Effective Date: 04/18/2025 Revision: 02 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 June 2025 (effective 06/11/2025). This solicitation is not a set-aside, full and open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 311991, with a small business size standard of 700 employees. The FSC/PSC is 8915. The Clement J. Zablocki VA Medical Center, located at 5000 W. National Ave., Milwaukee, WI 53295-0001 is seeking to purchase Produce delivery for Nutrition and Food Services. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Produce delivery for Nutrition and Food Services. 1 YR Overview The contractor shall provide fresh produce products listed on the schedule to the Clement J. Zablocki VA Medical Center. The contract awarded is 12 months from the date of the award, unless otherwise specified. The anticipated Period of Performance is October 1, 2025 - September 30, 2026. This contract will offer (4) 12-month Option Periods following the completion of the base period. OPTION TO EXTEND: This contract may be extended up to four (4), 12-month periods at the option of the Government in accordance with FAR 52.217-9, Option to Extend the Term of the Contract, subject to the availability of funds. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Exercise of the option will be based on whatever is the most advantageous to the Government. Evaluation of options shall not obligate the Government to exercise the option. Definitions/Abbreviations/Acronyms Definitions: Program Manager VA NFS Person In Charge of the produce aspect of the operation who oversees or performs the functions of taking an inventory, receiving the product, and inspecting deliveries. Abbreviations/Acronyms: CT Count CS- Case COR Contracting Officer Representative EA Each GAL- Gallon LB(S) Pounds NFS Nutrition & Food Service OZ Ounce PT- Pint QT- Quart VA Veterans Administration Address of Facility: Clement J. Zablocki VA Medical Center Nutrition & Food Services Bldg. 111 5000 West National Avenue Milwaukee, WI, 53295 Produce List Listing is available as Attachment 1 to the Statement of Work. Ordering Capabilities The Budget Technician, or Designee within NFS, shall place orders via vendor website, by email, telephone, in writing via fax, or any manner consistent with accepted business practices at least one business day prior to the anticipated delivery date as outlined in the ordering procedures. An order number will be provided for each facility at the time the order is placed. Availability, Substitutions and Alternates: Contractor will order quantities of products based on the facility s menu needs, with oversight and concurrence from facility. All products offered within a Bid Group will be available to be ordered for delivery to any location within that Bid Group. Any proposed alternate items shall meet the requirements of the Government specifications as cited in the Index of Federal Specifications/Standards (FED) and/or commercial Item Description (CID). Contractor will not substitute any items and will not increase or decrease quantities ordered without prior approval from the Program Manager. Should any product under this contract become unavailable or available on a limited basis, either temporarily or permanently, the Contractor shall provide the Government with sufficient notification thereof, offering possible substitutions and/or alternative sources, to afford the Government adequate opportunity to approve or reject offered substitution and/or make other procurement arrangements. Fresh Produce substitutions will be allowed on the condition that the substituted item is similar in appearance and composition. Substituted items will be billed at no higher cost than the contracted items it is substituted for. The Government does not guarantee the estimated yearly quantity. Delivery Specifications All deliveries shall conform in every aspect to the provisions of the Food, Drug and Cosmetic Act, USC Title 21, Chapter 9 (FD&C Act) and regulations promulgated there under. Where applicable, the interpretation of requirements (descriptive terms), methods ascertaining grades, testing, etc., shall be in accordance with those contained in the USDA Grades and Standards for the products in effect on the date of solicitation. Deliveries shall be made between 6:00am and 9:00am, local time, on Monday through Saturday, as requested by the Program Manager excluding Sundays. NATIONAL HOLIDAYS: In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97, the following holidays are observed and, for the purpose, of this contract are defined as Legal Federal Official Holidays . New Year s Day (1 January) Martin Luther King's Birthday (Third Monday in January) President s Day (Third Monday in February) Memorial Day (Last Monday in May) Juneteenth (19 June) Independence Day (4 July) Labor Day (First Monday in September) Columbus Day (Second Monday in October) Veteran s Day (11 November) Thanksgiving Day (Fourth Thursday in November) Christmas Day (25 December) When a holiday falls on a Sunday, the following Monday shall be observed as a National Holiday. When a holiday falls on a Saturday, the proceeding Friday is observed as a National Holiday by U.S. Government Agencies. Also included would be any other day specifically declared by the President of the United States to be a National Holiday. Deliveries shall be of specified items in quantities indicated in the purchase order provided. Deliveries shall be made to the following location(s), unless otherwise directed by the Program Manager: Clement J. Zablocki VA Medical Center Nutrition & Food Services Loading Dock Bldg. 111 5000 West National Avenue Milwaukee, WI, 53295 Delivery Vehicle Specifications: Products shall be delivered in an enclosed truck, which protects the products from dirt or other contamination. The government reserves the right to enter and inspect any vehicle used to deliver goods to assure safety and sanitary transport of items ordered, including temperature maintenance logs of the space used to haul the goods. Such inspections may be made on a random basis, upon delivery, or at the discretion of the Program Manager. Temperature Requirements: Carrier equipment needs to be within FDA temperature tolerances and shall be capable of maintaining temperature within the range to destination. All delivery tickets and invoices referencing the purchase order number must show the total items delivered for each line item. A designated NFS employee shall sign for all deliveries. The Government reserves the right to inspect delivered goods for compliance of specifications, including, but not limited to, correct product(s) and quantities, proper packaging, damaged goods, etc. The contractor shall demonstrate compliance with performance standards by showing that their process adheres to an appropriately designated, validated, Hazard Analysis Critical Control Point (HACCP). Any item determined unacceptable shall be refused with full credit/replacement, at the discretion of the Government. Replacement of the rejected products shall be delivered the same day, no later than 1:00PM, unless otherwise specified by the Program Manager. Off-loading of products shall occur in the presence of VA authorized receiving personnel, or designated representative. Contractors shall be responsible for providing hand trucks, dollies for produce, required to affect delivery to appropriate location. Contractor will utilize clean durable and reusable storage racks to deliver and store products in. Delivery driver(s) will remove all unused/empty storage racks after every delivery. Deliveries will not be stacked higher than five (5) feet high. The driver will wait until food is inspected by designee before leaving the premises. All contractor delivery personnel shall be required to wear a full company uniform, which clearly displays the name of the company and the individual, and shall be of a neat, clean appearance with appropriate hair containment. All contractor s employees shall wear identification (ID) badges during the entire period while on VA property. It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Office(s). The contractor assumes full responsibility for any parking violations. Product Quality and Freshness The Government reserves the right to return products in the original packing for full credit if they have visible signs of poor quality within 24 hours after delivery. Physical Hazards: products shall be clean, sound, wholesome, and be free from foreign material such as, but not limited to, dirt, insect parts, hair, wood, glass, or metal. Mold: Products shall include mold inhibitors of proper levels as allowed by the Federal Food, Drug and Cosmetic Act. Odors: All products shall be free from all undesirable and objectionable flavors and have a pleasingly sweet distinctive individual characteristic flavor. Color: All products shall be uniformly colored throughout and characterize the type and/or flavor it represents. Consistency: Products shall not be slimy or show signs of decomposition. They shall be free from undesirable gas formation or any other permeable nature. Fresh produce shall have sufficient remaining shelf life commensurate with good practices and at a minimum: Prepared produce has a minimum 5 days of shelf life after the date of delivery. Packaging, Packing and Labeling Packaging and Packing: All packaging and packing shall be in accordance with good commercial practice. Labeling shall be in accordance with commercial labeling complying with the Federal Food, Drug, and Cosmetic Act and regulations promulgated there under. The identification on the primary container may consist of either the manufacturing plant name and address or a manufacturing plant code. The package shall be clean, sound, and securely sealed to provide adequate protection from dirt, filth, and contamination. All products/ingredients shall be clean, sound, wholesome and free from evidence of rodent or insect infestation. Failure to comply with this provision shall be considered grounds for default of the contract. Unless otherwise specified, preservation, packaging and packing shall be to a degree of protection to preclude damage during normal shipping conditions and shall conform to normal commercial practices and applicable carrier rules and regulations involving shipment from contractor to receiving activity for storage. Dating: All prepared (sliced, diced, chopped, etc.) items must be identified with readable dates (open code dates). Other Labeling Requirements: Unless otherwise specified in the item specification or solicitation, marking shall be in accordance with best commercial practice. 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. Compliance with Federal Laws and Regulations The delivered products shall comply with all applicable Federal, State and local mandatory requirements and regulations relating to the preparation, packaging, labeling, storage, distribution, and sales of the products with the commercial marketplace. By submitting an offer, the contractor certifies that the products offered meet the requirements of the solicitation and: Requirements of Federal, State and local regulations Conforms to the producer s own specifications and standards, including product characteristics, manufacturing procedures, quality control procedures, and storage and handling practices Has national or regional distribution storage facilities located within the United States, its territories, or possessions. It is sold on the commercial market Inspection of Facilities: All products furnished under the awarded contract shall be processed at facilities that have been inspected by the Federal and/or Local State Government Agencies as appropriate. Vendors who produce and distribute fresh fruits & vegetables must demonstrate Good Agricultural Practices as defined by GAP Certification Requirements. Approved inspection reports from 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. 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 prior to making the award and conditions found will be considered in awarding the contract. Inspection(s) 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 government reserves the right to determine proof of such conformance prior to the first delivery from point of origin and any time thereafter, up to and including delivery at destination as may be necessary to determine conformance with the provisions of the contract. All deliveries shall conform in every respect to the provisions of the Federal Food, Drug and Cosmetic Act and any other applicable laws and regulations. Manufacturing Standards When the manufacturing plant is identified on the shipping documents accompanying the delivery, the plant shall be identified by its complete name, address and plant code. 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 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 Program Manager, in accordance with the Contracting Officer, will accept or reject the product. Recall Notices Notification to NFS will be given immediately upon receiving Recall Notices from the Food and Drug Administration Enforcement Report publications. Notifications shall be delivered to the Program Manager, COR, or designated personnel through phone and email for any food recalls related to items delivered to the VA from the contractor. Administration The contractor shall contact the Contracting Officer on all matters pertaining to administration. Subcontractors: The Contracting Officer shall approve/disapprove all subcontractors used at any time during this contract. The contractor shall list the name and address of all subcontractors. The Contracting Officer shall be notified immediately if the Contractor should change any of the subcontractor(s) utilized for this contract and provide their name and address. Contracting Officer shall approve/disapprove subcontractors. Note: FAR Clause 52.222-37: Public Law (P.L.) 105-339, Section 1354 provides that no agency may enter into a contract with a Contractor who has not filed a VETS-4212 report for the preceding fiscal year under Title 38 Section 4212(d). A contract can be placed with that Contractor as soon as the report required by section 4212(d) for the fiscal year concern is filed with the Department of Labor. Contractors shall complete this report at least 7 days prior to the due date for bids in response to this solicitation, if applicable. This can be done online at https://www.dol.gov/vets/vets4212.htm. Only the Contracting Officer is authorized to make commitments to issue changes which will affect the price, quantity and quality or delivery of this contract. Contractor Qualifications & Other Responsibilities The contractor shall obtain all necessary licenses required to perform this work. The contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. The contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. The contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. The Government reserves the right to accept or reject Contractor s employees for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer. Product Description Size Estimated Annual Qty Slivered Almonds 1 lb. 5 Fuji Apples 100 CT 1 Royal Gala Apples 100 CT 34 Golden Delicious Apples 100 CT 29 Golden Delicious Apples 138 CT 3 Granny Smith Apples 6 CT 1 Asparagus 11 lbs. 38 Bananas 40 lbs. 359 Bananas, Petite 150 CT 10 Basil, Fresh 1 lb. 84 Basil, Fresh 4 oz 1 Basil, Dried 1.75 lbs. 2 Green Beans, Trimmed 5 lbs. 8 Green Beans, Trimmed 2/5 lbs. 25 Blueberries 5 lbs. 4 Broccoli Florets 3 lbs. 103 Broccolini 18 bunches 68 Brussel Sprouts, Cleaned, Halved 2/5 lbs. 12 Green Cabbage 50 lbs. 5 Green Cabbage 1 ea. 1 Red Cabbage 50 lbs. 4 Cabbage, Shredded, Mixed, 1/8" 4/5 lbs. 43 Cantaloupe Chunks 5 lbs. 798 Carrots, Bulk 25 lbs. 3 Carrots, Bulk 5 lbs. 75 Carrot, Mini, Tri-Colored 4/5 lbs. 2 Carrot, Baby, Whole, Peeled 4/5 lbs. 2 Carrots, Diced, 3/8" 2/5 lbs. 1 Carrots, Peeled, Mini 30 lbs. 2 Carrot, Shredded 1/8" 5 lbs. 64 Carrot, Tricolor, Peeled, w/ Top 5 lbs. 8 Cauliflower Florets 3 lbs. 31 Celery, Diced, 1/4" 5 lbs. 86 Celery, Diced, 1/4" 2/5 lbs. 2 Celery, Diced, 3/8" 5 lbs. 2 Chives, Fresh 4 oz 27 Cheddar Cheese, Shredded 4/5 lbs. 1 Cottage Cheese 5 lbs. 10 Feta, Crumbled 5 lbs. 1 Mozzarella Cheese 2/3 lbs. 1 Mozzarella Cheese, Shredded 4/5 lbs. 1 Cilantro 30 CT 1 Cilantro 60 CT 23 Collard Green, Chopped, No Stem 2/2.5 lbs. 136 Collard Greens 24 bunches 1 Corn, Off The Cob 5 lbs. 1 Corn Starch 1 lbs. 5 Corn Starch 24/1 lbs. 1 Cranberries, Fresh 12 oz 10 Half & Half Creamers 360 CT 3 Half and Half, Quarts 1 qt 16 Heavy Cream, Prairie Farms, 40% .5 gal 1 Heavy Cream, Prairie Farms 1 qt 1 Cucumbers, Select 3 CT 1 Cucumbers, Seedless 12 CT 139 Dill, Fresh 4 oz 15 Eggplant, Medium/Large 1 ea. 1 Farro 25 lbs. 1 Fennel 3 ea. 27 Garlic, Granulated 22 oz 1 Garam Masala Spice 14 oz 1 Garlic, Peeled 5 lbs. 16 Grapes, Red, Seedless 18 lbs. 375 Honeydew Chunks 5 lbs. 811 Kale 2 bunches 1 Kale, Chopped, No Stem 5 lbs. 15 Leeks 12 bunches 4 Leeks 1 bunch 4 Lemons 12 CT 38 Lettuce, All American Salad 4/5 lbs. 5 Green Leaf Lettuce 24 ea. 1 Green Leaf Fillets 10 lbs. 12 Lettuce Sandwich Leaf 10 lbs. 52 Lettuce Sandwich Green Leaf 2/5 lbs. 7 Lettuce Garden Salad, 2 x 2 4/5 lbs. 3 Romaine, Chopped, 1 3/8" X 1 3/8" 6/2 lbs. 58 School Blend Salad Mix 4/5 lbs. 254 Spring Mix with 20% Romaine 2/2 lbs. 124 Lettuce, Shredded 5 lbs. 24 Fresh Squeezed Lime Juice 1 qt 74 Marjoram, Dried, Whole 3.5 oz 4 Homogenized Milk, Gallons 1 gal 20 Mushrooms, Sliced, Pail 2 x 5 1 CT 181 Mushroom Sliced Pail 2 ea. 1 Canola Oil 35 lbs. 1 Onions, Jumbo 50 lbs. 20 Onions, Diced 3/8" 5 lbs. 3 Green Onions 12 CT 57 Red Onion 10 lbs. 16 Red Onion 25 lbs. 33 Onions, Sliced, 1/4" 5 lbs. 119 Oranges 113 CT 56 Oranges 138 CT 4 Paprika, Smoked 18-20 oz 23 Parsnip, Chink, 3/4" 5 lbs. 14 Parsley, Curly 12 CT 51 Parsnip, Whole, Peeled 5 lbs. 9 Sugar Snap Peas, Cleaned, Trimmed 5 lbs. 116 Sugar Snap Peas 10 lbs. 1 Green Peppers, XL, Jumbo 1 cs 1 Jalapeno Pepper 5 lbs. 16 Red Jalapeno Pepper 1 lbs. 6 Orange Peppers 11 lbs. 1 Red Peppers 15 lbs. 1 Red Peppers 5 lbs. 6 Roasted Red Peppers 12/17 oz 1 Yellow Peppers 11 lbs. 1 Pineapple, Golden 6 CT 1 Pineapple, Golden 7 CT 1 Pineapple, Chunk 5 lbs. 1 Red Potatoes, Size B 50 lbs. 3 Yukon Gold Potatoes, C Size 50 lbs. 6 Potatoes, Diced, 1/2", Skin Off 10 lbs. 2 One Bite Mixed Medley Potatoes 10 lbs. 8 Sweet Potato Chunk, 3/4", Skin Off 4/5 lbs. 2 Fingerling Sweet Potatoes 20 lbs. 3 Radishes, Sliced, 1/8" 5 lbs. 15 Rutabagas 1 lbs. 1 Tuna Salad 5 lbs. 1 Soy Sauce, Tamari, Gluten Free .5 gal 1 Baby Spinach 4 lbs. 71 Squash, Acorn, Chunk, 3/4" 5 lbs. 51 Squash, Butternut, Diced, 1/2" 5 lbs. 2 Squash, Butternut, Diced, 1/2" 4/5 lbs. 5 Squash, Butternut, Chunk, 3/4" 10 lbs. 104 Squash, Butternut, Chunk, 3/4" 5 lbs. 2 Butternut Squash 1 lbs. 8 Delicata Squash 1 lbs. 2 Yellow Squash 1 cs 19 Yellow Squash 3 lbs. 2 Yellow Squash 5 lbs. 5 Yellow Squash 6 lbs. 9 Strawberries 8/1 lbs. 1 Tarragon, Fresh 1 lb. 1 Tarragon, Fresh 4 oz 14 Thyme, Dried, Whole 6-7 oz 1 Tofu 16 oz 2 Tofu 12/16 oz 11 Tomatoes, 4 x 5, No. 1 21 lbs. 77 Tomato, Diced, 1/4" 5 lbs. 108 Grape Tomatoes 1 pt. 2 Tomatillos, Skinless 20 lbs. 1 Tomatillos, Peeled 1 cs 14 Corn Tortilla, Yellow 40/1 dozen 11 Turmeric, Ground 16 oz 1 Watermelon, Chunk 5 lbs. 3 Watermelon, Seedless 1 ea. 1 Zucchini Squash 1 cs 18 Zucchini Squash 3 lbs. 2 Zucchini Squash 5 lbs. 5 Zucchini Squash 6 lbs. 9 Zucchini Squash 6 lbs. 9 The contract period of performance is 10/01/2025 09/30/2030. Place of Performance/Place of Delivery Address: 5000 W National Ave. Postal Code: 53295-0001 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. 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 Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ 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. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services (see 12.602); or (2) Include a similar provision containing all evaluation factors required by 13.106, subpart 14.2 or subpart 15.3, as an addendum (see 12.302(d)).] 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). FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247-73, Packing for Domestic Shipment (OCT 2018) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2024) Refer to FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services. All quoters shall submit the following: Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment 1: Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services 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. All quotes shall be sent to the Contracting Officer, Erica Grimslid at Erica.Grimslid@va.gov. The 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. Options will be evaluated at the time of the award. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. 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 17:00 CST. on September 18, 2025. Responses should be sent to the Contracting Officer, Erica Grimslid at Erica.Grimslid@va.gov. Hand delivered responses will not be accepted. 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 Erica Grimslid Contracting Officer Network Contracting Office 12 Erica.Grimslid@va.gov