Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2026 SAM #8880
MODIFICATION

65 -- OR Boom and Light Skytron Brand Name or Equal

Notice Date
3/18/2026 7:54:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24126Q0261
 
Response Due
3/25/2026 1:30:00 PM
 
Archive Date
05/24/2026
 
Point of Contact
Manases Cabrera, Contracting Officer, Phone: 781-687-4418
 
E-Mail Address
manases.cabrera@va.gov
(manases.cabrera@va.gov)
 
Awardee
null
 
Description
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 12.201-1, Simplified procedures, 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 2026-01 (eff. 03/13/2026) This solicitation is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113. The FSC/PSC is 6530. The VA Maine HCS- Togus is seeking to purchase the Skytron Boom Freedom brand-name or Equal. All interested companies shall provide quotations for the following: Supplies/Services ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ F110 SERIES MOUNT WITH 1 LD ARM Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 PRINCIPAL NAICS CODE: 339113 - Surgical Appliance and Supplies Manufacturing PRODUCT/SERVICE CODE: 6530 - Hospital Furniture, Equipment, Utensils, and Supplies MANUFACTURER PART NUMBER (MPN): F100 SERIES 0002 1.00 EA __________________ __________________ Mounting plate pre-install kit, mounting hardware sold separately Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4PIK-MTG 0003 1.00 EA __________________ __________________ Ceiling cover MD 4.1"" LD 4.5"" minimum arm clearance, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4CC-ML-00 0004 1.00 EA __________________ __________________ Stackmodule F110 Short, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4LDS-S-1 0005 1.00 EA __________________ __________________ Aurora lamp spindle single, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4SP-AUA1 0006 1.00 EA __________________ __________________ Boom Mounting Hardware Kit, Includes 6 rods, 24 nuts, 1-1/4"" x 13"" Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H9-200-37 0007 1.00 EA __________________ __________________ Primary 50"" LD horizontal arm (not on 4LLS), Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4TL-50 0008 1.00 EA __________________ __________________ Secondary 43"" LD Vertical spring arm (4100N) 50-82 lbs, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 42A-43S 0009 1.00 EA __________________ __________________ 6"" Alu LD VST, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4VSTL-6 0010 1.00 EA __________________ __________________ Monitor bracket, single up to 37"", balanced, incl. handles and backcover, multi-VESA, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4FSB-1 0011 1.00 EA __________________ __________________ Single Fixture with 24"" diameter center focus Aurora Four LED light on 35.25"" radial arm Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): AUA5B 0012 1.00 EA __________________ __________________ VST NON TV AURORA 14"" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-14 0013 1.00 EA __________________ __________________ DUAL WALL INTENSITY CONTROL WITH RS232 CONNECTION FOR AURORA FOUR AUA SERIES ONLY Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9-720-02-RS 0014 1.00 EA __________________ __________________ Wall Control Back Box; Aurora, Stellar & Nautilus (single and dual only) Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9-210-57-1 0015 1.00 EA __________________ __________________ F320 SERIES MOUNT WITH 1 HD AND 1 LD ARM Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): F320 SERIES 0016 1.00 EA __________________ __________________ Mounting plate pre-install kit, mounting hardware sold separately Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4PIK-MTG 0017 1.00 EA __________________ __________________ Gas Riser Pre-Install Kit. Mounting Pre-Install Kit Sold Separately Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4PIK GAS 0018 1.00 EA __________________ __________________ Ceiling cover 3.5"" - 4.9"" arm clearance HD stack, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4CC-HD-01 0019 1.00 EA __________________ __________________ Stackmodule F320 + F420, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4HDS-1-1 0020 1.00 EA __________________ __________________ Aurora lamp spindle single, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4SP-AUA1 0021 1.00 EA __________________ __________________ Boom Mounting Hardware Kit, Includes 6 rods, 24 nuts, 1-1/4"" x 13"" Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H9-200-37 0022 1.00 EA __________________ __________________ Primary 61"" HD Active Assist Horizontal arm, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4EC-61 0023 1.00 EA __________________ __________________ Secondary 33"" HD/MD Horizontal arm, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 42F-33 0024 1.00 EA __________________ __________________ 13"" Alu MD/HD VST, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4VSTH-13 0025 1.00 EA __________________ __________________ Compact 49"" Center-Aligned Vert. Utility column, 36 outlets, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4CMC-49 0026 10.00 EA __________________ __________________ Lev-Lok Decora Plus Duplex Receptacle, Hospital Grade, 20 Amp, 125 Volt, NEMA 5-20R, - Red Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H7-300-51-R 0027 1.00 EA __________________ __________________ CARBON DIOXIDE, DISS, Beacon Series B Faceplate/Back Body Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H6-BBD-CO2 0028 1.00 EA __________________ __________________ NITROGEN, DISS, Regulation System Single Outlet Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H6-SYS-NTR1 0029 1.00 EA __________________ __________________ CARBON DIOXIDE 1/4 conductive DISS/DISS Gray Hose 19 ft. US/ISO Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H6-CO2-19 0030 1.00 EA __________________ __________________ NITROGEN 1/4 conductive DISS/DISS Black Hose 21 ft. US/ISO Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): H6-NTR-21 0031 23.00 EA __________________ __________________ Outlet cover, snap in, blank Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-OC-BLND 0032 1.00 EA __________________ __________________ Utility Extension Box 3 Gang (Nurse call / Elec / Nitrogen), Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4-UEB 0033 3.00 EA __________________ __________________ Shelf 22"" for vertical column, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-SHC-22 0034 1.00 EA __________________ __________________ Foot pedal holder 22"", Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-FPH-22 0035 1.00 EA __________________ __________________ Positioning Handle set for shelf, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-HAS 0036 1.00 EA __________________ __________________ IV-pole wide extendable, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-IVE-W 0037 1.00 EA __________________ __________________ Bottle holder CO2 bottles, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4A-BHCO 0038 1.00 EA __________________ __________________ Primary 50"" LD horizontal arm (not on 4LLS), Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4TL-50 0039 1.00 EA __________________ __________________ Secondary 43"" LD Vertical spring arm (5000N) 65-108 lbs, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 42A-43H 0040 1.00 EA __________________ __________________ Monitor bracket, dual up to 32"", balanced, incl. handles and backcover, multi-VESA, Freedom Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): 4FSB-2 0041 1.00 EA __________________ __________________ Single Fixture with 24"" diameter center focus Aurora Four LED light on 35.25"" radial arm Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): AUA5B 0042 1.00 EA __________________ __________________ VST NON TV AURORA 8"" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-8 0043 3.00 EA __________________ __________________ Dual fixture with two 24"" diameter center focus Aurora Four LED lights with 110 degree vertical travel Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): AUA55 0044 3.00 EA __________________ __________________ VST NON TV AURORA 21"" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-21 0045 3.00 EA __________________ __________________ VST NON TV AURORA 15"" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-15 0046 3.00 EA __________________ __________________ DUAL WALL INTENSITY CONTROL WITH RS232 CONNECTION FOR AURORA FOUR AUA SERIES ONLY Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9720-02-RS 0047 3.00 EA __________________ __________________ Wall Control Back Box; Aurora, Stellar & Nautilus (single and dual only) Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9-210-57-1 0048 1.00 EA __________________ __________________ Triple fixture with three 24"" diameter center focus Aurora Four LED lights with 110 degree vertical travel Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): AUA555 0049 1.00 EA __________________ __________________ VST NON TV AURORA 21"" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-21 0050 1.00 EA __________________ __________________ VST NON TV AURORA 16"" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-16 0051 1.00 EA __________________ __________________ VST NON TV AURORA 10"" WITH BRUSH BLOCK Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B3-320-01-10 0052 1.00 EA __________________ __________________ TRIPLE WALL INTENSITY CONTROL WITH RS232 CONNECTION FOR AURORA FOUR AUA SERIES ONLY Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9-720-03-RS 0053 1.00 EA __________________ __________________ Wall Control Back Box; Aurora, Stellar & Nautilus Series (triple only). Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): B9-410-44-1 0054 1.00 JB __________________ __________________ SERV-926-06, SERV-926-11, SERV-927-20,SERV-926-02,SERV-929-01Installation of ceiling mounted boom system, model series, 300, 310, 320, 330 with integral lighting system. Includes pre-installation walk through, installation, full functional testing of the system and one structural test, to manufacturers specifications. Does not include electrical wiring, wall control unit rough in, or structure installation. Installation, inspection and warranty certification of surgical or procedure lighting system with two or three light heads , models series AUA___, DoVera-DMDM . Includes prepreinstallation walk through, installation and full functional testing of the system. Does not include electrical wiring, structure or wall control unit rough in. Pricing does not include weekend work. project management Installation of ceiling mounted boom system, model series, 100, 110 and 120 with integral lighting system. Includes pre-installation walk through, installation, full functional testing of the system and one structural test, to manufacturers specifications. Does not include electrical wiring, wall control unit rough in, or structure installation. Mobilization of service team for site specific required service engagement. Includes all transportation of necessary support equipment/service technician(s) for required service. Does not include transportation of point of service equipment required for the engagement. Contract Period: Base POP Begin: 03-31-2026 POP End: 09-30-2026 MANUFACTURER PART NUMBER (MPN): None GRAND TOTAL __________________ Delivery shall be provided no later than 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: 1 VA Ctr, BLDG 240 Postal Code: 04330 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations and certifications based on provisions that are not included in this solicitation. Examples include 52.240-90 Security Prohibitions and Exclusions Representations and Certifications, 52.242-91 Security Prohibitions and Exclusions, 52.240-92 Security Requirements, and 52.240-93 Basic Safeguarding of Covered Contractor Information Systems. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. 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. 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 (a)� 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)� Acknowledgment of� Quotation� Amendments; (9)� 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. (b)� 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. (c)� 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. (e)� Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1)� The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer. (2)� The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3)� The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4)� A summary of the rationale for award. (5)� For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6)� Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities 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. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_1 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. (SEP 2024) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (JAN 2017) 52.204-7 System for Award Management Registration (NOV 2024) (DEVIATION NOV 2025) 52.225-5 Trade Agreements 52.225-6 Trade Agreements Certificate. (FEB 2021) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) (DEVIATION SEP 2025) 852.239-75 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE FEB 2023 The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services [NOV 2025] Addenda is attached. ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES 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) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_2 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-17 Contractor Employee Whistleblower Rights. (NOV 2023) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017) 52.204-13 System for Award Management-Maintenance (OCT 2018) (DEVIATION NOV 2025) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (DEVIATION NOV 2025) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) (DEVIATION NOV 2025) 52.222-3 Convict Labor. (JUN 2003) (DEVIATION NOV 2025 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (MAR 2026) (DEVIATION NOV 2025) 52.222-35 Equal Opportunity for Veterans. (JUN 2020) (DEVIATION NOV 2025) 52.222-36 Equal Opportunity for Workers with Disabilities. (JUN 2020) (DEVIATION NOV 2025) 52.222-37 Employment Reports on Veterans. (JUN 2020) (DEVIATION NOV 2025) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. (DEC 2010) (DEVIATION NOV 2025) 52.222-50 Combating Trafficking in Persons. (NOV 2021) (DEVIATION NOV 2025) 52.225-5 Trade Agreements. (NOV 2023) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. (MAY 2024) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (OCT 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (MAR 2023) 52.233-3 Protest after Award. (AUG 1996) (DEVIATION NOV 2025) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) (DEVIATION NOV 2025) 52.240-91 Security Prohibitions and Exclusions. (DEVIATION NOV 2025) 52.244-6 Subcontracts for Commercial Products and Commercial Services. (JAN 2025) (DEVIATION OCT 2025) 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS FEB 2023 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2018 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) 852.247-73 PACKING FOR DOMESTIC SHIPMENT OCT 2018 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEVIATION) JAN 2023 852.215-71 EVALUATION FACTOR COMMITMENTS OCT 2019 852.246-71 REJECTED GOODS OCT 2018 All quotes shall be sent to the Contracting POC Manasés Cabrera at manases.cabrera@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 12. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Technical or Quality, Past Performance, Veterans Involvement, Warranty, Speed of Delivery, and Price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the one 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 or Quality Past Performance Veterans Involvement Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 12, 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: Technical or Quality: 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. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified the SBA Small Business Search and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the SBA Small Business Search and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award. 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. (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. Submission of your response shall be received not later than 3/25/2026 at 4:30PM. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Contracting POC Manasés Cabrera at manases.cabrera@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/edf687c760a3495284deaa19f47373e2/view)
 
Place of Performance
Address: Togus VAMC 1 VA Center, Augusta 04330, USA
Zip Code: 04330
Country: USA
 
Record
SN07748772-F 20260320/260318230039 (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!  © 1994-2026, Loren Data Corp.