6515--Barrier-FreeT Exam Table w/Scale,

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Utah
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Feb 3, 2023
Due: Feb 8, 2023
Solicitation No: 36C25923Q0119
Publication URL: To access bid details, please log in.
Follow
6515--Barrier-FreeT Exam Table w/Scale,
Active
Contract Opportunity
Notice ID
36C25923Q0119
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Feb 03, 2023 04:08 pm MST
  • Original Published Date: Jan 27, 2023 12:54 pm MST
  • Updated Date Offers Due: Feb 08, 2023 03:00 pm MST
  • Original Date Offers Due: Feb 06, 2023 03:00 pm MST
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 09, 2023
  • Original Inactive Date: Apr 07, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    VA Price Clinic 189 S 600 W Price , UT 84501
Description View Changes

Request for Quote (RFQ) #: 36C25923Q0119
660 Barrier Free Exam Table

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 3:00pm MST, February 1, 2023 .
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 Rebecca.Moran@va.gov no later than 3:00pm MST, February 8, 2023.
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). 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) 2023-01 effective 12/30/2022.

The North American Industrial Classification System (NAICS) code for this procurement is 333313 with a small business size standard of 750 employees. This solicitation is a 100% set-aside for SB.

List of Line Items.

Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Barrier-Free Exam Table w/Scale, Recessed Rollers, Heated Upholstery, Prep Drawer Heater, Pelvic Tilt & Electrical Receptacle-Base Only
3
EA
$
$
0002
Upholstery Top - 28" Heated Premium - Ultrafree Dark Linen
2
EA
$
$
0003
Upholstery Top - 32" Heated Premium - Ultrafree Dark Linen
1
EA
$
$
0004
Patient Support Rails Plus, Field Installed
3
EA
$
$
0005
Patient Support Rail Receiver Extensions, Field Installed
1
EA
$
$
0006
In-room delivery, Guaranteed Delivery, On-site coordination of delivery, Remote pre-setup of equipment and accessories, After-hours and Saturday delivery available, Serial numbers with room assignments provided for facilities management personnel, All equipment wiped-down and ready to use

1
EA
$
$


Grand Total

Description of Requirements for the items to be acquired.

660 Barrier Free Exam Table:
This contract is for the purchase and delivery of Barrier Free Exam Table. This will be used in the new Price Health Care Center. Must include the following installed features/capacities.
Exam tables to have a clean assist roller system (built in caster system to move table)
Active Sensing Technology (safety feature that will stop the table from moving if obstructed by provider or patient body part
Exam tables to have hand and foot control, and stirrups
Exam tables to have a pelvic tilt of 5 1/5 degrees.
Exam tables to have arms
Exam tables to have a minimum of weight capacity of 650lbs.
Exam tables to have a minimum range of 15.5 (uncompressed) and 14.6 (compressed) low and raises up to 37 High
Exam tables to be no wider than 32 This is very specific. Is there an acceptable range? Want to ensure specs are not so restrictive that only one brand will suffice.
The exam room cannot facilitate a table wider than 32 or with an extended footrest of 76 . The exam rooms are built and modeled off of the PACT Design guide. This should not go open market. We need this to be Midmark for continuity. This is the 8th PACT clinic we have designed, and all of the clinics have the midmark tables. They used to be on eCAT, but are now only available on FSS

Exam table to have heated drawer 24.6 watt heated drawer temperature 92 degrees to 112 degrees at 115 VAC input voltage, 70 degrees ambient. Very specific. Is all of this absolutely necessary? Yes it s the paper we stock an supply for the entire VASLCHCS

Exam tables to have a paper roll holder holds 24 x 3.56 dia paper roll
Exam tables to have electrical receptacles electrical draw 4A
Exam table to have tamper-resistant, hospital-grade, electrical receptacles on left and right sides
Exam table to meet or exceed ANSI/AAMI ES60601-1:2005+A2 (R2012) +A1
Exam tables to meet or exceed CAN/CSA-C22.2 No. 60601-1:14
Exam table to have heated upholstery temperatures low 95 degrees and high 102 degrees.
Exam tables to have IQ scale built in.
Exam table to come with 1 treatment pan, 1 Ritter led exam light.
Must Provide Delivery Lead Time.

Delivery and acceptance are to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at:
VA Price Clinic
189 S 600 w
Price, Ut 84501
52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL

Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.

Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.

Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must
Meet the salient physical, functional, or performance characteristic specified in this solicitation;
Clearly identify the item by-
Brand name, if any and
Make or model number,
Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation

Any award made as a result of this solicitation will be made on an All or Nothing Basis.

State if quoted items 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 VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.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 item offered to meet the Government requirement; (II) Delivery, (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 Delivery
The Government will evaluate delivery and select the quote/offer whose delivery time is most advantageous to the Government in terms of delivery. The Government may consider award to other than the lowest priced quote/offeror if it s in the best interest of the Government.
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

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 item offered to meet the Government requirement
Factor 2. Delivery
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 item 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. Delivery: The Government will evaluate delivery and select the quote/offer whose delivery time is most advantageous to the Government in terms of delivery. The Government may consider award to other than the lowest priced quote/offeror if it s in the best interest of the Government.

Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. 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, as stated in
Factor 1 shall not be selected regardless of price.

(End of Addendum to 52.212-2)

52.212-3, Offeror Representations and Certifications Commercial Items, 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

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition

FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;

FAR 52.204-10
Reporting Executive Compensation and First-Tier Subcontract Awards. (JUN 2020)
FAR 52.204-16
Commercial and Government Entity Code Reporting (Aug 2020)
FAR 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note)
FAR 52.219-6
Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644)
FAR 52.219-8
Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3))
FAR 52.219-28
Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 632(a)(2))
FAR 52.219-33
Nonmanufacturer Rule (MAR 2020)
FAR 52.222-3
Convict Labor (JUN 2003) (E.O. 11755)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020) (E.O. 13126)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016) (E.O. 11246)
FAR 52.222-35
Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793)
FAR 52.222-37
Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)
FAR 52.222-50
Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)
FAR 52.225-1
Buy American Supplies (JAN 2021) (41 U.S.C. chapter 83)
FAR 52.225-3
Buy American-Free Trade Agreement-Israeli Trade Act (Dec 2022)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332)
Additional contract requirements or terms and conditions:
FAR 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 prior to receipt of all items. 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.

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 (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)

852.219-74, VA Notice of Total Set-Aside for Verified Veteran-Owned Small Businesses (Nov 2022)
(a) Definition. For the Department of Veterans Affairs, Veteran-owned small business or VOSB :
(1) Means a small business concern -
(i) Not less than 51 percent of which is owned by one or more Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more Veteran(s);
(ii) The management and daily business operations of which are controlled by one or more Veteran(s);
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA's Vendor Information Pages (VIP) database at:Â https://www.vetbiz.va.gov/vip/;Â and
(v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR parts 121 and 125, provided that any requirement therein that applies to a service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to also apply to a VA verified and VIP-listed VOSB, unless otherwise stated in this clause.
(vi) The term VOSB includes VIP-listed service-disabled veteran-owned small businesses (SDVOSB).
(2) Veteran  is defined in 38 U.S.C. 101(2).
(3) The term small business concern  has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632).
(4) The term small business concern owned and controlled by Veterans  has the meaning given that term under section 3(q)(3) of the Small Business Act (15 U.S.C. 632(q)(3)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) of this clause).
(b)Â General.
(1) Offers are solicited only from VIP-listed VOSBs, including VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed at the time of offer shall not be considered.
(2) Any award resulting from this solicitation shall be made only to a VIP-listed VOSB who is eligible at the time of submission of offer(s) and at time of award.
(3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as a VOSB, including set-asides, sole source awards, and evaluation preferences.
(c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed VOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible VOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70.
(d) Agreement. When awarded a contract action, including orders under multiple-award contracts, a VOSB agrees that in the performance of the contract, the VOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR parts 121 and 125, including the non-manufacturer rule and limitations on-subcontracting requirements in 13 CFR 121.406(b) and 125.6. Unless otherwise stated in this clause, any requirement in 13 CFR parts 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed VOSB. For the purpose of the limitations on subcontracting, only VIP-listed VOSB, (including independent contractors) is considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to comply with the required certification requirements in this solicitation (see 852.219-75 and/or 852.219-76 as applicable). These requirements are summarized as follows:
(1) Services. In the case of a contract for services (except construction), the VOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed VOSBs (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract.
(2)Â Supplies/products.
(i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the VOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed VOSBs. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract.
(ii) In the case of a contract for supplies from a non-manufacturer, the VOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13 CFR 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements.
(3) General construction. In the case of a contract for general construction, the VOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed VOSBs.
(4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not VIP-listed VOSBs.
(5) Subcontracting. A VOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed VOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6.
(e) Required limitations on subcontracting compliance measurement period. A VOSB shall comply with the limitations on subcontracting as follows:
__By the end of the base term of the contract or order, and then by the end of each subsequent option period; or
X By the end of the performance period for each order issued under the contract.
(f) Joint ventures. A joint venture may be considered eligible as a VOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to also apply to a VIP-listed VOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants.
(g) Precedence. The VA Veterans First Contracting Program, as defined in VAAR 802.10, subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA Program for SDVO SBCs and the VA Veterans First Contracting Program.
(h) Misrepresentation. Pursuant to 38 U.S.C. 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company's VOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406-2, Causes for Debarment).

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 52.211-6
Brand Name or Equal (AUG 1999)
FAR 52.214-21
Descriptive Literature (APR 2002)
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 (DEC 2013)
The following VAAR clauses are to be incorporated by reference:

VAAR 852.212-71
Gray Market Items (APR 2020)
VAAR 852.212-72
Gray Market and Counterfeit Items (MAR 2020) (DEVIATION)
VAAR 852.219-74
Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (Deviation)

The Defense Priorities and Allocations System (DPAS) does not apply.

Date and Time offers are due to rebecca.moran@va.gov by 3:00pm MST, February 8, 2023.
Name and email of the individual to contact for information regarding the solicitation:
Rebecca Moran
Rebecca.moran@va.gov

Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Jan 27, 2023[Combined Synopsis/Solicitation (Original)] 6515--Barrier-FreeT Exam Table w/Scale,
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Bid # Description Closing Date & Time RFP CD12229 Utah State University Libraries

Utah State University

Bid Due: 3/29/2024

SUU Athletics Embroidery-Screen Print -Heat Seal (1/10/24)

Southern Utah University

Bid Due: 3/29/2024

Follow USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA)

Federal Agency

Bid Due: 11/06/2024

Follow Fire System Testing and Inspection Salt Lake City Active Contract Opportunity Notice

Federal Agency

Bid Due: 4/01/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.