2 Description 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 an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC Number 2025-03, effective date 01/17/2025. This solicitation is set-aside for Open Market, Small Business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 311511, with a small business size standard of 1,150 employees. The FSC/PSC is 8910 Dairy Food and Eggs. STATEMENT OF WORK PROVIDE MILK AND DAIRY REQUIREMENTS Contractor shall provide a multi-year, base plus four option year contract for the estimated Milk requirements as described in the schedule below to the Location: Veterans Health Administration, New York Harbor Healthcare System (Margaret Cochran Corbin VA campus or Manhattan VA campus, Brooklyn VA Medical Center, and St. Albans Community Living Center); in accordance with the specifications contained herein. The Government anticipates award of a Firm Fixed-Price Estimated Requirements contract for Milk and Dairy. The Government does not guarantee the estimated yearly quantity. Any proposed alternate item shall meet the requirements of the Government specification as cited in the Index of Federal Specifications/Standards (FED) and or commercial Item Description (CID). The awarded contract shall constitute the entire agreement including all terms and conditions applicable to the contract. DEFINITIONS N&FS Nutrition & Food Service C.1.0. GENERAL REQUIREMENTS C.1.1. The contractor shall contact the Contracting Officer on all matters pertaining to administration. Only the contracting Officer is authorized to make commitments to issue changes which will affect the price, quantity, quality, or delivery terms of this contract. C.2.0. ALTERNATE ITEMS, PACKAGING, AND PACKING: C.2.1. Offerors may propose alternate items, packaging, or packing. Offerors shall clearly indicate, in their offer, the quantity, packaging size, unit or other different features upon which the offer is submitted. Evaluation of the alternate item will be made against a common denominator (i.e., weight, package quantity, etc.). Offerors are reminded that the alternate item must meet all the requirements of the Government specifications. C.2.2. Availability of requirements documents cited in the solicitation: a) The GSA Index of Federal Specifications (FED), Standards and Commercial Item Descriptions (CID), FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to: GSA Federal Supply Service (Address) b) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph C2.2.(a) of this provision. Additional copies will be issued for a fee. C.3.0. PRODUCT QUALITY AND FRESHNESS: C.3.1. All milk shall be delivered to the requested destination no later than 72 hours after said milk is pasteurized. This requirement is in accordance with the CID Specification # A-A-200113, dated December 12, 1986. All milk and milk product items furnished under this contract shall be fresh and of the highest quality. Failure to comply with this condition will be considered grounds for contract default against the offeror. C.3.2. The successful offeror shall furnish to the COR and or the Contracting Officer the code or instructions to decipher the date on which the pasteurization process was completed. This information shall be furnished within five (5) days from award of the contract. Failure to comply with this condition will be considered grounds for contract default against the offeror. C.3.3. All products furnished under this contract shall be processed and packed under sanitary conditions in strict accordance with guidelines provided by the U.S. Food and Drug Administration and the U.S. Department of Agriculture, using the best commercial practices that are standard for the industry. All containers shall be clean, sound, and securely covered or sealed to provide adequate protection from dirt, filth, or contamination. C.3.4. Unless otherwise specified in the item specification or solicitation, marking shall be in accordance with best commercial practice. C.3.5. Any commercial or additional labeling, as specified, which complies with the U.S. Food, Drug, and Cosmetic Act, and regulations promulgated there under, is acceptable. C.3.6. Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch-pound units, providing they fall within the tolerances specified using conversion tables contained in the latest revision of Federal Standard No. 376. If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch-pound units, a request should be made to the Contracting Officer to determine if the product is acceptable. The COR, in accordance with the Contracting Officer, will accept or reject the product. C.3.7. Additional packaging, packing, and/or marking requirements can be found in the Addendum to 52.212-4, Terms and Conditions Commercial Items. C.4.0. DELIVERIES OR PERFORMANCE: The period of performance for the provision of milk and dairy products shall be a base period from the date of award through December 31st, 2025, with the possibility of four (4) one-year option periods from January 01, 2026, through December 31st, 2029. The decision to exercise one or both option years rests solely with the Government. Pricing Period 1 (04/01/2025 - 12/31/2025) Pricing Period 2 (01/01/2026 - 12/31/2026) Pricing Period 3 (01/01/2027 - 12/31/2027) Pricing Period 4 (01/01/2028 - 12/31/2028) Pricing Period 5 (01/01/2029 - 12/31/2029) All interested companies shall provide quotations for the following: VA NEW YORK HARBOR, Pricing Period 1 April 1, 2025, through December 31st, 2025 Margaret Cochran Corbin VA Medical Center Description Quantity Unit Cost Total Price Half-pint Whole Milk carton 7280 EACH Half-pint 2% Milk carton 14560 EACH Half-Pint Skim Free Milk carton 7280 EACH Total Brooklyn VA Medical Center Description Quantity Unit Cost Total Price 4 oz 2% Milk carton 5460 EACH Half-pint Whole Milk carton 3460 EACH Half-pint Skim Milk carton 3640 EACH Half-pint 2% Milk carton 32760 EACH 4 oz Whole Milk carton 5460 EACH Total St. Albans Community Living Center Description Quantity Unit Cost Total Price 4 oz 2% Milk carton 5460 EACH Half-pint Whole Milk carton 29120 EACH Half-pint Skim Milk carton 29120 EACH Half-pint 2% Milk carton 36400 EACH 4 oz Whole Milk carton 5460 EACH Total New York Harbor, Pricing Period 2 January 1, 2026 through December 31st , 2026 Margaret Cochran Corbin VA Medical Center Description Quantity Unit Cost 2% increase Total Price Half-pint Whole Milk carton 7280 EACH Half-pint Skim Milk carton 7280 EACH Half-pint 2% Milk carton 14560 EACH Total Brooklyn VA Medical Center Description Quantity Unit Cost 2% increase Total Price 4 oz 2% Milk carton 5430 EACH Half-pint Whole Milk carton 3460 EACH Half-pint Skim Milk carton 3640 EACH Half-pint 2% Milk carton 32760 EACH 4 oz Whole Milk carton 3460 EACH Total St. Albans CLC Description Quantity Unit Cost 2% increase Total Price 4 oz 2% Milk Carton 5460 EACH Half-pint Whole Milk carton 29120 EACH Half-pint Skim Milk carton 29120 EACH Half-pint 2% Milk carton 36400 EACH 4 oz Whole Milk carton 5460 EACH Total New York Harbor VA, Pricing Period 3 January 1, 2027 through December 31, 2027 Margaret Cochran Corbin VA Medical Center Description Quantity Unit Cost 2% increase Total Price Half-pint Whole Milk carton 7280 EACH Half-pint 2% Milk carton 14560 EACH Half-Pint Skim Milk carton 7280 EACH Total Brooklyn VA Medical Center Description Quantity Unit Cost 2% Increase Total Price 4 oz 2% Milk carton 5460 EACH Half-pint Whole Milk carton 3460 EACH Half-pint Skim Milk carton 3640 EACH Half-pint 2% Milk carton 32760 EACH 4 oz Whole Milk carton 5460 EACH total St. Albans Community Living Center Description Quantity Unit Cost 2% Increase Total Price 4 oz 2% Milk carton 5460 EACH Half-pint Whole Milk carton 29120 EACH Half-pint Skim Milk carton 29120 EACH Half-pint 2% Milk carton 36400 EACH 4 oz Whole Milk carton 5430 EACH Total New York Harbor, Pricing Period 4 January 1, 2028, through December 31, 2028 Margaret Cochran Corbin VA Medical Center Description Quantity Unit Cost 2% increase Total price Half-Pint Whole Milk 7280 EACH Half-Pint 2% Milk 14560 EACH Half-Pint Skim 7280 EACH Total Brooklyn VA Medical Center Description Quantity Unit Cost 2% increase New Total 4 oz 2% Milk carton 5460 EACH Half-pint Whole Milk carton 3460 EACH Half-pint Skim Milk carton 3640 EACH Half-pint 2% Milk carton 32760 EACH 4 oz Whole Milk carton 5460 EACH Total St. Albans Community Living Center Description Quantity Unit Cost 2% increase New Total 4 oz 2% Milk carton 5460 EACH Half-pint Whole Milk carton 29120 EACH Half-pint Skim Milk carton 29120 EACH Half-pint 2% Milk carton 36400 EACH 4 oz Whole Milk carton 5460 EACH Total New York Harbor VA, NY: Pricing Period 5 January 1, 2029, through December 31, 2029 Margaret Cochran Corbin VA Medical Center Description Quantity Unit Cost 2% increase New Total Half-pint Whole Milk carton 7280 EACH Half-pint 2% Milk carton 14560 EACH Half-Pint Skim Milk carton 7280 EACH Total Brooklyn VA Medical Center Description Quantity Unit Cost 2% increase New Total 4 oz 2% Milk carton 5460 EACH Half-pint Whole Milk carton 3460 EACH Half-pint Skim Milk carton 3640 EACH Half-Pint 2% carton 32760 EACH 4 oz Whole Milk carton 3460 EACH Total St. Albans Community Living Center Description Quantity Unit Cost 2% increase New Total 4 oz 2% Milk carton 5460 EACH Half-pint Whole Milk carton 29120 EACH Half-pint Skim Milk carton 29120 EACH Half-pint 2% Milk carton 36400 EACH 4 oz Whole Milk carton 5460 EACH total C.4.1 The Contracting Officer shall authorize Medical Center personnel to place delivery orders for milk, dairy, and juice products listed in the schedule of pricing. C.4.2 Orders shall be placed no less than 1 workday prior to required delivery date, upon delivery at the receiving location, items ordered shall be less than 24 hours old and with a minimum of 7 days of shelf life. C.4.3. Deliveries shall be made between 6:00 a.m. and 10:00 a.m., local time, minimally twice a week on Monday, Tuesday, Thursday, Friday, and Saturday, as requested by the COR or his/her designee, excluding Sundays and designated Federal Holidays. All milk and dairy products must be delivered in a refrigerated truck at 40 degrees Fahrenheit or below to ensure quality and freshness. C.4.4 Delivery shall be made within the premises at the following location: Margaret Cochran Corbin VA Campus 423 East 23rd St New York, NY 10010 Brooklyn VA Medical Center 800 Poly Place Brooklyn, NY 11209 St. Albans Community Living Center 179-00 Linden Blvd Jamaica, NY 11425 C.4.5. Federal Holidays are as follows and include any other days specifically declared by the President of the United States to be a national holiday: New Year s Day Martin Luther King s Birthday Presidents Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas C.4.6 BRANCH FIRM: If the orders are to be placed and delivery effected by a branch firm at other than the address given on page one, this firm and address with telephone number will be inserted below. BRANCH FIRM FOR DELIVERIES TO __________________VAMC: Name: _______________________________________ Address: _______________________________________ Telephone: _______________________________________ C.5.0. INSPECTION OF PLANTS: C.5.1. All products furnished under the awarded contract shall be processed at plants that have been inspected by the Federal Government. Approved inspection reports of another VA Facility or other Federal Government agency will be accepted as satisfactory evidence that the facilities/plants meet these requirements, provided that the inspection was made not more than six (6) months prior to the proposed contract period (See Addendum to 52.212-3 for representations and certifications. The Contracting Officer or his/her designee reserves the right to make pre-award, on-site survey and inspection of the plant, personnel, equipment, and processes of the offeror. If the plant of the apparent low offeror does not meet specification or is not acceptable, the offer will be rejected. C.5.2. INSPECTION OF PLANTS: An inspection may be made of the premises and employees of bidder, prior to making award, and conditions found will be considered in awarding the contract. Inspection may also be made at any time during the life of the contract and, if it is found that the contractor is not complying with specifications, deliveries will be rejected, and the products covered by this contract will be procured in the open market. Any excess cost occasioned by this action will be charged against the contractor s account. THE BIDDER CERTIFIES THAT: (check one) (__) No agent of the Federal Government has conducted an inspection of the physical facilities of this plant within the last six months. -OR- (__) An inspection of the physical facilities of the plant was conducted by the: __________________________________ on ________________________. (Agency) (Date of inspection) PLEASE PROVIDE COPY OF LAST INSPECTION REPORT WITH QUOTATION. C.6.0. PAYMENTS: C.6.1. Payments under this contract shall be made by Electronic Fund Transfer (EFT) by the VA Finance Services Center. See FAR Clause 52.232-33, Payment by Electronic Funds Transfer - System for Award Management for further information. C.7.0. CONTRACTING OFFICER (CO): The Contract Officer (CO) named below is responsible for the overall administration of the contract. The CO is the primary POC for all questions regarding this procurement. Jonatan Rondon Department of Veterans Affairs Network Contracting Office 2 The awarded Contractor(s) is advised that only the Contract Specialist, acting within the scope of the contract and his/her duties and responsibilities and, after advice and consultation with the Contracting Officer, has the authority to make changes which effect contract prices, quality, quantity, delivery terms and conditions, term of contract. In no event shall any understanding or agreement, contract modification, change order, or other matters in deviation from the terms of this contract between the Contractor and a person other than the Contracting Officer, be effective or binding upon the Government. All such actions must be formalized by the proper contractual document executed by the Contracting Officer. C.8.0. CONTRACTING OFFICER S REPRESENTATIVE (COR): The following individuals have been designated as the Contracting Officer s Representative (COR) to monitor and certify receipt of services rendered under these contracts: Chow, Stephen W. Chief of VISN 2 Commissary stephen.chow1@va.gov 718-526-1000 ex. 8331 NYHHCS - St. Albans Campus The contract type is firm-fixed price, FOB Destination. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) 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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) The following subparagraphs of FAR 52.212-5 are applicable: 52.211-1 Availability of Specifications Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29. (SEP 2023) (a) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (b) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the ASSIST website identified in paragraph (a) of this provision. All quoters shall submit the following: Pricing for items listed on Section C.4.0. of the Statement of Work and the most recent inspection report. All quotes shall be sent to the Contracting Officer at: Jonatan.rondon@va.gov 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. VAAR 809.106-1 Conditions for pre-award surveys. (a) Except as provided in paragraphs (b) through (e) of this section, a committee under the direction of the contracting officer and composed of representatives of the medical service or using service chiefs or designees appointed by the facility or VISN director will conduct a pre-award on-site evaluation of the plant, personnel, equipment and processes of the prospective contractor for contracts covering the products and services of the following: (1) Bakeries. (2) Dairies. (3) Ice cream plants. (4) Laundry and dry-cleaning activities. (b) Before any inspection, the contracting officer will determine whether another VA facility or another Federal agency has recently inspected and approved the plant. (1) The contracting officer will accept an approved inspection report of another VA facility. (2) If another Federal agency made a plant inspection not more than 6 months before the proposed VA contract period, the contracting officer may accept an approved inspection report of that other Federal agency as satisfactory evidence that the facilities of the bidder meet the bid requirements. (c) VA will not conduct a pre-award on-site evaluation of a dairy plant when VA receives an acceptable bid from a supplier of dairy products designated as No. 1 in the Federal Specifications if the following conditions are met: (1) The supplier has received a pasteurized milk rating of 90 percent or more for the type of product being supplied, on the basis of the U.S. Public Health Service milk ordinance and code. (2) The rating is current (not over 2 years old) and has been determined by a certified State milk sanitation rating officer in the State of origin or by the Public Health Service. The contractor must maintain the rating of 90 percent or more during the period of the contract. (3) The solicitation specifications must include the requirements in paragraphs (c)(1) and (2) of this section. (d) A dairy plant that does not meet paragraph (c) of this section may offer only dairy products designated as No. 2 in the Federal Specifications. VA will make an award to such a firm only after it completes a pre-award on-site evaluation conducted under paragraph (a) of this section. (e) Before it makes an open market purchase of fresh bakery products (such as pies, cakes, and cookies), VA will inspect and evaluate the plant where these products are produced or prepared under paragraph (a) of this section. VA will make an on-site evaluation at least annually and record the results on VA Form 10-2079, Inspection Report of Bakery. The following are the decision factors: Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Comparative Evaluations may be considered for this procurement. The government shall evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Sept 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition (1)Is set aside for small business and has a value above the simplified acquisition threshold; (2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during pre-award testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror s initial offer should contain the offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by (i) Using the ASSIST feedback module ( https://assist.dla.mil/ feedback); or (ii) Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency s evaluation of the significant weak or deficient factors in the debriefed offeror s offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 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. Submission of your response shall be received not later than Thursday, March 13th, 2025 at 16:00 EST. Email: Jonatan.Rondon@va.gov 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 to the Point of Contact listed below. Point of Contact Jonatan Rondon Jonatan.rondon@va.gov Network Contracting Office 2 VA New York Harbor Healthcare System Margaret Cochran Corbin VA Medical Center 423 East 23rd Street New York, NY 10010