Page 7 of 13 Page 1 of SUBJECT: 36C24725Q791 Preventative Maintenance Services Ceiling Lifts 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, Facility: Augusta VA Healthcare System Location: One Freedom Way, Augusta, GA 30904 The solicitation is issued as a Service-Disabled Veteran Owned Business (SDVOSB) set-aside. Rationale: Two (2) or more SDVOSBs identified; found capable of providing these services. Requirement: Replacement contract for 36C24721C0003, Preventative Maintenance, Ceiling Lifts, Contract Final Expiration Date: September 30, 2025. Contract Type: Firm Fixed Price This solicitation is issued as an 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 SDVOSB quoters must be registered in SAM.gov and be listed in SBA s VetCert to be considered for Award. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $12.5M employees. The FSC/PSC is J065 (Maintenance, Repair and Rebuilding of Equipment- Medical, Dental, and Veterinary Equipment and Supplies. VA AUGUSTA HEALTH CARE SYSTEM PERFORMANCE WORK STATEMENT (PWS) FOR ANNUAL PREVENTATIVE MAINTENANCE ON CEILING MOUNTED PATIENT LIFTS MANUFACTURED BY GULDMANN INC GENERAL SECTION Background: The VA Augusta Health Care System (VAAHCS) is currently comprised of two (2) divisions located in Augusta, Georgia. The facilities service approximately 430 available patient beds combined. Travel arrangements will be required to complete VAAHCS preventative maintenance, weight testing, and repairs. The patient ceiling lifts have been installed at the VA Augusta Health Care System to be in compliance with VHA Directive 1611 published 7/11/2023, Safe Patient Handling Program and the VAAHCS Safe Patient Handling Policy facility wide Standard Operating Procedure (SOP), SOP 4502.509. This information, if needed, is available for view by written request to renee.neidhardt@va.gov. Preventative maintenance (including annual weight testing certification) and repairs are required to maintain the operation of the patient ceiling lifts and to be in compliance with VHA Patient Safety Alert AL10-07 and VHA Patient Safety Alert AL14-07 dated July 28, 2014. This information, if needed, is available for view by written request only to renee.neidhardt@va.gov. Scope: The Contractor performing testing and maintenance of the equipment shall be certified technicians and have taken/certified by the Guldmann Certification Training Program/Recertification program to perform the required testing on the identified ceiling patient lifts. Technicians shall be trained and certified technicians for any preventative maintenance and repair work on the patient ceiling lifts. Contractors are asked to provide a copy of their current certificate/certification with their quotation. Contractors shall have a minimum of two (2) years of experience, specifically with Guldmann lifts; experience shall be clearly documented in their quotation submission. PERFORMANCE Period of Performance: The period of performance is for an initial base year with the possibility of four one-year extension options (exercised at the government's discretion) if successful results are achieved per VA Augusta Health Care System (VAAHCS) evaluation. Base Year Oct 1, 2025, to Sep 30, 2026 Option One (1) Oct 1, 2026, to Sep 30, 2027 Option Two (2) Oct 1, 2027, to Sep 30, 2028 Option Three (3) Oct 1, 2028, to Sep 30, 2029 Option Four (4) Oct 1, 2029, to Sep 30, 2030 Contractors are asked to reference any/all contract numbers for contract(s) currently held for preventative maintenance on patient ceiling lifts. If contractors do not currently hold any contracts, but did within the past 2-3 years, contractors are asked to reference those contract(s) in their quotation submission. Contractors are required to clearly document in 2-3 sentences, in their quotation submission if they will require a ramp-up plan for preventative maintenance services; Furthermore, contractors must clearly specify whether an initial site visit (after receipt of award is requested); specifically state in writing what is required from the contractor (only if selected for contract award) to perform on the contract starting on October 1, 2025. The October 1, 2025 if a FIRM DATE; CANNOT BE CHANGED. Familiarization of Facility Familiarization of equipment Familiarization of preventative maintenance schedule Establishment of communication protocols Hours of Performance: The contractor will provide the service during the hours of operation Monday Friday, 7:30 AM 3:30 PM Eastern and is subject to change depending on the Governments need. Weekends may be added up through contract modification if funds permit. Unless otherwise specified the Government observes the following holidays: New Year s Day January 1 Martin Luther King s Birthday Third Monday in February President s Day Third Monday in February Memorial Day Last Monday in May June 19 Juneteenth Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Any other date specifically declared by the President of The United States to be a national holiday will also be observed. Place of Performance: all work is to be performed at the VAAHCS Uptown and Downtown Divisions at the following addresses: Uptown Division Downtown Division 1 Freedom Way, Augusta, GA, 30904 950 15th Street, Augusta, GA 30904 TASKS The contractor shall provide all parts, equipment, material, and labor including travel cost to perform the tests and correct any deficiencies identified by the tests. The contractor shall perform all lift testing should be completed on a fiscal year basis within the timelines set forth in the table below. The locations are identified for each medical facility in section 2.3. Lifts should be tested in the timeframe noted below: Facility Number of Lifts Estimated Completion Time (Days) Downtown 184 1 1.5 hour(s) per unit Uptown 116 1 1.5 hour(s)per unit The contractor shall perform preventative maintenance by check charging system, rails, hand control and cable, lifting strap, all hardware. Annual Preventative Maintenance shall include a completed VA Augusta Health Care System (VAAHCS), Annual Preventative Maintenance form located at: https://www.publichealth.va.gov/docs/employeehealth/PreventitiveMaintenance.pdf#. The form must be provided electronically and in hard copy for each lift maintained. The contractor shall perform annual load testing and provide all certifications. The contractor shall perform emergency maintenance to repair any non-functional ceiling patient lift. The contractor will be required to repair and supply parts for lifts that become non-functional within forty-eight (48) hours of being notified. Contractor s are asked to clearly explain in 2-3 sentences how they intend to meet this requirement in their quotation submission. The contractor shall take a photo of each weight test of a lift at 100% capacity, with the location (Downtown Division or Uptown Division), room number, lift identifier (Serial Number and EE/MX number), and date included in the photo. Photos must be supplied via email with the completed checklist https://www.publichealth.va.gov/docs/employeehealth/PreventitiveMaintenance.pdf#. The contractor shall load test each lift system at 150% of the specified capacity. Test will occur for a minimum of 15 minutes per bracket at the mounting point of each point of contact to the rail system. Contractor will check and inspect all electrical connections, rollers, bearings, and moving parts for proper clearances. Contractor will produce documentation for each test. Upon completion of testing and verification by, contractor will provide electronic documentation of test procedures for each individual room to VA staff. The contractor shall check each individual ceiling mounted lift system to meet VHA Directives and certifies that it meets the Directive and the Veterans Health Administration (VHA) Patient Safety Alert, AL 10-07 and AL14-07. Copies of both directives are available for view, if needed, by only by written request, to: renee.neidhardt@va.gov CONTRACTORS REASONABILITY Provide Qualified Technicians: The Contractor who is performing testing and maintenance of the equipment shall be certified technicians to perform the required testing on the identified ceiling patient lifts. Certified technicians will have taken/been certified by the Guldmann Certification Training Program/Recertification program. Technicians shall be trained and certified technicians for any preventative maintenance and repair work on patient lifts. Contractor must provide evidence of training, and certification, to inspect Guldmann GH3 model patient ceiling lift, including wall mounts, ceiling mounts, hanger bars. At least one person who has been trained by the manufacturer on the equipment to be tested must lead each test. Prefer technicians to have a minimum of two (2) years experience inspecting and working with Guldmann equipment. The contractor will provide OEM parts and labor to correct any deficiencies identified by the tests. The contractor will work with the Contract Officer Representative (COR) to schedule maintenance and testing will be planned with the contractor and will flex to allow for room availability. Inpatient rooms will be prioritized first. Testing shall be completed within the contract dates. Room availability will be arranged by COR. Contractor must deliver certification records from any given day to COR no later than one week after certification of each system. Contractor must notify COR immediately, separately from certification forms, of any damage that jeopardizes the safety of the hoist system and any corrective action required by this medical center. The contractor shall certify for twelve (12) months following the completion of the testing and maintenance of each patient lift. The contractor is responsible for supplying all material data sheets (MDS s) for associated materials, if any, to the Safety Officer and the COR for approval before commencing any work. The contractor is responsible to replace any items damaged by the contractor employees or sub-contractor employees, including but not limited to ceiling tiles or other VA medical equipment in the area. The contractor is always responsible to keep work area clean preventing safety hazards to patients and medical staff. All debris shall be removed before contractor personnel at the end of the workday. The contractor shall not interrupt any utility service or fire alarm service during the process of this job. The contractor shall document all testing and inspections on the Corrective and Preventative Maintenance Checklist for Ceiling Mounted Patient Lifts. https://www.publichealth.va.gov/docs/employeehealth/PreventitiveMaintenance.pdf# The contractor shall be licensed to perform this service in the State of Georgia and provided the Government with all licenses and certifications needed. All licenses and certifications will be in the Prime Contractors name. GOVERNMENT RESPONSIBILITY Contracting Officer Representative (COR), also referred to as the Contract Point of Contract (CPOC) shall ensure that all contracted technicians are trained in proper repair methods and have current badges to enter the facilities. COR shall ensure that all patient rooms are available at the time services begin. COR shall ensure that all background checks have been cleared and results shall be provided to the Contracting Officer (CO) for electronic filing. Scheduling will be arranged with the COR/ACOR.  The contractors do not need to be supervised by Veteran Affairs employees at all times but do need to check in with the designated person onsite at beginning of each workday. The contractor shall follow local policy in providing appropriate identification to on-site contractors.  The facility COR will designate the person to check in with at each facility to provide identification. COR shall notify the contractor of any changes in inspections that have been scheduled. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Methods of Surveillance The COTR shall use the surveillance methods listed below in the administration of this Quality Assurance Surveillance Plan (QASP); Direct Observation: Individual inspections of repairs; Periodic Inspection: Inspections will be scheduled annually and after repairs; User Survey: Customer complaints and annual inspections. Complaints are investigated and validated Performance Standards PERFORMANCE BASED TASK INDICATIOR STANDARD QUALITY ASSURANCE RATING Provide the facility with lift testing by certified technicians 3. No more than two incidents of not providing a finished within 48 hrs. Direct observation EXCEPTIONAL Zero Incidents SATISFACTORY Two Incidents UNSATISFACTORY Three or More Incidents Vendor provides evidence of training as required by the PWS and to follow applicable safety rules and regulations 4.1 Substantiated customer complaints of no more than 2 User Survey EXCEPTIONAL Zero Incidents SATISFACTORY Two Incidents UNSATISFACTORY Three or More Incidents. Complete Lift Inspections Timely 3.2 No more than 10 untimely inspections annually Direct Observation EXCEPTIONAL Zero - Two Incidents SATISFACTORY Three Ten Incidents UNSATISFACTORY More than Ten Incidents INVOICING Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the COR, and submitted electronically through OB-10. A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Total Amount Due CHANGES TO THE STATEMENT OF WORK Any changes to this PWS shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. CONFLICTS OF INTEREST: The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of Veterans Affairs. Nor shall the Contractor employ any person who is a member of the immediate family of a VA employee, if the employment of that family member would create a conflict of interest, or the appearance of a conflict of interest, particularly with regard to influencing the contract negotiations, terms of the contract or the work carried out under the contract. In any case VA must review the matter and give its approval in accordance with agency ethics rules. CONTRACT MONITORING PROCEDURES: At the time of the contract award, the Contracting Officer will appoint a Contracting Officer Technical Representative (COR) to assist with the contract monitoring requirements. The COR will monitor such items as quality of service, timeliness of performance, customer service, cost control business relations. In accordance with FAR 1.601 (a) Contracts may be entered into and signed on behalf of the Government only by contracting officers. A COR is not authorized to modify the stated terms of the contract, including extending the length of the contract period. Quality of service will be monitored through a continuous review of requested studies vs. performed studies, the appropriateness of images produced and morbidity and mortality figures. These factors will be rated by a consensus of radiologists interpreting the MRI studies and through a radiologist or resident in the MRI unit setting protocols for scan and observing patients and procedures through the study process. Timeliness of performance will be measured through daily workload counts compared to daily number of studies ordered. Customer service will be monitored through periodic unannounced visits to the MRI unit and through patient satisfaction surveys completed by MRI patients. Cost control will be monitored through a comparison of overtime hours worked and the type and number of studies completed per day. Appropriate regulatory and accrediting standards will apply, and all adverse events will be reported in accordance with medical center and other applicable guidelines. The delegated COR will notify the Contracting Officer of any non-compliance immediately upon his/her gaining knowledge of any such situation or incident. Initial communication of such may be communicated by telephone. After such communication, the COR will provide a written statement to the Contracting Officer along with any supporting documentation regarding the performance failure noticed. Upon receipt of a proper invoice, the COR shall certify that the services identified have been performed. Once certification has been made, the invoice will be forward through the proper billing channels and payment shall be made to the Contractor. Both parties shall jointly conduct a review of Contractor s performance to evaluate if services being provided are in accordance with the contract terms and if payments and billings are being properly handled. This review shall include but is not limited to analysis of all billings, payments, costs, administrative issues, patient satisfaction, quality of care and other related documentation that identifies that services have been received. Any concerns need to be brought to the Contractor/COR s attention at the time noted rather than an agreement reached prior to the expiration of services provided and consideration being received are satisfactory. Upon conclusion of the initial contract period and all option periods, and in coordination with the Contracting Officer, the using service shall provide a statement to the Contracting Officer providing a summary of Contractor s actions and a statement that all requirements of the contract were fulfilled as agreed. This information shall be forwarded by the COR to the Contracting Officer at least 90 days prior to the end of base period and each option period. 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 Page 12 of 13 Page 1 of 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). [X] (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, Postaward Small Business Program Rerepresentation (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 52.217-8 OPTION TO EXTEND SERVICES NOV 1999 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 2000 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.204-70 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL MAY 2020 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES (DEVIATION) JAN 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 *Contractors are asked to ensure the following information at a minimum is provided as part of their quotation submission. Company Name Business Address System for Award Management (SAM) Unique Identification Number (UEI) Duns Number (Dun and Bradstreet) Vendor POC Name Vendor POC E-Mail Address Vendor POC Phone Number **Contractors are asked to provide a capability statement to include their technical capability to meet ALL requirements specified within the Statement of Work (SOW). 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.                                                            52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)  (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.  (b) If the Government exercises this option, the extended contract shall be considered to include this option clause.  (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed not exceed five (5) years. 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 Monday,July 28, 2025, at 5:00PM (EST), via email to joseph.locke@va.gov. Please place in ATTENTION: 36C24725Q0791 PM PATIENT CEILING LIFTS 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). The contract award decision 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 Point of Contact Joseph Locke Contracting Officer Network Contracting Office 7 joseph.locke@va.gov Alternate Point of Contact Darius Crane Contracting Officer Network Contract Office 7 darius.crane@va.gov