SOLICITATION NOTICE
65 -- Audiology Sound Booths
- Notice Date
- 5/12/2021 10:24:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25721Q0806
- Response Due
- 5/20/2021 2:30:00 PM
- Archive Date
- 07/04/2021
- Point of Contact
- Shannon Hodgson, Contract Specialist, Phone: 202-669-5683
- E-Mail Address
-
shannon.hodgson@va.gov
(shannon.hodgson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 36C25721Q0806 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a 100% Total Service Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned Small Business (VOSB) set aside. In order to be eligible for award an offeror must be small for the applicable NAICS code at the time of the quote submission and at the time of award. Only qualified offerors may submit bids. NAICS Code: 334510 and Size Standard is 1,250. Introduction: The Government intends to award a firm fixed price contract based on this solicitation. Description of Services: The Contractor shall be required to provide and install Audiology Booths at The West Texas VA Healthcare System in accordance with the Statement of Work. Place(s) of Performance: West Texas VA Healthcare System Big Spring Facility 300 Veterans Blvd Big Spring, TX 79720 Type of Contract: A Firm Fixed Price Period of Performance: Installed/Completed not later than 9/1/2021 EVALUATIONS: Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR 13.106-2(b)(3) Comparative Evaluation. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will issue a contract to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government shall award a contract resulting from this solicitation. The following factors shall be used to evaluate offers: Vendor is a certified SDVOSB/VOSB. Vendor must be registered is SAM with applicable NAICS code by the close of solicitation. Technical Approach: The Government will evaluate how the offeror s approach meets the requirements in accordance with the solicitation and Statement of Work and indicates a thorough approach and understanding of the requirements. If quoting other than brand name, the contractor shall provide a written statement addressing each line item and must provide enough detail to determine minimum qualifications. Description of Specifications: Provide a listing of specifications meeting the salient features of each line item. Letter of Authorization: A letter of authorization is required from the Original Equipment Manufacturer (OEM) stating that contractor is an authorized distributor/reseller Price: Price will be evaluated independently of the non-price factors. STATEMENT OF WORK: Two Audiology Booths SCOPE OF WORK: The West Texas VA Healthcare System is seeking two (2ea) audiology booths for the Big Spring facility located at 300 Veterans Blvd, Big Spring, TX 79720. Contractor will provide all labor, equipment, materials and tools to deliver and install booths in location provided by VA. All waste and debris generated shall be removed and disposed of by contractor. Booths shall be as detailed below or equivalent. I. EQUIPMENT IDENTIFICATION Vendor is to provide a complete fabrication and installation of 1(one) RS-254 single wall control/double wall exam test suite, and 1(one) RS-244 test booth for patient hearing diagnostics. SERVICES TO BE PROVIDED: Provide all components, adaptors and installation of the booth for use in patient treatment. Make unit ready to be connected to ventilation, electrical sources, fire suppression, data and telephone interfacing. The components are to include but not limited to the following items as standard features: AS-A504 4 thick double wall panel construction 32 Clear opening True double door in-swing/out swing system, four total magnetic seals Low profile vibration isolated floor system with carpet, 3 thick AS-R303Efloor with 1 5/8 vibration isolation rails, 4 5/8 total step-up (or pit recess) Two duplex outlets beneath exam room window, surface mounted 6 outlet AC strip beneath control room window. Two (2) additional duplex outlets in each control and exam rooms 2 External air transfer silencers (1 supply, 1 return) with 8 diameter flexible duct ring connections, per booth and control room to connect to the ventilation system. 1 recessed fire sprinkler connection per booth and control room. Recessed incandescent lighting with wall mounted dimmer switches adjacent to room doors Sound secure patient observation window, 30 wide 24 to 36 x 30 high except as required by booth configuration Clinical jack panel containing twelve (12) ¼ stereo phone jacks, four (4) USB ports and one (1) 1 ½ diameter cable pass through 36 clear opening for doors and flush threshold to conform with Americans with Disabilities Act 36 clear opening sound secure acoustic doors as specified with 8 by 20 windows Recess and internal panel conduit drops for network/phone in both control and exam room Recess and internal panel conduit drops for fire alarm in both control and exam room Recess and internal panel conduit drops for thermostat in both control and exam room Sound booth ambient noise measurements and certificate following installation Radio frequency/Electromagnetic Interfacing Shielding Dimensions and specifications Outside dimensions: 19 0 wide by 10 -4 deep by 9 -3 5/8 high Control inside dimensions: 7 -8 wide by 9 8 deep by 7 2 high Exam inside dimensions: 9 0 wide by 9 4 deep by 6 6 high Mirrored one-way glass for observation window to limit patient viewing of test administer Four electrical outlets in control room Four electrical outlets in exam room Acoustical test data shall be submitted from a laboratory accredited by the National Bureau of Standards National Voluntary Laboratory Accreditation Program (NVLAP), which demonstrates that the manufacturer has the capability of manufacturing and install an audiometric suite that meets the following minimum requirements. Center Frequency (HZ) 125 250 500 1000 2000 4000 8000 NIC Double wall Exam Room 40 55 78 87 97 100 89 64 Single wall control room 24 32 43 48 53 58 58 45 A third-party electrical contractor is not required for this particular booth because the booth simply plugs into a 120V, 60Hz outlet for power. Shipping will be included, delivery will be handled by contractor, VA will not supply equipment to unload or move the units. Contractor to field verify all dimensions if necessary, however, drawings have been provided. Overall space provided for each booth is as follows: RS 254 (with control booth): 20 x 10.6 RS 244 (no control booth): 10 6 x 10 6 II. DEFINITIONS/ACRONYMS: A. Biomedical Engineer(ing) - Supervisor or designee. B. CO - Contracting Officer C. POC Point of Contact D. N/A E. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the WTVAHCS premises. F. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. G. Acceptance Signature - VA employee who is authorized to sign-off on the ESR which indicates that the PM has been concluded or is still pending completion, or that the Emergency Repair has been accomplished or is still in a pending status. H. Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. I. NFPA - National Fire Protection Association. J. CDRH - Center for Devices and Radiological Health. K. VAMC - Department of Veterans Affairs Medical Center L. WTVAHCS West Texas VA Healthcare System M. EPA- Environmental protection agency N. TCEQ- Texas Commission of Environmental Quality. III. CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of the applicable standards, such as: NFPA-99, UL, OSHA, VA, CDRH, etc. and the Manufacturer's Performance standards/ specifications as used when the equipment was originally procured and that any upgrades/updates will meet the stated standards/specifications. IV. HOURS OF COVERAGE: A. Normal hours of coverage are Monday through Friday from 8:00 am to 5:00 pm, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by POC or his designee. B. Work performed outside the normal hours of coverage at the request of the POC or his designee will be approved with estimate by the CO. Billing will include service time plus one (1) hour for travel time, and exclude parts, as they are included in this contract. Work performed outside the normal hours of coverage at the request of FSE or contractor will be considered service during normal hours of coverage. NOTE: Hardware/software update/upgrade installations will be scheduled and performed during normal hours of coverage at no additional charge to the government. C. Federal Holidays observed by the WTVAHCS are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day VI. Repair Work: N/A VII. PARTS The Contractor has ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except -if applicable - those parts specifically listed as being EXCLUDED. The contractor shall use new parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Rebuilt parts, used parts or those removed from another system shall not be installed. (The Contractor shall also list any excluded parts in their proposal under the repair contract). VIII. SERVICE MANUALS/TOOLS/EQUIPMENT: The WTVAHCS shall not provide tools, (test) equipment, service manuals, or service diagnostic software to the contractor. Contractor shall obtain, have on file, and make available to its FSE all operational and technical documentation (such as operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service manuals, by name and/or the manuals themselves shall be provided to the CO upon request. Contractor shall provide the POC or Engineering two (2) copies of all documentation that pertains to any hardware, software, or firmware upgrade or repair. Contractor shall provide to the POC or Engineering two (2) copies of the latest version(s) of all documentation and licensing agreements, which shall include operation, service, and diagnostic software. IX. REPORTING REQUIREMENTS: The Contractor shall be required to report to Engineering and Police Services to check in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to check out with Engineering, Police Services and submit the ESR(s) to the POC or designee. All ESRs shall be submitted to the equipment user for an ""acceptance signature"" and to the POC or designee for an ""authorization signature"". If the POC is unavailable, a signed, authorized copy of the ESR will be sent to the Contractor after the work can be reviewed (if requested or noted on the ESR). Waste manifest documentation will be provided to Engineering Service. Any downtime of more than 4 hours will need to be scheduled in advance with the POC. X. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) for delivery of parts. XI. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and POC (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and POC with a written estimate of the cost to make necessary repairs. XIII. CONDITION OF EQUIPMENT: Contractor may contact Contract Specialist with any questions in regard to site equipment prior to due date of quote. Questions due to Contract Specialist by 4:30 pm CST on 5/14/21. Responses to questions will be provided by 5/17/21, 4:30 pm CST. The Contractor accepts responsibility for the equipment described in, paragraph I., in ""as is"" condition. Failure to confirm any questions in regard to the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. XIV. COMPETENCY OF PERSONNEL INSTALLING EQUIPMENT: A. Each respondent must have an established business, with an office and full-time staff. The staff includes a ""fully qualified"" FSE and a ""fully qualified"" FSE who will serve as the backup. B. ""Fully Qualified"" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program. C. The FSEs shall be authorized by the Contractor to perform the installation. All work shall be performed by ""Fully Qualified"" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the WTVAHCS. The CO may authenticate the training requirements, request training certificates, or credentials from the Contractor at any time for any personnel who are servicing or installing any WTVAHCS equipment. The CO and/or POC specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the WTVAHCS equipment. D. If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. E. All safety procedures shall be utilized per NFPA, NEC or other applicable entities. Contractor shall supply all safety PPE necessary to complete this job. XVI. TEST EQUIPMENT: The Contractor shall provide upon request by POC or designee, WTVAHCS with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on WTVAHCS's equipment. Test equipment calibration shall be traceable to a national standard. Contractor must calibrate and provide certification of the booth after installation. XVII. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FSEs shall always wear visible identification issued by the WTVAHCS Police Section while on the premises of the facility. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The WTVAHCS will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings or on the grounds at the WTVAHCS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. XIX. CONTRACT TIME PERIOD: Contract duration: Booth(s) must be delivered and installed no later than (NLT) September 1, 2021 to meet construction deadlines. Floor Plan: QUOTE/OFFER SHOULD BE BROKEN DOWN AS FOLLOWS: PRICE/COST SCHEDULE CLIN: Period ESTIMATED QUANTITY: UNIT: UNIT PRICE: TOTAL PRICE: 0001 Brand name or equal: Acoustic Systems RS- 254 Sound Booth 1 EA $______ $______ 0002 Brand name or equal: Acoustic Systems RS- 244 Sound Booth 1 EA $______ $______ 0003 Installation 1 EA $______ $______ TOTAL: $______ The following clauses and provisions apply to this solicitation: 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3, Convict Labor 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising (JAN 2008) 852.232-72, Electronic Submission of Payment Requests 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (a) This solicitation includes far 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. Quotes must be received no later than Thursday 20 May 2021, 4:30 pm CST. Email your quote to shannon.hodgson@va.gov. The subject line must specify 36C25721Q0806 Audiology Booth Submission. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. A.1 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran owned small business concern or SDVOSB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned 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 or eligible surviving spouses (see VAAR 802.101, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is so listed in the Vendor Information Pages (VIP) database (https://www.vip.vetbiz.va.gov); and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all SDVOSB and VOSB set-asides and sole source contracts. (2) Service-disabled Veteran 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). (b) General. (1) Offers are solicited only from eligible service-disabled veteran-owned small business concerns. Only VIP-listed service-disabled veteran-owned small business concerns (SDVOSBs) may submit offers in response to this solicitation. Offers received from concerns that are not VIP-listed service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed service-disabled veteran-owned small business concern that meets the size standard for the applicable NAICS code. (c) Representation. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible. Therefore, any reference in 13 CFR part 121 and 125 to a service disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB and only such concern(s) qualify as similarly situated. The offeror must also be eligible at the time of award. (d) Agreement. Agreement. When awarded a contract (see FAR 2.101, Definitions), including orders under multiple-award contracts, or a subcontract, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR part 121.406 and 125.6, provided that for purposes of the limitations on subcontracting, only VIP-listed SDVOSBs shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An independent contractor shall be considered a subcontractor. An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade contractors. In the case of a contract for special trade contractors, it will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. Any work that a VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, cost of materials is excluded and not considered to be subcontracted. For mixed contracts and additional limitations, refer to 13 CFR 125.6. (e) Joint ventures. A joint venture may be considered an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any reference therein to service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to mean a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (f) Precedence. For any inconsistencies between the requirements of the SBA program for service-disabled veteran-owned small business concerns and the VA Veterans First Contracting Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program requirements have precedence. (End of Clause) End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6ecdf320ace04dd48caef9a09e00ee95/view)
- Place of Performance
- Address: Department of Veterans Affairs West Texas VA Health Care System 300 W. Veterans Blvd, Big Spring, TX 79720, USA
- Zip Code: 79720
- Country: USA
- Zip Code: 79720
- Record
- SN06000031-F 20210514/210512230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |