Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 6 of 6 Combined Synopsis/Solicitation Notice Page 1 of 6 Introduction: This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 and VAAR Update 2008-36. The full text of the provisions and clauses can be obtained from the following websites: https://www.acquisition.gov/browse/index/far and http://www.va.gov/oal/library/vaar/. This solicitation is set-aside entirely for competition among Small Businesses i.e. total small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 711130. The FSC/PSC is G002. The chaplain service office located at Martinsburg VA Medical Facility, WV. is seeking to purchase an Chapel Musician/Pianist to support the ministry services to the Veteran patients at this medical center facility (See attachment: Statement of Work). The contract period of performance is for one (1) Base Year contract with four (4) option year periods. Base Year: 1 October 2025 30 September 2026 Option Year 1: 1 October 2026 30 September 2027 Option Year 2: 1 October 2027 30 September 2028 Option Year 3: 1 October 2028 30 September 2029 Option Year 4: 1 October 2029 30 September 2030 Place of Performance for ministry services is: Martinsburg VA Medical Center 510 Butler Ave, Martinsburg, WV 25405 (800) 817-3807 All quoters shall submit the following: Offeror must submit its quote via Email to: Contracting Officer: Robert O Keefe Jr. Robert.okeefejr@va.gov - by September 12, 2025 by 10:00AM EST. Offeror must provide the following information with its quote: Offeror s legal entity name, address, SAM Unique Entity Identifier (UEI) number; Information that demonstrates your company s technical capability to conduct services. Information that demonstrates your company s past performance performing similar, relevant services. Completed Price Schedule - Offeror must enter its unit price for the entire job as a firm-fixed-price to complete the in its entirety. Acknowledge and comply with the Cabell County Wage Determination (attached). Date and time quotes and questions are due: Quotes are due by Sept. 1, 2025 at 10:00AM Eastern Time. If you have any questions, please submit all questions no later than (NLT) Sept. 4, 2025 at 10:00AM Eastern Time. **NOTE** Late submissions will not be accepted. Evaluation-Commercial Items. The Government intends to award the acquisition based on the quote received as: Lowest Price Technically Acceptable (LPTA). The Government will award a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government Technically acceptable at fair & reasonable pricing. price. Description of Work: Please see the attached Statement of Work (See: P01_Statement of Work _Musician). Price/Cost Schedule - line-item numbers, quantities, unit of measure: (See: C03_Price_Cost_Schedule). The provision at 52.212-1, Instructions to Offerors Commercial Services (MAR 2023), applies to this acquisition, including the following addenda: 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); 52.209-7, Information Regarding Responsibility Matters (OCT 2018); 52.233-2, Service of Protest (SEPT 2006). Fill-in information: the Contracting Officer at Robert.Okeefejr@va.gov; 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); 852.233-71, Alternate Protest Procedure (OCT 2018); and Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), applies to this acquisition, including the following addenda: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020); 52.204-13, System for Award Management Maintenance (OCT 2018); 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 852.201-70, Contracting Officer s Representative (DEC 2022); 852.203-70, Commercial Advertising (MAY 2018); 852.232-72, Electronic Submission of Payment Requests (NOV 2018); and 852.242-71, Administrative Contracting Officer (OCT 2020). 52.217-9 - Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JUN 2023), applies to this acquisition, including the additional FAR clauses cited in the clause: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020); 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28, Post Award Small Business Program Representation (MAR 2023); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); 52.222-50, Combating Trafficking in Persons (NOV 2021); 52.222-54, Employment Eligibility Verification (MAY 2022); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); 52.224-3, Privacy Training (JAN 2017); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); 52.240 1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act Covered Foreign Entities (NOV 2024 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022). 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.) Point of Contact Contracting Officer Robert O Keefe Jr. Robert.okeefejr@va.gov ATTACHMENTS: See attached document: P01_Statement of Work _Musician See attached document: C03_Price_Cost_Schedule