36C25225Q0403 Effective Date: 03/15/2023 Revision: 01 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 Deviations FEB 2025 CAAC Letters 2025-01/02 (eff.02/18/2025). This solicitation is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 621512, Diagnostic Imaging Centers. The small business size standard of $19M. The FSC/PSCs W065, Lease or Rental of Equipment-Medical, Dental, and Veterinary Equipment and Supplies. The Department of Veterans Affairs, Network Contracting Office 12 (NCO 12), Veterans Integrated Services Network 12 (VISN 12), Clement J. Zablocki VA Medical Center located at 5000 W. National Avenue, Milwaukee, WI 53295-0001 has a requirement to lease a fully equipped mobile digital PET/CT system (including the mobile trailer/scanner) designed to perform oncology related PET/CT exams, brain imaging with 18F-FDG, static emission scans, prostate imaging (with appropriate radiopharmaceuticals) and whole-body scans. It is estimated the mobile PET/CT unit will be needed for a base period and four 12-month option periods. The government is seeking to lease a mobile unit only; no personal services are required. VA diagnostic imaging staff will run the equipment and read the images. Mobile PET/CT scans will be performed 2 days a week (Mondays and Tuesdays) during Milwaukee VAMC Medical Imaging clinic hours (7:00 a.m. 3:30 p.m.). Trailer delivery and setup procedures shall not delay the start of examinations scheduled for Monday mornings at 7:00am. This is a non-personal services requirement. The contractor will be responsible for all management, oversight, supervision, labor, transportation, tools, materials, parts, other items, and the support necessary to perform work, execute services, and to successfully complete all deliverables as contained within this Statement of Work. All interested contractors should provide quotations for the following: Price/Cost Schedule & Item Information Base Period 05/01/2025 04/30/2026 Line Item Description Qty Unit of Measure Unit Price Total 0001 Mobile PET/CT Unit 12 MO 0002 On-Site Training 8 HR Option Year One 05/01/2026 04/30/2027 Line Item Description Qty Unit of Measure Unit Price Total 1001 Mobile PET/CT Unit 12 MO Option Year Two 05/01/2027 04/30/2028 Line Item Description Qty Unit of Measure Unit Price Total 2001 Mobile PET/CT Unit 12 MO Option Year Three 05/01/2028 04/30/2029 Line Item Description Qty Unit of Measure Unit Price Total 3001 Mobile PET/CT Unit 12 MO Option Year Four 05/01/2029 04/30/2030 Line Item Description Qty Unit of Measure Unit Price Total 4001 Mobile PET/CT Unit 12 MO Pricing Overview Total Cost for each Period of Performance Base Period $ Option Year One $ Option Year Two $ Option Year Three $ Option Year Four $ Total $ Statement of Work/Description/Specifications OVERVIEW Contractor shall provide all equipment and tools necessary to perform on-site Mobile PET/CT digital scans at the Clement J. Zablocki VA Medical Center (herein referred to as the Milwaukee VAMC). Requirement includes maintenance and repair of all Contractor furnished equipment (including the mobile trailer/scanner). Mobile PET/CT scans will be performed 2 days a week (Mondays and Tuesdays) during Milwaukee VAMC Medical Imaging clinic hours (7:00 a.m. 3:30 p.m.). Trailer delivery and setup procedures shall not delay the start of examinations scheduled for Monday mornings at 7:00am. This is a non-personal services requirement. The contractor shall provide all management, oversight, supervision, labor, transportation, tools, materials, parts, other items, and the support necessary to perform work, execute services, and to successfully complete all deliverables as contained within this Statement of Work. Contractor shall be responsible for all proper maintenance of the mobile unit. The Government will not exercise any supervision and/or control over contractor personal (which includes contractor service providers, contractor representatives, and subcontractors employed with and/or being utilized by the prime contractor) during all active performance periods of the final contract. All contractor personal shall be accountable solely to the Contractor, who in turn is responsible to the Government. SCOPE The government is seeking to lease a fully equipped mobile digital PET/CT system (including the mobile trailer/scanner) designed to perform oncology related PET/CT exams, brain imaging with 18F-FDG, static emission scans, prostate imaging (with appropriate radiopharmaceuticals) and whole-body scans. Lease required includes a base period and four 12-month option periods. PLACE OF PERFORMANCE Work will be performed, services will be executed, and deliverables will be completed at the Clement J. Zablocki VAMC located at 5000 W. National Avenue, Milwaukee, WI, 53295-0001. PERIOD OF PERFORMANCE The expected period of performance for this acquisition is the following: Base Period: 05/01/2025 thru 04/30/2026 Option Period One: 05/01/2026 thru 04/30/2027 Option Period Two: 05/01/2027 thru 04/30/2028 Option Period Three: 05/01/2028 thru 04/30/2029 Option Period Four: 05/01/2029 thru 04/30/2030 Option years may or may not be exercised based on the needs of (and at the discretion of) the Government. The contract is subject to the availability of VA funds. The Contractor shall perform no services after September 30 of any year until the Contracting Officer authorizes such services in writing. FEDERAL HOLIDAYS The 11 holidays observed by the Federal Government are: New Year s Day (January 1st), Martin Luther King s Birthday (3rd Monday in January), Presidents Day (3rd Monday in February), Memorial Day (last Monday in May), Juneteenth (June 19th), Independence Day (July 4th), Labor Day (1st Monday in September), Columbus Day (2nd Monday in October), Veterans Day (November 11), Thanksgiving Day (4th Thursday in November), Christmas Day (December 25th) and any other day specifically declared by the President of the United States to be a national holiday. When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government agencies. When a federal holiday or designated legal holiday occurs on a Monday or Tuesday, the contractor shall provide the PET/CT scanner on a mutually agreed upon alternate day of the week the same week the holiday occurs if requested by the Milwaukee VAMC. The Milwaukee VAMC shall provide 30 days notice to the contractor should an alternate day be required. CONTRACTOR FURNISHED EQUIPMENT General: All equipment to be used during the performance of the contract must be FDA approved imaging equipment and placed at a location designated by the on-site Imaging Supervisor at the Milwaukee VAMC. Contractor will be required to make whatever adaptions necessary to ensure the contractor s equipment is compatible with the VA physical space and information systems. Milwaukee VAMC has a designated mobile pad/dock (with data lines nearby) that connects to the facility. Mobile PET/CT Trailer: Contractor shall furnish a handicapped accessible PET/CT Mobile Trailer. The PET/CT Mobile Trailer must meet all local, state, federal, industry, FDA, Joint Commission, NEC, NFFPA, VA, OSHA, and other applicable regulatory standards internal or external to the Milwaukee VAMC. The PET/CT Mobile Trailer must provide the space sufficient for conducting CPR and emergency code procedures, if needed. The PET/CT Mobile Trailer must have an intercom system between the control room and scanning room, CD-R burning capabilities as a backup to network transfer of data, and Optical Disk archival system. The patient data and optical disk is the property of the Milwaukee VAMC. The PET/CT Trailer must maintain a temperature that provides patient comfort and ensures proper operation of the scanner without frequent calibration. The PET/CT Mobile Trailer must possess sufficient space and design to contain a Quiet Room where the radiopharmaceuticals can be administered, and where patients can rest comfortably with no physical activity and minimum possible external stimuli such as noise and light during the uptake period of the radiopharmaceutical. PET/CT Scanner System: Contractor shall furnish a fully equipped digital PET/CT system designed to perform oncology related PET/CT exams, brain imaging with 18F-FDG, static emission scans, prostate imaging (with appropriate radiopharmaceuticals) and whole-body scans. The PET/CT must possess a PET detector crystal with a high light output and short decay constant such as Lutetium Oxyortho-Silicate (LSO) in order to shorten the PET data acquisition time to the minimum possible. The PET/CT must be capable of acquiring 2-dimensional and/or 3-dimensional PET images or true 3-dimensional images. The CT Component of the PET/CT must contain a multi-slice detector and capable of acquiring the transmission images within one breath hold. The CT component must also be capable of acquiring data for anatomic localization and attenuation correction. The PET/CT system must include attenuation correction algorithms designed to use non-contrast enhanced, intravenous contrast enhancement, oral contrast enhancement with positive contrast (iodinated contrast) and oral contrast enhancement with negative contrast (water) data. The PET/CT scanner must not be more than 3-years old. Accessory Equipment: Contractor shall provide new hardware and software, and upgrades when new hardware/software becomes available (as long as performance is not adversely impacted), to ensure ability to read PET/CT images and create and export JPEG and MPEG files. The mobile unit must be equipped with a fully functional hot lab that complies with state, federal, and Joint Commission standards to receive and store radioisotopes and radioactive waste. Additionally, the contractor must furnish two independent MIMS workstations with the Mobile PET/CT for post processing and manipulation of the acquired PET/CT images to be connected and located within the Milwaukee VAMC. Workstations must contain a full system of the following elements: CPUs, monitors, keyboards, mouse, all software, and applicable licenses he interpreting radiologist will need to successfully dictate the exam. Software must be capable of image fusion, providing three orthogonal planes of the CT images alone, the PET images alone and the superimposed PET/CT images and an additional set of noncorrected PET images, multimodality display capability, including magnetic resonance imaging, computerized tomography, radiography, and ultrasonography. Workstations will be placed within the Imaging Department at Milwaukee VAMC, next to a PACS dictation system for comparison and post processing by the interpreting radiologist, as well as in the Nuclear Medicine Department at the Milwaukee VAMC. Telecommunications: The mobile scanner must be equipped with an outlet connection capable of transmitting data and voice through a government provided category six (6) cable. The Government will provide the connection required for the transmission of images, data, and voice. The Contractor s mobile scanner system must be compatible with DICOM 3 imaging PACS standards (PACS interface contact person will be provided to the Contractor, if necessary). Maintenance: Contractor shall be responsible for the proper preventative maintenance of the mobile unit and PET/CT scanner so that it stays in good working order. Contractor will provide evidence of the required preventative maintenance and calibration of equipment as required by the manufacturer, Joint Commission, and/or regulations. The Imaging Supervisor, COR, and/or designee shall be allowed access to proof of maintenance during the performance of the contract. Contractor shall provide a PET/CT system that maintains a minimum of 95% up-time performance rate, which is based on the normal PET/CT duty days and hours. No routine maintenance will be scheduled or performed such that it conflicts with the required schedules of the PET/CT unit, except to address emergency failures of the unit. Contractor shall provide an emergency telephone service line to be answered upon initial call, or if a message is left, the return call to the Milwaukee VAMC shall be within 30 minutes of notification. Service response times to emergency failures shall be within two hours of notification. In the event of equipment failure or unavailability of the PET/CT Mobile Trailer and/or equipment, the contractor must make a sound effort to get the unit fully operational within 12 hours. Additionally, contractor must make alternate accommodations for the VA for lost time resulting from equipment failure. As a result of normal duty time lost during the downtime, the contractor may be required to provide availability outside regular business hours and/or weekends, at no additional costs to the Government, to reduce patient backlog. VA personnel, including the Imaging Supervisor, shall be notified immediately of any equipment malfunctions that would hinder the completion of patient scans. In the event of a system failure, the contractor and Milwaukee VAMC Imaging Supervisor or designee shall work cooperatively to remedy the situation as quickly as possible. GOVERNMENT FURNISHED EQUIPMENT, FACILITIES, UTILITIES Contractor shall be held responsible for any damages, which may be done to the VA property during hookup and/or removal of equipment at the site. Proper installation/staging of the Contractor s furnished equipment including the mobile trailer must be completed in accordance with industry standards, all OSHA regulations, and applicable manufacturer s recommendations. Installing and staging by the contractor shall be completed prior to commencement of services. The mobile trailer can be left on-site and hooked up to electricity during non-operational hours starting the night before services are required through Wednesday at 5:00 p.m. local, unless other arrangements are prearranged and approved by the Milwaukee VA. The Government will provide the following utilities/services to the Contractor, if required, for the operation of the mobile PET/CT unit. Water Electricity* Steam Sewage Natural Gas Telephone Line(s) ** Data Port Housekeeping *** * In accordance with the Original Equipment Manufacturers (OEM) electrical specifications. The Milwaukee VAMC has 480-volt and 200-amp power hook ups available. ** Use of a telephone extension while mobile unit is on-site to make and receive telephone calls and to facilitate the movement of patients to and from the unit is permissible. Telephone calls placed and received shall be restricted to the appropriate free dialing areas and long distance without charge to the VA. *** The VA shall be responsible for areas within the hospital facility prior to entrance of the PET/CT Mobile Trailer. RADIOACTIVE MATERIALS HANDLING REQUIREMENTS The Milwaukee VAMC will procure all radioactive materials directly under its National Health Physics Program (NHIPP) Radioactive Materials Permit. The Milwaukee VAMC shall be solely responsible for the receipt, dispensing, administration, storage, surveys, decontamination, waste management, proper disposal and record keeping. CONTRACTOR KEY PERSONAL The Contractor shall identify its contact person(s), who shall serve as liaison between the Contractor and the Milwaukee VAMC, and who shall ensure the Contractor performs services in accordance with contract specifications. The Contractor s liaison must contact the COR and the Milwaukee VAMC Imaging Supervisor for all delays and cancellations by the contractor immediately. The Contractor s contact person(s) shall be available 30 minutes prior to first scheduled scan and 30 minutes after last scheduled scan. PERSONAL PERFORMING WORK/SERVICES - REQUIRED CORE COMPETENCIES Personal performing work, executing services, and completing deliverables during the active performance periods of the contract must possess the knowledge, skills, and abilities required to successfully complete the requirement. No unqualified individual shall be allowed to perform work, execute services, and to complete deliverables at any time under the final contract. Contractor personal shall not be considered VA employees for any purpose. DELIVERABLES Required Deliverables DELIVERABLE #1: MOBILE PET/CT UNIT Mobile PET/CT scans will be performed 2 days a week (Mondays and Tuesdays) during Milwaukee VAMC Medical Imaging clinic hours (7:00 a.m. 3:30 p.m.). Trailer delivery and setup procedures shall not delay the start of examinations scheduled for Monday mornings at 7:00am. Contractor is responsible for the transportation, delivery, set-up, and connection of the mobile PET/CT unit. Such delivery, set-up, and connection must be at a level that enables full start up, operation, use, and full functionality of the mobile PET/CT unit (in accordance with Original Equipment Manufacturer (OEM) guidelines). A fully functioning mobile PET/CT unit operates/functions as intended for its stated purpose. DELIVERABLE #2: TRAINING Contractor must provide a minimum of eight (8) hours of Applications Training. DELIVERABLE #4: KEY PERSONNEL Immediately following contract award the Contractor must provide a Key Personal contact person designated by the contractor (to be contacted by the government when needed) regarding performance of work, execution of services, and completion of deliverables as contained within this Statement of Work and covered by the final contract. This Key Personal person must have sufficient knowledge to be able to respond to technical questions by the government. DELIVERABLE #5: PROGRESS REPORTING, DOCUMENTATION, AND SERVICE LOGS On a monthly basis or when incidents occur the contractor must provide status/progress reports, documentation, and/or service logs which capture and/or which otherwise encompass the operation, functionality, and status of the mobile unit. Such information includes but is not limited to maintenance, preventive maintenance, service, repairs conducted/performed on the mobile unit. Other information includes software or other enhancements, upgrades, & updates that may be needed (or which may be incorporated) on the mobile unit at a later date. VA INFORMATION & INFORMATION SYSTEM SECURITY & PRIVACY LANGUAGE Refer to ATTACHED: VA INFORMATION & INFORMATION SYSTEM SECURITY & PRIVACY LANGUAGE SPECIAL CONTRACT REQUIREMENTS Contract Administration: The Contracting Officer (CO) is the only person authorized to approve changes or modify requirements. Contractor shall communicate with CO on all matters pertaining to contract administration. Only the CO is authorized to make commitments or issue changes, which will affect price, quantity, or qualify of performance of this contract. Services specified may be changed by written modification to this contract. Modification will be prepared by the VA CO. Designation of Contracting Officer s Representative (COR): A representative of the CO will be designated to represent the CO in furnishing technical guidance and advice regarding the work performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to financial or legal aspects of the contract, but the technical matter experts reside in the serviced departments and as such they are authorized to give technical assistance and guidance. The services to be performed by the contractor will be under the direction of the Chief of Staff, and the Chief, Radiology services. The Radiology Service COR will be the primary point of contact at the Milwaukee VA for communication between the VA and the Contractor regarding technical aspects of imaging protocols and medical aspects of patient studies. The Contractor will communicate to the COR any possible and actual disruptions of service. Upon becoming aware of possible or actual disruption of service, the Contractor will communicate such service-disruption information to the COR as soon as possible (ASAP) so the patient and service schedule can be appropriately modified with as little inconvenience as possible to patients and services. Contract Termination: A contract award can be terminated by the Milwaukee VA if a Contractor does not adequately meet the requirements of this Statement of Work. A 30-day notice detailing one or several inadequacies will precede termination. Termination will occur if inadequacies are not rectified within 60 days of notification, or the Milwaukee VA determines corrections are not sufficient for resolution. Identification and Badges: Any individual performing work under this contract shall wear a badge or other identification while on site that is clearly displayed at all times. Badges must have an identification picture, name of the individual and the represented company. While on site, any person performing work directly or indirectly must be in a position to specify their authorized purpose for their presence at the facility in the event that such information is requested by VA facility personal. Parking: It is the responsibility of the contractor to park in the appropriate designated parking areas, to avoid ticketing or towing (if/when on site at the facility). Information on parking is available from the facility if requested by the contractor. Invoicing and Payment: Contractor is authorized prompt payment IAW applicable regulation following the successful performance of work, execution of services, and completion of required deliverables. Contractor invoices shall be submitted IAW VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Invoices submitted for payment must be detailed to the extent necessary to reflect the work done and the services performed during the time periods when completed so an accurate assessment can be made by the facility for certification of these invoices for payment. Advance payments are not authorized, and contractor is not authorized payment for planned or anticipated work not performed and/or for work that has not been successfully completed. Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrences. (c) Automobile liability: $200,000 per person; $500,000 per occurrence and $20,000 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. Option to Extend Services: 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 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 60 days of the expiration of the current performance period. Option to Extend the Term of the Contract: The Government may extend the term of this contract by written notice to the Contractor; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (end Statement of Work) Period of Performance Base Period: 05/01/2025 thru 04/30/2026 Option Period One: 05/01/2026 thru 04/30/2027 Option Period Two: 05/01/2027 thru 04/30/2028 Option Period Three: 05/01/2028 thru 04/30/2029 Option Period Four: 05/01/2029 thru 04/30/2030 Place of Performance/Place of Delivery Address: Clement J. Zablocki VA Medical Center 5000 W. National Avenue Milwaukee, WI Postal Code: 53295-0001 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.201-1, Acquisition 360: Voluntary Survey (SEPT 2023) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) Refer to Attachment 2 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-7, System for Award Management (NOV 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.214-21, Descriptive Literature (APR 2002), Alternate I (JAN 2017) FAR 52.233-2, Service of Protest (SEPT 2006) VAAR 852.209-70, Organizational Conflicts of Interest (OCT 2020) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71, Alternate Protest Procedure (OCT 2018) VAAR 852.239-71, Information System Security Plan and Accreditation (FEB 2023) VAAR 852.239-75, Information and Communication Technology Notice (FEB 2023) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) Refer to ATTACHMENT 3: TAILORED 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024)(DEVIATION FEB 2025) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) Addendum to FAR 52.212-4 FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.203-16, Preventing Personal Conflicts of Interest (JUN 2020) FAR 52.204-9, Personal Identity Verification of Contractor Personal (JAN 2011) 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) FAR 52.223-10, Waste Reduction Program (MAY 2024)(DEVIATION FEB 2025) FAR 52.224-1, Privacy Act Notification (APR 1984) FAR 52.224-2, Privacy Act (APR 1984) FAR 52.227-14, Rights in Data-General (MAY 2014) FAR 52.227-17 , Rights in Data-Special Works (DEC 2007) FAR 52.228-5, Insurance-Work on a Government Installation (JAN 1997) CL-120, Supplemental Insurance Requirements FAR 52.232-18, Availability of Funds (APR 1984) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.204-70, Personal Identity Verification of Contractor Personal (MAY 2020) VAAR 852.204-71, Information and Information Systems Security (FEB 2023) VAAR 852.211-70, Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.211-76, Liquidated Damages-Reimbursement for Data Breach Costs (FEB 2023) VAAR 852.212-71, Gray Market and Counterfeit Items (FEB 2023) VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) Refer to ATTACHMENT 4: VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.237-74, Nondiscrimination in Service Delivery (OCT 2019) VAAR 852.237-75, Key Personal (OCT 2019) VAAR 852.239-70, Security Requirements for Information Technology Resources (FEB 2023) VAAR 852.239-73, Information System Hosting, Operation, Maintenance, or Use (FEB 2023) VAAR 852.239-74, Security Controls Compliance Testing (FEB 2023) VAAR 852.239-76, Information and Communication Technology Accessibility (FEB 2023) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025) Refer to ATTACHMENT 5: Tailored 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services Invoicing The Contractor will submit each invoice online, including all back-up data, to VA s Electronic Invoice Presentment and Payment System. The Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. Additional information can be found at http://www.fsc.va.gov/einvoice.asp. Protests Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. All quoters shall submit the following: Refer to ATTACHMENT 2: Tailored FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES When preparing offers/quotes in response to this solicitation offerors shall refer to FAR 52.212-1 (Instructions to Offerors Commercial Items), FAR 52.212-2 (Evaluation-Commercial Items) and Addendum FAR Part 52.212-2. These sections contain specific instructions, guidance, format, and exact requirements for what constitutes a complete and responsive offer/quote. As specified in these sections an incomplete and/or non-responsive offer/quote shall not be considered for a contract award by the contracting officer. All quotes shall be sent to the Contracting Officer at Stacy.Massey@va.gov. Evaluation 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 price and other factors resulting in a Contracting Officer s decision for the quote that is most favorable to the Government. Refer to ATTACHMENT 3: TAILORED 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. The following are the decision factors: Technical specifications and compliance with requirement Delivery schedule, Contractor capability and past performance, Veteran Involvement, and Price The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum. The government is not required to select a response that exceeds the minimum. Responses may exceed requirements. Each response must at a minimum meet the solicitation requirement. 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 5:00pm on April 23, 2025. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov