COMBINED SYNOPSIS/SOLICITATION FY25 SERVICE (1X) DATA DROPS FOR VA MEDICAL CENTER. (i) 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, and FAR 13.5 Simplified Procedures for Certain Commercial Items 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24225Q0836. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-02 (eff. 01/03/2025) and VAAR Update 2008-36 (eff. 02/24/2023). (iv) This solicitation is a Small-Business Set-Aside Open-Market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210 Electrical Contractors and Other Wiring Installation Contractors and has a small business size standard of $16.5 Million. The FSC/PSC is N059 Installation of Equipment Electrical and Electronic Equipment Components. (v) This is a services contract to provide Data Drops for the Lyons VA Medical Center Campus. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination. PRICING TABLE FOR: FY25 SERVICE (1X) Data Drops for VA Medical Center. Line Item DESCRIPTION QUANTITY UNIT TOTAL PRICE 0001 CAT6 Data Cable Rm 231 BLDG 4 1 JB 0002 CAT6 Data Cables Rm 330 BLDG 1 200FT 1 JB 0003 CAT6 Data Cables Rm 330 BLDG 1 200FT 1 JB 0004 CAT6 Data Cables Rm 313, 314, & 315 3 JB 0005 CAT6 Data Cables 2nd Fl 16 JB 0006 Patch Panels for building 16 1 JB 0007 Run Cable (Grey) 240 FT 0008 Jacks (Yellow) 38 EA  TOTAL PRICE    STATEMENT OF WORK (SOW) Installation of Data Lines 1. Contract description. Installation of data lines in specific areas of the VANJ Lyons Campus. 2. Background. This procurement is needed for a vendor to install data lines for new offices throughout the VANJ Lyon Campus 3. Scope. The Contractor to supply & install Cat-6 data lines at the VANJ Lyons Campus. The installation includes all required labor, tools, equipment, material, wiring, connections, data ports and any other items necessary to completely install terminate and test all connections. 4. Specific Tasks. The scope of work shall include but not be limited to the following main items: Supply & install Cat-6 data lines, as well as terminate, label, and test all connections to listed rooms in various buildings within the VANJ Lyons Campus: Building 4 CAT6 Data Cable Room 231 - 200ft Building 1 CAT6 Data Cables Room 330 - 200ft CAT6 Data Cables Room 330 - 200ft CAT6 Data Cables Rooms 313, 314, & 315- 600ft Building 16 CAT6 Data Cables 2nd floor - 200ft CAT6 Fax Cable Room 231 - 200ft Total length of Cable 2000ft Clarification on Cable Supports: From previous data lines pull, no J hook needed. Number of Drops: CAT6e for data. (16) data. They are located in building 16 HR space. Patch Panel Termination: Data cables will connect to patch panel in 2nd floor IT closet. Patch to switch in 3rd floor IT closet between floor via cable sleeve. Site Walkthrough: Vendor site walkthrough is highly recommended. With the support of Medical Center (IT) personnel run the system and inspect for proper operation. With the COR or designated Medical Center personnel (IT) present, test the functionality of the equipment upon completion of repair. Test should ensure that all functions are operational. Contractor will not have access to the VA network. 5. Performance Monitoring (if applicable). Work shall be coordinated with facility thru the Contracting Office Representative (COR). COR will monitor the contractor work performance on daily basis and the contractor is required to submit daily s progress report to the COR. 6. Security Requirements. General Contractor s employees shall not enter the project site without appropriate security badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. No photography of VA premises is allowed without written permission of the Contracting Officer except as specifically required by the scope of the work. VA reserves the right to close or shut down the project site and order General Contractor s employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 8. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. Not Used b. Identification of Potential Conflicts of Interest (COI). Not Used e. Inspection and Acceptance Criteria. The COR is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. 9. Risk Control Contractor shall take all measures for safety and infection control and provide all material necessary for protecting existing equipment and property in affected areas of construction against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Contractor shall permit access to Department of Veterans Affairs personnel and patients through other construction areas which serve as routes of access to such affected areas and equipment. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the construction period. 10. Place of Performance. VA New Jersey Healthcare System Lyons Campus 151 Knollcroft Road Lyons, NJ 07939 Minimize interference of construction activities with flow of Medical Center traffic, keep roads, walks and entrances to grounds, to parking and to occupied areas of buildings clear of construction materials, debris and standing construction equipment and vehicles. 11. Period of Performance. Contractor to start immediately after receiving the NTP, estimate completion time is 50 calendar days. Hours of work are to be between 7:00am and 4:30 pm on normal weekdays. There will be NO work on Federal Holidays is excluded from this contract. CONTRACTING OFFICE ADDRESS: VISN 2 Network Contracting Office James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, NY 10468 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021) Solicitation number for this requirement as 36C24225Q0836; The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); Acknowledgement of any solicitation amendments; Past performance information; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following solicitation provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-6 Unique Entity Identifier (OCT 2016) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.239-71 Information System Security Plan and Accreditation (FEB 2023) 852.239-75 Information and Communication Technology Notice (FEB 2023) Addendum to FAR 52-212-1 INSTRUCTIONS TO OFFERORS COMEMRCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021): This Request for Quote (RFQ) is issued in accordance with FAR Part 12 in conjunction with Simplified Acquisition Procedures at FAR 13.5. All instances of FAR 15 procedures in FAR 52.212-1 shall not apply to this RFQ and are hereby substituted with FAR 13 procedures. Eligibility: In order for a quote to be eligible for award, offerors submitting a quote must have the NAICS Code 238210 Electrical Contractors and Other Wiring Installation Contractors and current registration in both the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM, and current active registration as a small business under NAICS N059 Installation of Equipment Electrical and Electronic Equipment Components. in Small Business Administration (SBA): https://www.sba.gov/. Submission Instructions: Technical packages shall be submitted to Clifford.Harrison@va.gov by 12:00 PM ET on 07/18/2025. The email shall identify Solicitation 36C24225Q0836. Offerors that do not adhere to these instructions may be determined to be incomplete and, therefore, risk being rejected without further consideration for award. Offer submissions must include: EVALUATION FACTOR SUPPORTING DOCUMENTS: Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities Technical Capability will be determined on the basis of the qualification of the quoter that are detailed in the quoter s capability statement. Quoter must provide a technical capability statement of 10 pages or less demonstrating it has trained personnel, equipment, and working experience of 2-5 years in low-voltage cabling or telecom installation. Quoter must provide certification that they are a licensed business to conduct low voltage cabling or telecom installation, understand TIA/EIA standards, and meet OSHA guidelines.  (2) Past performance: Quoter will be evaluated on how well their past performance information supports that they are a capable vendor who can adequately perform services of this scope and complexity without issues with performance. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. Quoter must provide at least three (3) past performances references for contracts of similar nature, scope, complexity, difficulty, and size to that which will be supplied to the work detailed in the SOW for this required. (3) Price: The government will evaluate quotes for award purposes based on the pricing for the total requirement. Quotes for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. END OF ADDENDUM (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (November 2021), applies to this acquisition. 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 technical capability, past performance, and price. A Technical Evaluation Team comprised of representatives of the Department of Veterans Affairs will evaluate the proposals. The identities of the Technical Evaluation Team are confidential, and any attempt by the offerors to contact these individuals is prohibited. The evaluation will be based on the content of the proposal and any subsequent discussions, if necessary, as well as information obtained from other sources, e.g. past performance information. Quoters are advised that the technical evaluation and rating of proposals will be conducted in strict confidence in that technical and past performance proposals are reviewed and rated without knowledge of the price offered. During deliberation, the number and identities of quoters are not revealed to anyone who is not involved in the evaluation and award process or to other quoters. Quotes will be evaluated based on the factors described herein, and award will be made to the responsive responsible quoter whose offer in conformance with this solicitation, results in the best value to the Government, price and other factors considered. The evaluation process essentially consists of two parts: Technical/Past Performance Evaluation and Price Evaluation. 1. Technical/Past Performance Evaluation: Proposals shall be evaluated against the Evaluation Factors and Criteria. 2. Price Evaluation: The CO will evaluate price proposals independent of the technical/past performance evaluation. The Technical Evaluation Team will not have access to price information until completion of the technical/quality evaluation. NOTE: Price/Technical Trade-off Analysis: After completing the evaluations, the Technical Evaluation Team will compare the advantages and disadvantages of the technical proposals, considering their costs as well. Both the Technical Approach and Past Performance hold equal significance, but together they are considerably less important than the Price. The Technical Evaluation Team will evaluate all factors and recommend an awardee to the Contracting Officer (CO), selecting the proposal that offers the best value to the Government. The CO's decision will be based on a comparative assessment of the proposals against all source selection criteria outlined in the solicitation. The government shall evaluate information based on the following evaluation criteria. Evaluation Factors: Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities Technical Capability will be determined on the basis of the qualification of the quoter that are detailed in the quoter s capability statement. Quoter must provide a technical capability statement of 10 pages or less demonstrating it has trained personnel, equipment, and working experience of 2-5 years in low-voltage cabling or telecom installation. Quoter must provide certification that they are a licensed business to conduct low voltage cabling or telecom installation, understand TIA/EIA standards, and meet OSHA guidelines. (2) Past performance: Quoter will be evaluated on how well their past performance information supports that they are a capable vendor who can adequately perform services of this scope and complexity without issues with performance. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. Quoter must provide at least three (3) past performances references for contracts of similar nature, scope, complexity, difficulty, and size to that which will be supplied to the work detailed in the SOW for this required. (3) Price: The government will evaluate quotes for award purposes based on the pricing for the total requirement. Quotes for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. Options: The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Please note this contract does not include options. A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quote s specified expiration in time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (End of Provision) (xi) FAR 52.212-4, Contract Terms and Conditions Commercial Items Nov 2021 applies to this acquisition. The following clauses are incorporated into Addendum to FAR 52.212-4, 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.201-70 Contracting Officer s Representative (DEC 2022) 852.203-70 Commercial Advertising (MAY 2018) 852.211-72 Technical Industry Standards (NOV 2018) 852.219-70 VA Small Business Subcontracting Plan Minimum Requirements (JAN 2023) 852.219-74 VA Notice to Total Set-Aside for Certified Veteran-Owned Small Businesses (JAN 2023) 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) 852.237-74 Nondiscrimination in Service Delivery (OCT 2019) 852.237-75 Key Personnel (OCT 2019) 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2022) The following subparagraphs of FAR 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28, Post Award Small Business Program Representation (JAN 2025) 52.222-50 Combatting Trafficking in Persons (OCT 2020) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.225-1 Buy American--Supplies (OCT 2022) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 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) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) 52.222-41, Service Contract Labor Standards (AUG 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination A site visit is being schedule for this requirement on July 15, 2025, at 10AM in building 10 conference room located on the second floor. If any vendor should have questions during/after the site visit, the questions must be submitted to the NC02 Contracting Officer by July 16, 2025 @ 11AM. If the vendor does not make that cut off time, there questions will not be answered. (xiv) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent ONLY to Clifford Harrison at Clifford.Harrison@va.gov This is a Small Business Set-Aside Open-Market solicitation for FY25 SERVICE (1X) Data Drops for Lyons VA Medical Center as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 12:00 PM ET on 07/18/2025 at Clifford.Harrison@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. All communication shall have RFQ number and requirement title in the subject line. Point of Contact Clifford Harrison, Contract Specialist Clifford.Harrison@va.gov