This is a Combined Synopsis Solicitation (CSS) for commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services., using Simplified Acquisition Procedures found at FAR Part 13 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation shall not be issued. This Solicitation number 36C24425Q0627 is being issued as a Request for Quote (RFQ). The Government anticipates to enter a Purchase Order resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 (Effective Date 06/11/2025) and can be found at: FAR | Acquisition.GOV . The associated North American Industrial Classification System (NAICS) code for this procurement is 722310 with a small business size standard of $47.0 million and the Product/Service Code is: S203. This solicitation is a service-disabled veteran owned small business (SDVOSB) set-aside. Any SDVOSB responding to this solicitation must complete, sign, and return the full VAAR clause at 852.219-75 (included within).  This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at: http://www.sam.gov . Confirmation of SAM registration will be validated prior to awarding a contract.  The Veterans Integrated Service Network 04 (VISN4), has a new requirement for a Food Service at Corporal Michael J. Crescenz VAMC as listed in the Statement of Work (SOW), Attachment A.   The Contractor shall provide all necessary licenses, certifications, training, and requirements cited in the SOW. All work is to be performed in accordance with applicable federal, state, and local regulations or ordinances. All interested offerors shall provide a quotation for the following: Pricing Schedule, Attachment B. Place of Performance: Corporal Michael J. Crescenz VAMC. VISN-04 intends to enter into a Purchase Order anticipated to begin: 09/01/2025-08/31/26, with the inclusion of four 1-year option periods. A complete description of the services to be acquired, and/or applicable Government need(s) are as follows: See Attachment A: Statement of Work. Contracting Office Address: Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) Lebanon VA Medical Center 1700 South Lincoln Avenue Lebanon, PA 17042 Contracting Specialist: Britni Greenleaf 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services 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/ (End of Clause) FAR Number Title Date 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS NOV 2023 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 2000 52.222-50 52.226-8 52.232-40 COMBATING TRAFFICKING IN PERSONS ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS NOV 2021 MAY 2024 MAR 2023 852.327-74 NON-DISCRIMINATION IN SERVICES DELIVERY OCT 2019 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) VAAR 852.208-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JAN 2023) VAAR 852.208-71 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTOR COMMITTMENTS (JAN 2023) VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JAN 2023) VAAR 852.215-71 EVALUATION COMMITMENTS (OCT 2019) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR VERIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS VAAR 852.237-75 KEY PERSONNEL (OCT 2019) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2024) 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 address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT NOV 2024 52.204-16 52.229-11 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING TAX ON CERTAIN FOREIGN PROCUREMENTS NOTICE AND REPRESENTATION AUG 2020 JUN 2020 52.216-1 Type of Contract (Apr 1984) The Government contemplates firm-fixed price, Purchase Order resulting from this solicitation. 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. (NOV 2022) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that - (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i)  Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror's bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: Printed Title of Signee: Signature: Date: Company Name and Address: (End of clause) 852.239-75 Information and Communication Technology Accessibility Notice (FEB 2023) Addendum To Far 52.212-1 Instructions To Offerors-Commercial Products And Commercial Services: Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Quotes in response to this RFQ are due on 10:00 AM (EST), Tuesday, July 22, 2025. Quotes shall be submitted in writing and sent via email to Contracting Specialist Britni Greenleaf: Britni.Greenleaf@va.gov. Please insert Solicitation Number 36C24425Q0627 CMJC VA Food Services in the subject line of your email. All submissions shall be 5MB or less. If the email is more than 5MB, submit multiple emails labeling them 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation shall be forwarded in writing via email to the Contracting Specialist by 10:00 AM EST, Tuesday, July 15. Questions will not be accepted after Tuesday, July 15. Responses to the Offeror s question(s) will be posted via an amendment on SAM.gov / Contract Opportunities via: http://www.sam.gov Failure to follow all instructions may result in Offeror(s)s being determined as non-responsive and be removed from this competition. All proposals shall be valid 60 days from the quote response date. Offeror(s)s are cautioned to be responsive to all requirements in the SOW and to provide sufficient information to allow for evaluation of the quotes. Offeror s are required to submit the following: Attachment B: Price Schedule: Please complete price information in the last two columns of Attachment B and return with your quote. To facilitate the award process, all quotes shall 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:" And a statement to acknowledge amendments, if applicable. Cover Letter. Offeror(s)s shall submit a cover letter identifying their Company name, contact information, CAGE Code, SAM Unique Entity ID (UEI) number of the prime and any teaming partner/subcontractor. Offeror(s)s shall include a completed copy of the provision 52.212-3 with their quote if the Offeror(s) has not completed it electronically in the System for Award Management (SAM), accessed via: http://www.sam.gov Offeror(s)s shall submit a Technical Capability which shall address the following at a minimum: Training/Certifications. Describe how food handlers are trained and provide examples of certifications required for food safety and sanitation practices. Infrastructure. Provide information about the staffing structure that will be utilized by the Contractor to ensure timely preparation and serving of meals during mealtimes. Communication. Describe in detail the communication methods intended to be utilized by the Contractor during the performance of the awarded contract. Contingency Plan. Provide a contingency plan for unforeseen disruptions to meal services such as staff call outs and/or food shortages. Review and complete the full VAAR Clause at 852.219-75 - VA Notice of Limitations on Subcontracting The following are factors used in the comparative evaluation of quotes: The Government will perform an evaluation using a comparative evaluation of each quote. The Government will compare quotes to one another in order to select the quote that best benefits the Government. Comparative evaluation will be conducted in accordance with FAR 13.106-2(b)(3). The following factors shall be used to evaluate Offeror(s)s: 1. Price 2. Technical Capability 3. Past Performance (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Offeror(s) within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Contracting Officer will award one, firm fixed price contract resulting from this RFQ to the responsible Offeror(s) whose quote conforming to the RFQ is most advantageous to the Government. Price The government reserves the right to award to an Offeror with other than the lowest price. The award will be made to the Offeror whose quote represents the best overall value to the government. Technical The Offeror clearly demonstrates in its response a clear understanding of all the Government s requirements and effective approach for the completion of service in accordance with the SOW. Past Performance Offerors must have a record of satisfactory or neutral past performance. If no record of past performance is found, the Offeror will receive a rating of neutral. The Government will utilize but is not limited to internal documentation including Federal Awardee Performance and Information System (FAPIIS) for determining the past performance of Offerors.  CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS  See attached document: Attachment A Statement of Work See attached document: Attachment B Price Schedule  See attached document: Attachment C Wage Determination Point of Contact Britni Greenleaf Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) Britni.Greenleaf@va.gov