Page 12 of 13 Page 1 of SUBJECT* 36C24726Q0057 Tele-sitters Hardware, Software and Installation DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Agency: The Department of Veterans Affairs (VA) Facility: VA Central Alabama Health Care System (CAVHCS) Location: VA - Community Living Center (CLC), 215 Perry Hill Road, Montgomery, AL 36105 Set-Aside: The solicitation is set aside for Small Business participation only. Requirement: The Central Alabama Veteran s Health Care Systems is currently requesting a contract for Tele sitters. The contract will provide quality equipment to our Veteran s that get care at the Community Living Center in Tuskegee, Alabama. Veterans will be monitored by technology to have someone always sit and monitor their movement to help with our fall prevention action plan. This contract will continue to reduce health care expenditures for the Veterans quality of care. To not be awarded this contract would eventually cause a lack of safety and patient care to our Veterans. Contract Type: Firm Fixed Price (FFP). Service: This considered a Service , inclusive of product, because the scope of work includes the purchase and installation of equipment as well as the purchase of software. Solicitation Issue Date: November 4, 2025 Solicitation Closing Date: November 12, 2025 Solicitation Closing Time: 10:00AM EST. Invoicing: The method of payment will be Certified Invoice to allow the Contracting Officer s Point of Contact (CPOC) to review/pay invoices submitted for equipment and installation separately. Invoicing must be completed through the following website: https://www.fsc.va.gov/einvoice.asp This solicitation is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01 effective 11/12/2024. Note: Interested quoters must be registered in SAM.gov to be considered for Award. NAICS Code: The associated North American Industrial Classification System (NAICS) code for this procurement is 541519- Other Computer Related Services, with a small business size standard of $34M. PSC Code: The PSC is Q999- Medical Services- Other. Wage Grade Determination (WGD): WGD 2015-4281, Revision 34, Dated July 8, 2025, is applicable to this solicitation and is included as an attachment. Statement Of Work TELESITTER Patient Monitoring System General Guidance: Background: As part of the Department of Veteran Affairs (VHA) patient safety initiatives, the Central Alabama Veterans Health Care System (CAVHCS) in Central Alabama currently employs traditional patient fall prevention mechanisms to reduce the incidence of patient falls. The CAVHCS is pursuing an intelligent video monitoring solution, to include virtual bed-side rails, which utilizes video cameras in all the patient rooms combined with sophisticated virtual motion detection software to indicate the likelihood of an upcoming patient fall. The use of this system facilitates continuous remote monitoring of patients by staff positioned at designated nurse stations. The use of this intelligent video monitoring and fall prevention system is expected to reduce the number of patients falls and increase the overall safety of CAVHCS patients. Scope of Work: The Contractor shall provide, install, and configure an intelligent video monitoring and fall prevention system to monitor designated patient bed areas to reduce the number of patients falls and increase the overall safety of CAVHCS patients. Location of contracted services: This system shall be installed at the Central Alabama VA Healthcare System Community Living Center located at 2400 Hospital Road, Tuskegee, AL 36083. The Contractor shall install the systems at designated patient beds as those beds become available. CAVHCS will coordinate bed availability with the Contractor. The Contractor shall deliver the required equipment to include providing all labor to install and make the virtual fall monitoring system fully functional. Scheduling of contracted services: The contractor shall coordinate the installation schedule with the Contracting Officer's Point of Contact (CPOC): Set-up and Configuration: All equipment shall be new and fully functional prior to acceptance by CAVHCS. System Networking Equipment: All servers and equipment necessary to integrate all individual units into a common system, to include all cabling and interconnectivity for a stand-alone system, residing on the CAVHCS existing network, VA supplied network ports must be POE+ (IEEE 802.3at) Damage Restoration / Repair: All required equipment shall be fully installed by the Contractor, to include fire caulking, and other barriers penetrated by Contractor. Contractor shall be liable for any damage to VA property during installation or removal of Contractor owned equipment at no cost to the VA (this may include, but not limited to, drywall/ re-plastering to appropriate finish/paint with matching paint identified by paint scheme from interior design, replacement of damaged ceiling tiles). Staging of equipment: The contractor shall stage the installation of equipment by ward/room based on bed availability as determined by CAVHCS. The Contractor shall coordinate scheduling with the CPOC; in-tum, the CPOC will obtain internal approvals with the Nursing Service and other CAVHCS representatives as determined necessary. Noise levels are to be controlled to a minimum so as not to disturb patients. Contractors shall not touch or move patients' belongings or medical supplies/equipment. Cabling/Wiring requirements: The contractor shall install new Cat6A cabling or better for all equipment from Equipment to OI&T Closets and provide all patch panels and Patch Cables in Light Green. No Cabling can be attached in any way to any of the water, sprinkler system or any other pipes. Existing J-Hooks and cable trays can be used. Equipment requirements: The contractor will be required to provide a total of 192 cameras, 179 camera systems for patient rooms, 13 mobile carts, virtual server (VM), and the required Nursing monitoring stations as needed. The system must meet or exceed the requirements listed under technical requirements. The contractor must include all of the following: System monitoring; Quarterly software updates; Security updates; 24/7 call center support; On-site support; System management and maintenance; Dedicated Client Success Manager; Experienced Clinical consultation for implementation and ongoing support Training services to ensure CAVHCS staff is qualified and capable of using the platform effectively, provided virtually or in person; Flexible installation services, including room configuration and aesthetics, networking, and training for Biomed and Plant Operations teams; and Equipment replacement. Dust / Debris containment: The contractor is required to ensure minimal production of dust and debris in some areas the use of HEPA containment carts will be required the vendor is required to provide these themselves. Training: The contractor shall provide training for VA Designated Administrators and the Staff using the system that is suitable for their needs. Training will be completed in accordance with the contractor s existing standard commercial business practices. Training will include user manuals and any other training aids that can be provided. Designated maintenance personnel shall be provided with adequate training to provide day-to-day maintenance and upkeep of the system. Included as part of their quotation submission, the contractor shall provide copies of applicable training materials for completion of a technical review by the service line. k. SALIENT CHARACTERISTICS: At a minimum, the telesitter system shall: Offer privacy mode to ensure compliance with HIPPA regulations. Must provide robust protection to sensitive patient information, as evidenced by their privacy and information security assessment certification through HITRUST. Must provide infrared light to permit low light visibility. Capable of allowing continuous visual patient monitoring with two-way audio capabilities as well as prerecorded one-way audio messages available in multiple languages. No retention of images or video feeds, real time viewing only. Must include a monitoring graphical user interface and analytics dashboard. Monitoring platform must include virtual bed and chair rails to alert the remote patient monitor of bed and chair egress events. Capable of monitoring 40 patients per virtual monitoring technician at once. 1:40 ratio. Capable of documentation of patient risks. 24/7 Support based in the United States. Server hardware is not required under the scope of this contract. Patient Safety Cameras Mobile Camera Must be capable of wireless and wired connections. Wireless connections must be at least FIPS 140-2 certified. FIPS certification number must be provided upon award. 2-way audio and 2-way video capable and included. LCD Monitor for 2-way video. HDMI port. USB Ports. High Risk Fixed Camera (ceiling mounted cameras) Must be capable of wireless and wired connections. Wireless connections must be at least FIPS 140-2 certified. FIPS certification number must be provided upon award. 2-way audio, 2-way video and 1-way audio capabilities. Must offer pan, tilt, and zoom views (allow for full room and close-up viewing). Must meet VA requirements for patient safety in an inpatient mental health ward (i.e., all screws must be tamper resistant, no exposed cords). HDMI port. USB Ports. Portable Camera (general use ceiling mounted camera) Must be capable of wireless and wired connections. Wireless connections must be at least FIPS 140-2 certified. FIPS certification number must be provided upon award. Built in RFID for camera tracking and room identification. 2-way audio, 2-way video and 1-way audio capabilities. Must offer pan, tilt, and zoom views (allow for full room and close-up viewing). USB Ports. HDMI Port. Smart Bracket system allowing cameras to be easily moved from room to room. Remote Viewing Station Must include all required hardware and accessories: computer/workstation, monitors, keyboard, and headset. Salient Characteristics of Software The system Shall include all the following in submitted pricing, Manual detection parameter software for bed and chair. Real-time ability to monitor video feeds remotely. Document risk factors and log encounters through notes. Ability to communicate in multiple languages via one-way prerecorded messages. Redirect veterans in their primary language with pre-recorded messages. End user ability to redirect veterans with built-in 2-way audio. Must integrate with programmable two-way medical communication devices to notify clinical staff of fall risks. Ability to sort video feeds in interface by acuity and detection parameters status, filter video feeds in interface by sitter classification and camera status, specify region of interest to zoom in while maintaining full visibility of room. Ability to visually denote when physical sitters are in use. Ability to conduct two-way telehealth consultations between provider / clinician and veteran. Ability to visually monitor veterans and communicate via 2-way audio. Ability to visually monitor veterans and communicate via 2-way video. Ability to monitor wireless signal strength and battery capacity. Provide standard reports to include real-time analytic dashboard Provide reports to include clinical performance report, outcome summary report, utilization report, shift report, bed event history report, patient event history report, user performance report. Electronic Health Record (EHR) integration. Vocera Integration GetWell Network Integration Active Directory integration. Ability to monitor multiple facilities from centralized location. FIPS 140-2 Certified. No in-room alarms. Solution shall have a current national MOUISA Salient Characteristics for Service The vendor Shall include all the following in submitted pricing: System monitoring, System management and maintenance Security updates 24/7 call center support On-site support Dedicated Client Success Manager Clinical consultation for implementation and ongoing support Training services to ensure hospital staff is qualified and capable of using the platform effectively provided virtually or in person Flexible installation services, including room configuration and aesthetics, networking, and training for Biomed and Plant Operations teams. Lifetime Equipment replacement warranty. Software updates - Software updates will be performed quarterly. Software licenses required (one-time or annual renewal will be included in the price of the contract) Security Updates at a minimum once a year/as required. Training Services Initial/Reoccurring/refresher training will begin at the start of the contract and upon the beginning of each option year. 3. Period of Performance: Installation and activation completed within 6 months (180 calendar days) of award. Contractor Support and Maintenance Services will be based upon completion and Acceptance of the system and will contain 4 Option Years based off the system acceptance. Inclusion of option years in support of preventative maintenance will be completed under a separate contract action. Installation Address(es): Central Alabama VA Healthcare System (CAVHCS) VA Community Living Center (CLC) 2400 Hospital Road Tuskegee, AL 36083 Normal hours of operation are Monday - Friday 8:00am to 4:30pm. All work will be done at the convenience of the government s needs and patient care will be prioritized. Weekends can be scheduled as needed to prevent interruptions to patient care. Any work at the Government site shall not take place on Federal holidays unless directed by the Contracting Officer (CO). There are 10 Federal holidays set by law (USC Title 5 Section 6103) that CAVHCS follows: Under current definitions, five holidays are set by date: New Year's Day, January 1 Juneteenth, June 19 Independence Day, July 4 Veterans Day, November 11 Christmas Day, December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six holidays are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November Post Award Conference: The Contractor shall not commence performance of the services identified in this Statement of Work (SOW) until the Contracting Officer (CO) has conducted a post-award conference or has advised the contractor that a post-award conference has been waived. Contractor Design Requirements: The vendor will be required to design the system to meet the following requirements: Equipment and Capabilities High Definition Zoom Capabilities Motion detection Night vision Microphones Speakers HDMI ports USB ports Portable/movable Cameras High Definition Zoom Capabilities Motion detection Night vision Microphones Speakers HDMI ports USB ports Nurse Station Monitor Two-way communication Audible and visual alerts Multi-view LCD monitors The contractor will be required to supply (76) Cameras for the Rooms and an estimate of one (1) Nurse Station system per 20 Cameras and the Virtual Machine Software Packages for the Servers. All Cameras must be mounted in a fashion that allows easy removal / transfer to a different room as needed by the VA. The contractor will work with Biomed Information Security in setting up the Servers and other requirements related to the successful installation of the system. Contract Deliverables: The awardee is responsible for contacting the CPOC or CAVHCS designee within 30 days of award to coordinate site visit in which specific locations will be identified and agreed upon between the vendor and the CPOC or designee. Quantity 76, Fixed Tele-sitter Hardware Quantity 2, 40-inch LCD Monitor(s) Quantity 76, Software Per Year Quantity 1, Clinical Services/Go Live Support Quantity 1, Installation Services Quantity 1, Training Changes to the Statement of Work: The Contracting Officer (CO) is the only individual authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the CPOC on all matters pertaining to contract administration. The CPOC is designated to represent the CO in furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the CO. Only the CO is authorized to make commitments or issue changes affecting price, quantity, or performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority, and no adjustment shall be made in the contract price to cover any increase in cost incurred as a result thereof. Travel: Contractor is responsible for all travel by their employees. The contractor is solely responsible for all travel and lodging costs. Government Responsibilities: The government shall provide a CPOC as the technical expert and Contractor's point of contact. The government shall provide escorts and reasonable access to equipment when required. The government shall cooperate with Contractor personnel so that service can be performed efficiently and without interruption. The government will provide escorted access to patient care areas and any sensitive areas. The Contractor shall coordinate access to all areas with the COR or Facility s POC, in order to minimize the negative impact on patient care. The government shall schedule and coordinate installation locations with the Contractor, to minimize the disruption to patients and patient care activities. Contractor Requirements: Contractors shall be equipped with all necessary tools, equipment, and any Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Contractor shall Work with CPOC to obtain all required permits and coordination with CAVHCS infection control. Contract employees shall be required, upon request, to provide the CPOC with Material Safety Data Sheets (MSDS) prior to bringing any chemicals to the facility for use. The MSDS shall be reviewed and approved by the COR prior to the chemicals being used. The Contractor shall provide a weekly status report to the CPOC. Confidentiality and Nondisclosure: The Contractor fully understands and shall remain in agreement that confidential information (patients, employee, or facility) must be secured and always protected. The Contractor and its personnel shall be held liable in the event a breach of confidentiality occurs because of the Contractor or its employees. The Contractor may be required to establish a Business Associate Agreement with the CAVHCS. Contractor Personnel Security Requirements Position Sensitivity: The position sensitivity/risk level has been designated as Non-sensitive/Low Risk. Background Investigation: The level of background investigation commensurate with the required level of access is Minimum. Contractor Responsibilities: The Contractors employees if needed shall be issued contractors badges for physical access only. This requires for contract employees to: Complete fingerprinting at the CAVHCS badging station at the Central Alabama VA Veterans Health Care System campus. Complete the OF306 and have two forms of federally acceptable ID. Successfully complete a SAC background screening. The contractor shall pay for lost or missing employee badges issued by CAVHCS. The cost for these lost or missing badges will be annotated on and deducted from invoice payments. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. Failure to comply with contractor personnel security requirements as in Section I above, may result in termination of the contract for default. Warranty: Included as part of their quotation submission, the contractor shall provide a manufacturer s warranty on all parts and labor for the entirety of the contract and any agreed upon extensions of the software license. PRICE/COST SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 76.00 EA __________________ __________________ FIXED HARDWARE *MUST MEET OR EXCEED ALL STATED SALIENT CHARACTERISTICS* 0002 2.00 EA __________________ __________________ 40 INCH LCD MONITOR *MUST MEET OR EXCEED ALL STATED SALIENT CHARACTERISTICS* 0003 76.00 EA __________________ __________________ SOFTWARE - ANNUAL CHARGE *MUST MEET OR EXCEED ALL STATED SALIENT CHARACTERISTICS* 0004 1.00 EA __________________ __________________ CLINICAL SERVICES/GO LIVE SUPPORT *MUST MEET OR EXCEED ALL STATED SALIENT CHARACTERISTICS* 0005 1.00 EA __________________ __________________ INSTALLATION SERVICES *MUST MEET OR EXCEED ALL STATED SALIENT CHARACTERISTICS* 0006 TRAINING 1.00 EA *Accomplished IAW CONTRACTOR S STANDARD COMMERCIAL BUSINESS PRACTICES* GRAND TOTAL __________________ B.4 DELIVERY SCHEDULE The period of performance for all contracted services is requested not to exceed six (6) months, one hundred and eighty (180 calendar days) after the effective date of the contract. ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE 0001 Community Living Center (CLC), 215 Perry Hill Road, Montgomery, AL 36105 76.00 0002 Community Living Center (CLC), 215 Perry Hill Road, Montgomery, AL 36105 2.00 0003 Community Living Center (CLC), 215 Perry Hill Road, Montgomery, AL 36105 76.00 0004 Community Living Center (CLC), 215 Perry Hill Road, Montgomery, AL 36105 1.00 0005 Community Living Center (CLC), 215 Perry Hill Road, Montgomery, AL 36105 1.00 0006 Community Living Center (CLC), 215 Perry Hill Road, Montgomery, AL 36105 1.00 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 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 addresses: http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT Oct 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING Aug 2020 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) Nov 2021 52.204-29 FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS REPRESENTATION AND DISCLOSURES Dec 2023 852.239-75 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE FEB 2023 The following Commercial Item clauses apply to this acquisition: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Title Date 52.212-4 CONTRACT TERMS AND CONDITIONS- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES NOV 2023 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES [X] (5) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). [X] (9) 52.204 27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117 328). [X] (11)(i) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (DEC 2023) (Pub. L. 115 390, title II). [X] (12) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (31 U.S.C. 6101 note). [] (25) 52.219 27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) (15 U.S.C. 657f). [X] (26) (i) 52.219-28, Post award Small Business Program Representation (JAN 2025) (15 U.S.C. 632(a)(2)). [X] (31) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). [X] (36)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). [X] (39)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). [X] (46) 52.223-23, Sustainable Products and Services (MAY 2024) (DEVIATION FEB 2025) (7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671I). [X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (55) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) (E.O. 13513) [X] (59) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (31 U.S.C. 3332). [X] (61) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [X] (63) 52.240 1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act Covered Foreign Entities (NOV 2024) (Sections 1821 1826, Pub. L. 118 31, 41 U.S.C. 3901 note prec.). [X] (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [X] (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). [X] (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022). [X] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706). JAN 2025; DEVIATION FEB 2025 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS NOV 2023 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL JAN 2011 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE NOV 2020 52.225-1 BUY AMERICAN- SUPPLIES OCT 2022 52.225-2 BUY AMERICAN CERTIFICATE OCT 2022 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.204-70 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL MAY 2020 852.212-71 GREY MARKET AND COUNTERFEIT ITEMS FEB 2023 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING- CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (DEVIATION) JAN 2023 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2018 852.246-71 REJECTED GOODS OCT 2018 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 30 days of the contract end date. 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. VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) Definitions. As used in this clause Contract financing payment has the meaning given in FAR 32.001. Designated agency office has the meaning given in 5 CFR 1315.2(m). Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. Invoice payment has the meaning given in FAR 32.001. Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. Invoice requirements. Invoices shall comply with FAR 32.905. Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: Awards made to foreign vendors for work performed outside the United States. Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information. Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies. Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) Page 13 of 13 Instruction to Offerors All quoters shall submit your Quotes no later than November 11, at 10:00AM (EST), via email to joseph.locke@va.gov. Please place in ATTENTION: 36C24726Q0057 TELE-SITTERS in the subject line of your email. All offers must include the solicitation number. 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 no later than November 7, at 1:00PM (EST), via the same email address. Questions received later than this time/date may not receive a response. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Technical Price 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 Joseph Locke Contracting Officer Network Contracting Office 7 joseph.locke@va.gov