Government may extend the term of this contract by written notice to the Contractor within the period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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 66 Months. (End of clause) 852.273-75 - SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (INTERIM- OCTOBER 2008) The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. (End of clause) In addition, the following clauses shall also apply: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights Nov 2023 52.204-13 System for Award Management Maintenance Oct 2018 52.204-18 Commercial and Government Entity Code Maintenance Aug 2020 52.209-6 Protecting the government s interest when subcontracting with contractors debarred, suspended, or proposed for debarment Jan 2025 52.219-27 Notice Of Service-Disabled Veteran-Owned Small Business Set-Aside Feb 2024 52.232-18 Availability of Funds Apr 1984 52.232-33 Payment by electronic funds transfer system for award management Oct 2018 52.233-1 Disputes May 2014 52.233-3 Protest after award Aug 1996 52.252-2 Clauses incorporated by reference Feb 1998 852.203-70 Commercial advertising May 2018 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses Jan 2023 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction Jan 2023 852.222-71 Compliance with Executive Order 13899 (DEVIATION) Apr 2025 852.232-72 Electronic submission of payment requests Nov 2018 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) 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 identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp (End of provision) The following provisions shall also apply: 52.204-7 System for Award Management Nov 2024 52.204-16 Commercial and Government Entity Code Reporting Aug 2020 52.209-7 Information Regarding Responsibility Matters Oct 2018 52.217-5 Evaluation of Options Jul 1990 52.233-2 Service of Protest Sep 2006 852.233-70 Protest Content/Alternative Dispute Resolution Oct 2018 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference Jan 2008
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c4b02f4b32b441882694de7065cba56/view)
 
Place of Performance
Address: VISN 22 West Site Please see attachments for location details, USA
Country: USA
 
Record
SN07526280-F 20250730/250728230109 (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.