Description: Nashville VA Medical Center has a requirement to replace insulation and clad rooftop ducts and EF11 and EF12 fan exhausts. 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, and a written solicitation document will not be issued. This solicitation is issued as a request for quotations (RFQ) #36C24925Q0361. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAR Deviations JUN 2025 (eff. 06/11/2025) VAAR DEVIATION APR 2025 (eff. 04/01/2025) VAAM Alert 24-10 (eff. 04/09/2024) Acquisition Policy Flash 25-07 (received 05/08/2025) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JAN 2025) [(DEVIATION FEB 2025)] System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. This procurement is a 100% Service Disabled Veteran Owned Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this requirement is NAICS Code 811310 Maintenance, Repair, and Rebuilding of Equipment - Refrigeration, Air Conditioning, and Air Circulating Equipment ($12.5 Million SBA Size Standard). Business size status shall be listed and verified with the US Small Business Administration's "Veteran Small Business Certification (VETCert)" at https://veterans.certify.sba.gov , at the time of quote submission and award. This is a service contract to provide TVHS Nashville Campus replacement of Insulation and clad rooftop exhaust ductwork and fans EF11 and EF12. System to receive 2 Polyiso board with Polyguard weatherproof jacketing. 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. 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: 1. FAR 52.212-1, Instructions to Quoters Commercial Items (Addendum attached) 2. FAR 52.212-2, Evaluation-Simplified Acquisition Procedures 3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (www.sam.gov. Registration is required to be complete at time of submission of response.) The following clauses are applicable to this acquisition: 1. FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services and any addenda to the clause. 2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services and regarding which, if any, of the additional FAR clauses cited in the clause are applicable to this acquisition. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $19.0M. The FSC/PSC is J041. Quotes are due July 28, 2025, at 11:00AM CT. Quotes shall be submitted via email to: ramona.bonness@va.gov . Quotes received after this date and time will be considered late in accordance with FAR Provision 52.212-1 and will not be evaluated unless the Contracting Officer determines the late quote will be accepted IAW FAR 52.212-1(f)(2)(i)(A-C). Instructions are listed on pages 8-11. Quoters shall review the Statement of Work (SOW) below and provide pricing using the following Price/Cost Schedule. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB ______ _______________ TVHS Nashville Campus Insulate and clad rooftop exhaust ductwork/vents and EF11 and EF12 fans. System to receive 2 Polyiso board with Polyguard weatherproof jacketing. (Price to include labor and materials.) PRINCIPAL NAICS CODE: 238220 Plumbing, Heating, and Air Conditioning Contractors PRODUCT/SERVICE CODE: J041 - Maintenance, Repair, and Rebuilding of Equipment - Refrigeration, Air Conditioning, and Air Circulating Equipment GRAND TOTAL __________________ DELIVERY SCHEDULE ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE 0001 SHIP TO: TVHS Nashville Campus 1310 24th Ave. South Nashville TN 37212-2637 USA ALL 14 days ARO STATEMENT OF WORK (SOW) INTRODUCTION/BACKGROUND INFORMATION This project will provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the Insulation and clad rooftop exhaust ductwork on fans EF11 and EF12 as stated in this Statement of Work and specifications. The contractor shall perform as to meet or exceed NPS Standards and TIL Specifications in this contract. PLACE OF PERFORMANCE 1310 24th Ave S. Nashville, TN 37212 SCOPE OF WORK The Engineering Service at the Nashville VA Medical Center needs EF-11 and EF-12 exhaust fans insulated. Requirements/Tasks: The vendor will provide labor and materials to perform the following: Provide material and labor to Insulate and clad rooftop exhaust ductwork and fans EF11 and EF12. System to receive 2 Polyiso board with Polyguard weatherproof jacketing. Includes labor to demolish existing insulation. Clean up and remove all associated debris. PROJECT DESCRIPTION/GENERAL INFORMATION/SITE VISIT: Pre-Meeting And/or Site Visit: Site visit is highly encouraged and must be scheduled with point of contact (POC), Clint Roberts, 629-401-7413. Post award kick off meeting shall also be scheduled with POC Clint Roberts prior to work beginning. Hours of Operation and Scheduling: Work on the roof may be accomplished as scheduled in advance. Schedule all normal work Monday through Friday, 7AM to 4PM with POC, Clint Roberts, 629-401-7413. GOVERNMENT HOLIDAYS: New Year s Day January 1 Martin Luther King s Birthday . 3rd Monday in January President s Day . 3rd Monday in February Memorial Day Last Monday in May Juneteenth ...Jun 19th Independence Day . July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11 Thanksgiving Day . Last Thursday in November Christmas Day ........December 25 Any other day designated by the President as a national holiday. When the holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by US Government agencies. CONFIRMATION OF WORK All work to be confirmed and subject to Quality Control Methods before being approved by the POC, Clint Roberts. COMPLIANCE The contractor shall be fully responsible for compliance with all VA, local, state, and Federal occupational safety laws, rules, and regulations. The contractor shall follow life and safety codes and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working procedures. All work for the duration of the contract shall be performed by trained technicians. CONTRACTOR EMPLOYEES Contractor personnel shall present a neat appearance and be easily recognized as contract employees. Example: wearing steel toe boots and safety glasses, ID badges and or name tags. CONTRACTOR EMPLOYEE IDENTIFICATION All contractor employees must be clearly identified as contractors (not VA employees) when performing their services under this contract. This includes visual (appearance), verbal (phone), and electronic (email). The contractor must provide all employees with a contractor identification (ID) badge at the contractor s expense prior to performing work under this contract. Contractor employees are always required to display this badge when performing services under this contract. All badges must contain an expiration date and photograph of the employee. All contractor employees must also be required to wear VA issued badges and must always display these badges while in the performance of this contract and/or as instructed by the COR. The contractor supervisor must ensure that all contractor employees display their VA issued badges. The contractor supervisor must be responsible for managing all VA issued badges provided to contractor employees and immediately collect these badges from employees no longer working on the contract. CONTRACTOR EMPLOYEE CONDUCT The contractor is completely responsible for all the actions and conduct of their employees. Contractor employees must be well-groomed and neat in appearance. Contract employees must be professional in attire and must not wear any offensive clothing. Contractor employees must conduct themselves in a socially acceptable manner appropriate for an office work environment; Loudness, vulgarity, rudeness, smoking, or other similar offensive conduct by a contractor employee may be grounds for denying the employee further access to VA premises. Contractor employees must not consume alcohol or illegal drugs during working hours or at any other time the employees are performing work under this contract. CONTRACTOR RESPONSIBILITY He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Florida. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder regarding any claims, loss, damage, injury, and liability resulting there from. CONTRACT AWARD MEETING: The contractor shall not commence performance on the tasks in this PWS until the POC has conducted a Kickoff Meeting or advised the contractor that a kickoff meeting is waived. PERIOD OF PERFORMANCE: The EF-11 & EF-12 Insulation work is to be completed within 14 days after award. Warranty information will be provided on the work completed (inclusive of parts and labor and duration for any necessary repairs after work is completed). CHANGES TO THE STATEMENT OF WORK (SOP): Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder with all other products of the project and bilateral modification to the contract will be completed. Any costs incurred by the contractor through the actions of parties other than by CO modification to the contract shall be borne by the contractor. PERFORMANCE REQUIREMENTS: Contractor shall provide the necessary personnel and equipment to meet or exceed required service. Contractor shall have the following responsibilities Provide all design, supervision, labor and materials to complete all requirements described in this SOW. Contractor shall take all precautions necessary to protect persons and property from injury and/or damage during performance of this contract. Contractor shall be responsible for any injury to their employees as well as for any damages to personnel or Government property that occurs during the performance of this contract that is caused by the Contractor s fault or negligence. Contractor shall ensure that all areas where equipment is serviced under this contract are left in a clean, neat and orderly condition. Contractors shall possess and utilize all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform all work safely, effectively, and timely Arrange and pay for all proper disposal of waste and debris. Maintain the project schedule agreed upon in the final contract documents. DELIVERABLES The Contractor shall perform the services necessary to complete the tasks in accordance with the procedures described in a timely and professional manner, consistent with industry standards, at the location, place and time that the VA has set aside, and all in accordance with the SOW. DELIVERY SCHEDULE: The project will be completed within 14 days of the contractual agreement. The deliverables will be received by the POC, Clint Roberts. TESTING SPECIFICATIONS: Clint Roberts will inspect the project to verify that the Insulation and clad rooftop exhaust ductwork is installed for fans EF11 and EF12 and the system receives 2 polyiso board with weatherproof jacketing. TECHNICAL EXPERT/POC: Utilities Systems Supervisor Clint Roberts Clint.roberts1@va.gov 629-401-7413 (END OF SOW) Service shall be provided no later than 14 days after receipt of order (ARO). 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 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 preaward 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 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-PROV) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far INSTRUCTIONS TO OFFERORS Submitting your quote: Submit your company s quote by email the address specified on page 1 of this Request for Quotes (RFQ) utilizing either PDF or Microsoft Word file formats comprised of not more than 5 documents total (8 Megabyte File Size Limitation). Reply by email with Subject RFQ 36C24925Q0361 response . Vendors shall submit only one quote. If a concern submits more than one quote all quotes may be rejected from that concern. Quotes received that do not contain all of the following information being requested may be considered unacceptable. Submission deadline: Your quote must be received at the email address specified by the deadline specified on page 1. We will not consider any quote that we receive after the deadline unless we receive it before we issue an award and considering it will not delay the award. In case of an emergency that delays our operations and makes submission or receipt of your quote impossible, we will extend the deadline by one working day. All interested Parties are hereby advised that the Government shall not be responsible for late submissions, wi-fi/server interruptions related to the submission of a quote. It shall be the responsibility of each quoter to confirm receipt of quote with the Contracting Officer at the time of submission or prior to the closure of the solicitation. Terms and content of your quote: Quote must be based on the terms of this RFQ. We may reject any quote that is not based on these terms in every respect. Your quote must contain all of the information described below. Information to be submitted: The following information is required on your quote: 1. RFQ Number: 36C24925Q0332 2. CONTRACTOR NAME ________________________________________ 3. ADDRESS ________________________________________(Street-City-State-Zip) 4. POINT OF CONTACT _______________________________________ (Name/Title/Phone/Email) 5. SAM UEI NUMBER ________________________________________ 6. All quotes shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:" 7. Provide a statement that your company s Offeror Representations and Certifications are complete in SAM.gov. 8. ACKNOWLEDGMENT OF AMENDMENTS: The quoter acknowledges receipt of amendments to the synopsis solicitation numbered and dated as follows: AMENDMENT NO DATE Add rows as needed. The above amendment section shall be filled out in the event that an Amendment(s) is sent to the quoter or posted to www.sam.gov and shall be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the quote. Award will be made to the quote determined to be acceptable, price reasonable, and is determined to best value to the government; all eligible quoters may submit quotes. All quoters must be registered in System for Award Management (SAM) at https://www.sam.gov at time quotes are due to be considered for an award of a federal contract. Registration must be complete and not missing any elements such as representations and certifications. To be eligible for this SDVOSB total set-aside your company s registrations shall include the appropriate NAICS code. The Network Contracting Office 9 intends to award a Firm Fixed Price purchase order for TVHS Nashville Campus insulation and clad installation as described in the SOW, at 1310 24th Ave, South, Nashville TN, TN 37212-26374. Delivery is 14 days After receipt of order (ARO). VENDOR QUESTIONS: Questions must be received no later than 7/16 /2025 at 4:00 PM CT. No further questions will be accepted after that date and time. All questions regarding this RFQ must be in writing and may be sent by e mail to ramona.bonness@va.gov. ANSWERS TO VENDOR QUESTIONS: Answers to vendor questions will be addressed in an amendment to Contracting Opportunities RFQ as soon as possible but not less than 4 days prior to closure of the RFQ. SITE VISITS are highly recommended and can be scheduled with the station POC, Clint Roberts. Request appointments by e-mail to clint.roberts1@va.gov; 615-873-6891 prior to the closing date of the RFQ to allow ample time for quote development. To be considered for this award the Contractor must provide the following: PRICE Offerors are requested to complete and return Price/Cost Schedule located on page 3 of this RFQ. TECHNICAL Contractor to provide a detailed quote to achieve the Government s objectives identified within the Statement of Work. EVALUATION OF QUOTES: **The Government will award a firm fixed price purchase order resulting from this RFQ to the contractor that represents the best choice based on comparative evaluations. The best choice for this procurement means the quote, that is determined to be the most beneficial of all the quotes received by the Government when evaluated in terms of both price and performance risk based on the factor of Experience. The following factors shall be used to evaluate quotes: Price Experience Any experience that the contractor chooses to provide will be evaluated for relevancy and recency in terms of magnitude and VA campus experience Past Performance The Government will utilize any information the contractor provides for experience to conduct reference checks if necessary and will also query FAPIIS and CPARS to evaluate contractor past performance. Before making the award, the Contracting Officer will determine whether the proposed price is fair and reasonable in accordance with FAR 13.106-3. Options. No options are considered. A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quote within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote s specified expiration 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 the award. Point of Contact: Ramona Bonness ramona.bonness@va.gov 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) (a) Definition. Service-disabled veteran-owned small business (SDVOSB) concern means a small business concern (1)(i) Not less than 51 percent of which is owned and controlled by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; or (2) A small business concern eligible under the SDVOSB Program in accordance with 13 CFR part 128 (see subpart 19.14). (3) Service-disabled veteran, as used in this definition, means a veteran as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16) and who is registered in the Beneficiary Identification and Records Locator Subsystem, or successor system that is maintained by the Department of Veterans Affairs Veterans Benefits Administration, as a service-disabled veteran. Service-disabled veteran-owned small business (SDVOSB) concern eligible under the SDVOSB Program means an SDVOSB concern that (1) Effective January 1, 2024, is designated in the System for Award Management (SAM) as certified by the Small Business Administration (SBA) in accordance with 13 CFR 128.300; or (2) Has represented that it is an SDVOSB concern in SAM and submitted a complete application for certification to SBA on or before December 31, 2023. Service-disabled veteran-owned small business (SDVOSB) Program means a program that authorizes contracting officers to limit competition, including award on a sole-source basis, to SDVOSB concerns eligible under the SDVOSB Program. (b) Applicability. This clause applies only to (1) Contracts that have been set aside for, or awarded on a sole-source basis to, SDVOSB concerns eligible under the SDVOSB Program; (2) Part or parts of a multiple-award contract that have been set aside for SDVOSB concerns eligible under the SDVOSB Program; (3) Orders set aside for SDVOSB concerns eligible under the SDVOSB Program, under multiple-award contracts as described in 8.405 5 and 16.505(b)(2)(i)(F); and (4) Orders issued directly to SDVOSB concerns eligible under the SDVOSB Program, under multiple-award contracts as described in 19.504(c)(1)(ii). (c) General. (1) Effective January 1, 2024, for SDVOSB set-aside or sole-source procurements, offers are solicited only from, and awards resulting from this solicitation will be made only to, concerns (i) Designated in SAM as an SDVOSB concern certified by SBA; or (ii) That have represented their status as an SDVOSB in SAM and submitted a complete application for certification to SBA on or before December 31, 2023. (2) Offers received from concerns that do not meet the criteria of paragraph (c)(1)(i) or (ii) of this clause, shall not be considered. (d) A joint venture may be considered an SDVOSB concern if the managing partner of the joint venture complies with the criteria defined in paragraph (a) of this clause and 13 CFR 128.402. (e) In a joint venture that complies with paragraph (d) of this clause, the SDVOSB party or parties to the joint venture shall perform at least 40 percent of the work performed by the joint venture. Work performed by the SDVOSB party or parties to the joint venture must be more than administrative functions. (END-OF-CLAUSE) 52.212-3Offeror Representations and Certifications Commercial Products and Commercial Services. As prescribed in 12.301(b)(2), insert the following provision: Offeror Representations and Certifications Commercial Products and Commercial Services (May 2024) Service-disabled veteran-owned small business (SDVOSB) concern means a small business concern (1) (i)Not less than 51 percent of which is owned and controlled by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii)The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; or (2)A small business concern eligible under the SDVOSB Program in accordance with 13 CFR part 128 (see subpart 19.14). (3)Service-disabled veteran, as used in this definition, means a veteran as defined in 38 U.S.C. 101(2), with a disability that is service connected, as defined in 38 U.S.C. 101(16), and who is registered in the Beneficiary Identification and Records Locator Subsystem, or successor system that is maintained by the Department of Veterans Affairs Veterans Benefits Administration, as a service-disabled veteran. Service-disabled veteran-owned small business (SDVOSB) concern eligible under the SDVOSB Program means an SDVOSB concern that (1)Effective January 1, 2024, is designated in the System for Award Management (SAM) as certified by the Small Business Administration (SBA) in accordance with 13 CFR 128.300; or (2)Has represented that it is an SDVOSB concern in SAM and submitted a complete application for certification to SBA on or before December 31, 2023. Service-disabled veteran-owned small business (SDVOSB) Program means a program that authorizes contracting officers to limit competition, including award on a sole-source basis, to SDVOSB concerns eligible under the SDVOSB Program. (c) Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied part 19 in accordance with 19.000(b)(1)(ii). Check all that apply. (1)Small business concern. The offeror represents as part of its offer that It  is,  is not a small business concern; or (ii) It  is,  is not a small business joint venture that complies with the requirements of 13 CFR 121.103(h) and 13 CFR 125.8(a) and (b). [ The offeror shall enter the name and unique entity identifier of each party to the joint venture: ____________.] (2)Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it  is,  is not a veteran-owned small business concern. (3)SDVOSB concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents that it  is,  is not an SDVOSB concern. (4)SDVOSB concern joint venture eligible under the SDVOSB Program. The offeror represents that it  is,  is not an SDVOSB joint venture eligible under the SDVOSB Program that complies with the requirements of 13 CFR 128.402. [Complete only if the offeror represented itself as an SDVOSB concern in paragraph (c)(3) of this provision.] [The offeror shall enter the name and unique entity identifier of each party to the joint venture: ____________.] See attached document: P07 WD 2015-4647 REV 28 6.4.2025.