SOLICITATION NOTICE
J -- Newington Campus BEI Corrections
- Notice Date
- 11/17/2025 6:37:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0062
- Response Due
- 12/19/2025 2:00:00 PM
- Archive Date
- 01/18/2026
- Point of Contact
- Nathan Langone, Contract Specialist, Phone: 603-624-4366
- E-Mail Address
-
Nathan.Langone@va.gov
(Nathan.Langone@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- VA Connecticut Healthcare System Newington Campus Safety Deficiencies Corrections Work Page 2 of 2 Description This is a combined synopsis/solicitation for commercial products and 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 Services, as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as RFQ 36C24126Q0062. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. This solicitation is set-aside for SDVOSB The associated North American Industrial Classification System (NAICS) code for this procurement is NAICS 238220 (Plumbing, Heating, and Air-Conditioning Contractor) SBA size standard $12.5 Million. The PSC is J045 (Maintenance, Repair, and Rebuilding of Equipment- Plumbing, Heating, and Waste Disposal). The VA Connecticut Healthcare System completed a Newington Campus Boiler Plant inspection. This inspection by the Boiler Efficiency Institute, Inc. (BEI) identified several safety concerns that need to be addressed to properly close out open findings. These items and their corrections ensure that the boilers are operating to standard and in compliance with VA Directive 1810, codes, regulations, etc. Vendors shall perform a MANDATORY pre-bid walkthrough at 8:30 a.m. on December 10th, 2025 at VA Medical Center West Haven located at 950 Campbell Avenue, West Haven, CT 06516.� Meet at Building 15 and obtain a temporary day badge and complete a sign-in sheet.� All interested companies shall provide quotations for the following: STATEMENT OF WORK NEWINGTON BOILER PLANT SAFTEY DEFICIENCIES CORRECTION BACKGROUND VA manages and maintains the operation and condition of facility level boiler to set standards and does so through Directive 1810 as well as compliance to all applicable codes, regulation and guidance. It is the intent of this project to support and maintain the condition and operation of the facility level boilers in compliance through ongoing inspections, cleaning, service, proper operation, etc. JUSTIFICATION VA Connecticut Healthcare System completed a Newington Campus Boiler Plant inspection. This inspection by the Boiler Efficiency Institute, Inc. (BEI) identified several safety concerns that need to be addressed to properly close out open findings. These items and their corrections ensure that the boilers are operating to standard and in compliance with VA Directive 1810, codes, regulations, etc. PLACE OF PERFORMANCE The place of performance for this contract is VA Connecticut Healthcare System, located at Newington Campus, 555 Willard Avenue, Newington, CT 06111. PERIOD OF PERFORMANCE The Contract Time Period of Performance is 45 days from the contract award and Notice to Proceed (NTP). QUALIFICATIONS To be considered eligible for consideration, potential bidders shall have a field service representative located within 100 miles of the Newington Campus of the VA Connecticut Healthcare System. The Service Provider acting as a Prime with subcontracted labor shall meet this requirement. The Bidders shall provide, upon request, documentation of certification/training on the specific equipment under the terms of this contract. The Bidders shall be qualified to perform work on steam distribution systems to include industrial boiler plant equipment and have completed prior steam distribution work and/or inspection projects for VA Connecticut Healthcare System. The Service Provider shall have a minimum of three (3) years of related scope and work experience with commercial and industrial steam boiler and steam boiler component installation and repairs as well as all aspects of inspections, cleaning, calibration, and testing in compliance with and clear understanding of relevant codes and regulations. The Service Provider and/or assigned project staff members shall have industry standard certifications and qualifications to include but not limited to current OSHA certification (10 hours minimum/ 30 hours preferred) and equivalent qualifications associated with requirements herein. The Service Provider shall submit documentation of technical training and certifications for personnel performing all work under the terms of this contract for review and acceptance prior to the start of work on site. The Service Provider/ welders shall be certified and possess R-stamp certification. The Service Provider will be responsible for complying with the VA Connecticut Healthcare System policies for confined space, Lock Out Tag Out, all equipment, supplies, and external support to safely enter the confined space to document and investigate existing conditions, determine quantities, and confirm scope of work. The Service Provider shall submit documentation on technical training and certifications for personnel performing all work. The Contracting Officer (CO) and/or Contracting Officer s Representative (COR) specifically reserve the right to reject any of the Service Provider s personnel and refuse permission to work on the equipment outlined herein, based upon credentials provided. Vendors shall perform a MANDATORY pre-bid walkthrough at 8:30 a.m. on December 10th, 2025 at VA Medical Center West Haven located at 950 Campbell Avenue, West Haven, CT 06516. Meet at Building 15 and obtain a temporary day badge and complete a sign-in sheet. SCOPE OF WORK The Service Provider shall furnish all labor, materials, equipment, tools, supervision, Safety considerations, LOTO procedures, clean up (daily and at the end of work with proper disposal of waste) and all incidentals to complete work for the services described in this document. The Service Provider shall submit a project schedule, work procedures, inspection procedures, testing procedures, all safety documentation, weld procedures, welders certifications, etc. for review and approval by VA Contracting Officer Representative (COR) and Safety Office before the start of work on site. If applicable, the Service Provider shall develop and submit an abatement plan including all personnel certifications and training records before the start of work on site. Normal scheduled work shall occur between the hours of; 7:00 a.m. and 5:00 p.m. Monday Friday as coordinated with COR. All off-normal scheduled work shall be communicated and coordinated with CO and COR a minimum of ten (10) working days prior to need. No work shall be performed on Federal Holidays unless an emergency status has been indicated and/or authorized by the Contracting Officer. US Federal Holidays: New Year s Day Martin Luther King Jr. Day President s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Combined Synopsis-Solicitation for Commercial Products and Commercial Services Revision 01 Effective: 05/30/2023 Description of Services: The project will include but not be limited to the following: Boiler #1 Low Fuel Gas Pressure Cutoff Switch (LFGPCS): Replace switch and make isolation valves lockable only in open position. The Contractor shall replace switch and retest. High Fuel Gas Pressure Cutoff Switch (HFGPCS): Replace switch and make isolation valve lockable only in open position. The Contractor shall replace switch and retest. Combustion Air Proving Switch (CAPS): Switch setpoint is too low. The Contractor shall adjust switch to trip at 6.4 in wc or higher. The Contractor shall adjust the setpoint and retest. The Contractor shall adjust switch. Expected to be corrected within April 22 services. Verify in field task has been completed. Purge Airflow Proving Switch (PAPS): Not plumbed properly. Switch must be plumbed from the wind box to the stack with proper test ports and isolation valves. Refer to testing manual 5th edition. Once properly plumbed switch must be properly set. The Contractor shall replumb switch and retest. Low Fire Proving Switch (LFPS): Setpoint too high (x2 devices). The Contractor shall adjust position switch so that the switch is open at 10% firing rate or less for both devices and retest. The Contractor shall adjust the switch. Expected to be corrected within April 22 services. Verify in field task has been completed. Low Flue Gas Oxygen Level Interlock (LFGOLI): There is no LFGOLI or interlock provided. The Contractor shall provide LFGOLI and interlock and retest. Lower the natural gas fuel train to floor level. Replace the control panel mounted draft gauges for furnace pressure, draft, and flue gas outlet pressure. Boiler #2 Low Fuel Gas Pressure Cutoff Switch (LFGPCS): Replace switch and make isolation valves lockable only in open position. The Contractor shall replace switch and retest. Automatic Pilot Fuel Gas Shutoff Valve and Solenoid Vent Valve Seat Leakage (APFGSOV & APFGSVV): Both upstream and downstream APFGSOVs are leaking. The Contractor shall replace valves and retest. Combustion Air Proving Switch (CAPS): Switch setpoint is too low. The Contractor shall adjust switch to trip at 6.4 in wc or higher. The Contractor shall adjust the setpoint and retest. The Contractor shall adjust switch. Expected to be corrected within April 22 services. Verify in field task has been completed. Purge Airflow Proving Switch (PAPS): Not plumbed properly. Switch must be plumbed from the wind box to stack with proper test ports and isolation valves. Refer to testing manual 5th edition. Once properly plumbed switch must be properly set. The Contractor shall replumb switch and retest. Outlet Stack Damper Position Interlock Switch (OSDPI): Outlet Stack Damper is locked in the open position. The Contractor shall replace switch and retest. Furnace Pressure Interlock (FPI): The manual isolation valve for this switch needs to be locked in the open position. The Contractor shall make adjustment or replace interlock and retest. Low Flue Gas Oxygen Level Interlock (LFGOLI): There is no LFGOLI or interlock provided. The contractor shall provide LFGOLI and interlock and retest. High Fuel Gas Pressure Cutoff Switch (HFGPCS): Replace switch and make isolation valve lockable only in open position. The contractor shall replace the switch and retest. Lower the natural gas fuel train to floor level. Replace the control panel mounted draft gauges for furnace pressure, draft, and flue gas outlet pressure. Boiler 3 Boiler is considered as being out-of-service and requires no corrections. General Site Corrections: Remove transmitter actuated condensate tank High Water Level alarm. Provide only a probe actuated high level alarm. Reprogram the feedwater pump Variable Frequency Drives to automatically maintain the desired setpoint. Provide and install Cross Boiler SCADA HMI with functions and plant trends per review with Plant Supervisor and COR. Replace the control panel mounted draft gauges for furnace pressure, draft, and flue gas outlet pressure. In addition, the contractor shall: Check-in with the VACT Boiler Plant Supervisor at the start of each workday. Provide a final comprehensive report on repairs and testing of deficient devices. Performed and complete work per schedule that is approved in advance. Dates and times of work shall be coordinated between the Contractor and VA Contracting Officer to minimize impact on boiler plant operations. The Contract shall be completed within indicated days of the award. If any portion of the Contract cannot be completed within this period, the Contractor and VA Contracting Officer shall determine a reasonable period of performance for the specified portion within ten (10) Calander Days of award to modify for full compliance. The Service Provider shall schedule and coordinate all work with VA COR, Utilities Supervisor, and Boiler Plant Supervisor. All LOTO requests and procedures shall follow the VA Connecticut Healthcare System Medical Center Policy 138-075. Coordinate Hot Work permit requests with VA Connecticut Healthcare System Safety Office. Coordinate all placement and removal of Lock Out Tag Out devices for any energy sources with the VA COR/Maintenance & Operations. All Confined Space entries shall follow the VA Connecticut Healthcare System Standard Operating Procedure Confined Space SOP-SO-010. The VACHS confined space acknowledgement and permit is required to be completed by qualified individuals identified to perform entry into any confined space and will be coordinated with the VACHS Safety & Outage Coordinator and VACHS Safety Representative on site. Protect all equipment in place during replacement activities. Equipment considered necessary to accomplish all the work required by this contract includes but is not limited to equipment required for metal work, welding, inspection, testing, rigging & handling, de-watering, containment, and cleaning of any debris resulting from this work. In accordance with VHA Operational Alert and Guidance, NO cast iron fittings and pipe components (valves, steam traps, etc.) shall be used. Reference VHA Directive 1810(1) as amended on September 11, 2018: 5.a(1) and 5.b(1). ASTM A193 bolts shall be utilized and replace any ASTM A307 Bolts at locations of steam piping, flanges, gaskets, and other hardware where piping replacements are included within this scope of work. Reference Veterans Health Administration (VHA) Master Specifications for Hydronic Piping (Specification 23 22 13) and Steam and Condensate Heating Piping (Specification 23 22 13) where applicable. Repair of existing cast iron fittings or pipe components is permissible in specific instances but must be reported and coordinated with the CO and COR for approval before starting the work through submittal process with justification as necessary. All new steam and condensate lines shall be Schedule 80. All new steam and condensate lines that utilize valves to isolate or divert a medium shall be installed new as a double in series valve system (except for a drain line valve). Where the option exists to utilize welded vs threaded distribution, welded is the required option with connection to weld neck flanges and per use of metal jacketed gaskets. Alternate may be considered but not allowed unless authorized by the COR. Repairs and any modifications shall be in full compliance with American Society of Mechanical Engineers (ASME) and National Board Inspection Code (NBIC). The Service Provider shall perform an inspection report of all repairs, corrections, and testing with photographs and other documentation necessary to confirm information within the report. All welding work shall be completed by certified welders (submit certifications for review and acceptance to the COR prior to any work) and must possess R-stamp certification. All weld tests shall meet standard per code specifications ASME Section V requirements for nondestructive examination and ASME Section VIIII rules for construction of pressure vessel. Finish work shall include new insulation with R-factor and type to match existing, fiberglass with white paper wrap on lines, removable Velcro type fitting booths, color coded for medium, brass tags valves, medium labels on insulation and flow indicators as required. SUBMITTALS/DELIVERABLES The Service Provider shall furnish all submittal item documentations (with final dispositions) and final documentation report with all tests, photos, corrections made within fourteen (14) business days after work is completed. All submittals shall be provided to the VA O&M Section for Information Sharing Only and courtesy review. Proper equipment selection and timely procurement shall remain the responsibility of the Service Provider. The Service Provider shall furnish all material certifications for any replacement parts used. The Service Provider shall furnish a waste manifest as required. SPECIAL INSTRUCTIONS Service Provider Check-in: All employees of the Service Provider shall comply with VA Security Management Program and obtain permission from the VA Police for access to restricted and unauthorized access areas. Upon arrival, the Service Provider shall sign-in at FMS Office and receive a temporary identification badge prior to performing services at VA Connecticut Healthcare System. The Service Provider shall wear visible identification always displaying the name and company ID while on site. All site visits shall be coordinated with the VA COR or assigned POC. Per Directive 1805, smoking, vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service providers and their employees. No photography of VA premises is allowed without the written permission of the contracting officer. Patients and staff are not to be photographed at any time. Parking for Service Provider and employees shall be in designated areas only. The Service Provider shall coordinate with VA COR. The Service Provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA Contracting Officer. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA Contracting Officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider s performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to the rules of the Medical Center applicable to their conduct. Execute work in such a manner as to reduce impacts with work being done by others. Billing: Provide COR with a report or statement of work completed and include statements with request for payment. The statement should include service completed and the date each service item was completed. Labor charges shall be billed hurly, and any unused labor totals will be credited back to the VA Medical Center on the next billing cycle, upon receipt of the service report. Safety Codes / Certification / Licensing: Environmental abatement work, if necessary and required per SOW, is to be performed by Service Provider under supervision and monitoring for the VA by a Certified Industrial Hygienist. If suspected ACM is discovered, reach out immediately to the VA Contracting Officer and Contracting Officer Representative. The Service Provider shall comply with all codes as described above, as well as codes customarily applied in VA construction jobs such as NFPA fire code, OSHA, VA Design Guides, etc. Labs used by the Service Provider shall be licensed as required by any applicable governing agencies, and their certifications and licenses shall be included in the reports. Travel: Service Provider and/or subcontractors will travel from their place of business to the VA Connecticut Healthcare System and park, access and/or work in authorized areas only. NARA Records Management Requirements The following standard items relate to records generated in executing this contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C. Chapter 21, 29, 31, and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. The Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. The Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. The Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. The Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Evaluation Process Award shall be made to the best value, as determined to be the most beneficial to the Government. 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. Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Government will award a contract resulting from this solicitation to the vendor responsible whose quote conforming to the solicitation will be most advantageous to the Government, price, past performance, and capabilities. The following factors shall be used to evaluate offers: 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. Price (Follow these instructions): Offeror shall complete pricing for the scope of work provided.� Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Past Performance: a. Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant). Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company can perform the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from all sources. 3. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work. b. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Statement of Work. c. Contractor shall provide all current and relevant or license(s) to include manufacture training certificate etc. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. 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. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: ______________________________________________________________________________ (End of clause) 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to design...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/20d17f6002d545608d27ada8302688b0/view)
- Place of Performance
- Address: VAMC West Haven 950 Campbell Ave, West Haven, CT 06516, USA
- Zip Code: 06516
- Country: USA
- Zip Code: 06516
- Record
- SN07643522-F 20251119/251117230035 (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 |