Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2025 SAM #8766
SOLICITATION NOTICE

J -- Boiler Plant Control Systems Preventative Maintenance Services B+4

Notice Date
11/24/2025 7:40:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24726Q0127
 
Response Due
12/15/2025 7:00:00 AM
 
Archive Date
12/30/2025
 
Point of Contact
LaTerrica Sewell, Contracting Officer, Phone: 706-733-0188
 
E-Mail Address
LaTerrica.Sewell@va.gov
(LaTerrica.Sewell@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
36C24726Q0127 Page 1 of Page 39 of 69 Page 1 of 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 2025-06, dated 10-01-2025. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be registered and active in the System for Award Management (www.SAM.gov) and SBA verified SDVOSB Veteran Small Business Certification Veteran Small Business Certification (VetCert) (https://veterans.certify.sba.gov/) concern verified at the date and time set for receipt of offers. An Offeror, who is not SAM registered, or SBA Vet Cert verified SDVOSB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210-Facilities Support Services, with a small business size standard of $47.0 Million. The FSC/PSC is J041. The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 07, William Jennings Bryan Dorn VA Medical Center, 6439 Garners Ferry Rd., Columbia, SC 29209 is seeking to purchase Boiler Preventative Maintenance Services. All interested companies shall provide quotations for the following: Supplies/Services PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 JB __________________ __________________ Contractor shall provide annual boiler maintenance for seven (7) boilers. The Contractor shall furnish all labor, travel, equipment, supplies and materials required to perform preventative maintenance and repair services of seven (7) boilers, including one (1) annual and one (1) semi-annual testing in accordance with the Statement of Work (SOW). Contract Period: Base POP Begin: 05-01-2026 POP End: 04-30-2027 1001 2.00 JB __________________ __________________ Contractor shall provide annual boiler maintenance for seven (7) boilers. The Contractor shall furnish all labor, travel, equipment, supplies and materials required to perform preventative maintenance and repair services of seven (7) boilers, including one (1) annual and one (1) semi-annual testing in accordance with the Statement of Work (SOW). Contract Period: Option 1 POP Begin: 05-01-2027 POP End: 04-30-2028 2001 2.00 JB __________________ __________________ Contractor shall provide annual boiler maintenance for seven (7) boilers. The Contractor shall furnish all labor, travel, equipment, supplies and materials required to perform preventative maintenance and repair services of seven (7) boilers, including one (1) annual and one (1) semi-annual testing in accordance with the Statement of Work (SOW). Contract Period: Option 2 POP Begin: 05-01-2028 POP End: 04-30-2029 3001 2.00 JB __________________ __________________ Contractor shall provide annual boiler maintenance for seven (7) boilers. The Contractor shall furnish all labor, travel, equipment, supplies and materials required to perform preventative maintenance and repair services of seven (7) boilers, including one (1) annual and one (1) semi-annual testing in accordance with the Statement of Work (SOW). Contract Period: Option 3 POP Begin: 05-01-2029 POP End: 04-30-2030 4001 2.00 JB __________________ __________________ Contractor shall provide annual boiler maintenance for seven (7) boilers. The Contractor shall furnish all labor, travel, equipment, supplies and materials required to perform preventative maintenance and repair services of seven (7) boilers, including one (1) annual and one (1) semi-annual testing in accordance with the Statement of Work (SOW). Contract Period: Option 4 POP Begin: 05-01-2030 POP End: 04-30-2031 GRAND TOTAL __________________ STATEMENT OF WORK Boiler Preventative Maintenance Services 1. REQUIREMENT: This requirement is for annual boiler plant control system maintenance on seven (7) boilers and associated systems, on behalf of the Columbia Healthcare System, WJB Dorn VA Medical Center, located in Columbia South Carolina. Contract Type: Firm-Fixed Price 2. BACKGROUND: The WJB Dorn VA Medical Center (VAMC) is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: This procurement is for a Base Year with the possibility of Four (4), One (1) Year Options. Base Year May 1, 2026, through April 30, 2027 Option Year 1 May 1, 2027, through April 30, 2028 Option Year 2 May 1, 2028, through April 30, 2029 Option Year 3 May 1, 2029, through April 30, 2030 Option Year 4 May 1, 2030, through April 30, 2031 Work shall be performed during the hours of 8:00 a.m. through 4:00 p.m. from Monday through Friday. Excluding weekends and all federally observed holidays. At this time, no overtime is authorized. 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement, and written notification will be provided to the Contractor after contract is awarded. Scheduling of work performance shall be arranged through the designated COR/ACOR assigned. The Contractor shall provide annual boiler maintenance for seven (7) boilers. The Contractor shall furnish all labor, travel, equipment, supplies and materials required to perform preventative maintenance and repair services of seven (7) boilers. If a subcontractor is utilized, the Contractor shall provide a Subcontract Plan within 10 days of Contract award, that will include: Statement of Work. List of personnel that have had training with fireye controls who will be working on the boilers. Conveys fulfilling reporting requirements of all adjustments made to the controls to include previous settings to current settings signed off on by the technician Two semi-annual Testing and Maintenance services in accordance with VHA Directive 1810, current edition. Inspection and testing will be conducted and documented as defined in the latest VHA Boiler Plant Safety Device Testing Manual. All inspections and testing must be done by qualified individuals annually. At the conclusion of each inspection, the Customer will be provided with a written field service report detailing equipment condition and any recommendations for necessary repairs or enhancements to maintain system/equipment capacity, reliability, and efficiency. During the annual comprehensive inspection, an operational log will be completed and left with the Customer for their records. Any equipment deficiencies will be noted on the log and addressed outside the scope of this preventative maintenance agreement. Customer will be provided instructions to Customer s personnel who are responsible for Equipment operation and familiarize them with normal operation. The Boiler Plant Control System maintenance will consist of maintenance on four (4) Duel Fuel Boilers (#2 Fuel Oil/ Natural Gas), three (3) single fuel boilers, and all associated systems, covering the following areas: A: Server and Software Maintenance: 1. Server Maintenance Excluding Parts 2. Windows Updates 3. Kepware Updates 4. Iconics Updates 5. HC900 Firmware Updates 6. Fireye Firmware Updates 7. Software Maintenance/ Assistance 8. System Software Modifications (Control, Alarms, Trending, Reports, Graphics, etc.) 9. Boiler Plant monitors B. Boiler Combustion Control Point Calibration and Combustion Testing for Each Boiler as Applicable 1. Plant Master Control PV 2. Boiler Master Control Loop (Drum Pressure) 3. Combustion Air Control Loop (VFD, CMD, & FB/ Drum Level) 4. Gas Control Loop (Gas Valve CMD & FB/ Gas Flow) 5. Oil Control Loop (Oil Valve CMD &FB/ Oil Flow) 6. Feed Water Control Loop (Feed Water Valve CMD & FB/ Drum Level) 7. Furnace Pressure Control Loop (Stack Damper CMD &FB/ Furnace) 8. O2 Trim Loop 9. Boiler Steam Flow 10. Feed Water Flow 11. Windbox Pressure 12. Furnace Pressure 13. Boiler Outlet Pressure 14. Economizer Outlet Pressure 15. Economizer Inlet and outlet Gas Temperature and Water Temperature 16. Pilot Gas Pressure 17. Oil Pressures 18. Feed Water Pressure 19. Atomizing Media Pressure C. Boiler Safety Switch Calibration and Testing for Each Boiler 1. High Steam Pressure 2. High Furnace Pressure 3. Low Combustion Air Pressure 4. Low Instrument Air Pressure 5. High Gas Pressure 6. Low Gas Pressure 7. Low Oil/Steam Differential Pressure 8. Low Atomizing Media Pressure 9. High Oil Pressure 10. Low Oil Pressure 11. High Pilot Gas Pressure 12. High Water Alarm Switch 13. Low Water Alarm Switch 14. Low Water Cutout Probe 1 (Main) 15. Low Water Cutout Probe 2 (Auxiliary) D. Boiler Plant Loop Tuning for Each System 1. Main Steam Pressure 2. Main Steam Heater 1 Pressure 3. Steam PRV-1 4. Steam PRV-2 5. Steam PRV-3 6. Condensate Tank 1 Level Control 7. D/A Tank 1 Level Control 8. D/A Tank 1 Pressure Control 9. Continuous Blowdown Tank Level 10. Bottom Blowdown Tank E. Common Plant I/O Control and Instrumentation Preventative Maintenance and Calibration 1. Fuel Oil Tank Level Indication 2. City Water Filter Inlet Pressure 3. City Water Filter Outlet Pressure 4. Condensate Pressure (DA Intake) 5. PRV- 1, PRV-2, PRV-3 Condensate Return Flow 6. Feedwater Header Pressure (Primary and Secondary) 7. Ambient Relative Humidity and Temperature Sensor F. Conduct annual checks on Lochinvar boilers to include service. As per Service manual. 1. Clean heat exchanger 2. Remove and clean burner 3. clean blower wheel 4. Inspect ignition and flame sense electrodes 5. Check ignition ground wiring 6. Check all boiler wiring 7. check control settings G. Gas Detection System Preventative Maintenance and Calibration 1. Bump Test Each Local Sensor Semi Annually 2. Verify Calibration / Calibrate Each Local Sensor Annually H. All routine Repairs will have a response time of less than 24 hours I. Provide Emergency Service and after-hours response, if needed, to maintain system stability to the facility. 1. All emergency repairs, (especially the Master Control Panel), will have a response time of less than two (2) hours. 2. Boiler repairs to meet N+1 requirements must have 2-hour response time. 3. Contractor will provide an emergency recall plan that will include: 2-hour on site response time plan, to maintain VA requirements of N+1. Conveys fulfilling reporting requirements of all adjustments made to the controls to include previous settings to current settings signed off on by the technician The Contractor shall ensure that the area is clearly blocked off when commencement of work occurs so that no traffic of personnel disrupts services. The COR shall ensure the front entrance is secured and a detour sign posted for entry into the building if required during installation. EMERGENCY CALL IN REQUIREMENT: The Contractor shall provide a telephonic method for the facility to call in emergency work orders for the system during any failures at any time, 24 hours a day, 7 days a week. Upon notification of emergency failures, the Contractor shall have a qualified technician at the facility within two (2) hours to conduct necessary repairs. REPORT REQUIREMENT: The Contactor shall provide a report of service after each preventive maintenance occurs for each system. The report will be in accordance with (IAW) the current VHA Boiler and Associated Plant Safety Device Testing Manual and IAW VA Directive 1810.� This report shall be submitted to the COR no later than ten (10) business days after each inspection occurs. The report shall contain a minimum of the following items. Date of Inspection Unit # Manufacturer, Model and Serial Numbers Previous Settings Current Settings Any areas of concern on each System Name of Inspector CHECK-IN REQUIREMENTS: Contractor and all Contractor s Service Personnel shall check in and out with Engineering in Building 20 prior to performing and upon completion of all required service. This information is required to contact mechanics in case of an emergency during regular hours. SAFETY REQUIREMENTS: Contractor shall ensure all tools and equipment are always secured. Tools and equipment must be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each workday. All debris must be removed from the facility upon completion of service each day. The WJB Dorn VA Medical Center is a smoke free campus. Smoking is not permitted indoors or on campus (except at the Regional Office location), to include parking lots, at any time. All smoking shall be conducted at designated smoking areas. TRAINING REQUIREMENTS: 10-Hour OSHA Training for all personnel involved with the required service Technicians must be fully trained on Fireye Controls A Site Visitation is required during the solicitation phase. Date and time will be coordinated through the COR, by the Contracting Officer (CO). All questions will be annotated during the site visit; however, answers will be provided to the CO only, who will in turn disseminate the information to the vendors. Included in vendor proposals will be a past performance report including two (2) years showing satisfactory performance under the same scope of work included in this Statement of Work, No. 5, Performance Requirements. 6. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 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. 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. 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. 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. 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. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 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 contract period of performance is a base year with the possibility of four (4), one (1) year options. Base Year May 1, 2026, through April 30, 2027 Option Year 1 May 1, 2027 through April 30, 2028 Option Year 2 May 1, 2028 through April 30, 2029 Option Year 3 May 1, 2029 through April 30, 2030 Option Year 4 May 1, 2030 through April 30, 2031 Place of Performance/Place of Delivery Address: William Jennings Bryan Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC Postal Code: 29209 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1)� Insert the provision at� 52.212-2, Evaluation-Commercial Products� and� Commercial Services, in� solicitations� for� commercial products� or� commercial services� (see� 12.602); or (2)� Include a similar provision containing all evaluation factors required by� 13.106,� subpart� 14.2� or� subpart� 15.3, as an addendum (see� 12.302(d)).] The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (OCT 2025) (DEVIATION FEB 2025) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph b: 52.203 6, 52.204 10, 52.204 27, 52.204 30, 52.209 6, 52.219-8, 52.219 27, 52.219-28, 52.222-3, 52.222 35, 52.222 36, 52.222 37, 52.222-40, 52.222-50, 52.225-13, 52.226-8, 52.229 12, 52.232-33, 52.240 1. Subparagraph c: 52.222-41, 52.222-42, 52.222-43, 52.222-55, 52.222-62 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 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 30 days. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of Clause) 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: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 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. (End of Clause) VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (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 802.201, 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 certified for ownership and control pursuant to 38 U.S.C. 8127, 13 CFR 128, and is listed as certified in the SBA certification database at https://veterans.certify.sba.gov/; and (v) The business agrees to comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size, government contracting, and the Veteran Small Business Certification Program at 13 CFR parts 121, 125, and 128. (2) The term 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). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). (4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)). (5) The term SDVOSB participant or certified SDVOSB means a small business that has been certified in the SBA Veteran Small Business Certification Program and listed in the SBA certification database (see 13 CFR 128.102). (b) General. In order for a concern to submit an offer and be eligible for the award of an SDVOSB set-aside or sole source contract, the concern must qualify as a small business concern under the size standard corresponding to the NAICS code assigned to the contract and be listed as an SDVOSB participant in the SBA certification database as set forth in 13 CFR 128. (1) Offers received from entities that are not certified SDVOSBs and listed in the SBA certification database at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made to a certified SDVOSB listed in the SBA certification database who is eligible at the time of submission of offer(s) and at the time of award. (3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. (c) Representation. Pursuant to 38 U.S.C. 8127(e), only certified SDVOSBs listed in the SBA certification database are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible and certified SDVOSB as defined in this clause, 13 CFR 121, 125, and 128, and VAAR subpart 819.70. (d) Agreement/LOS certification. When awarded a contract action, including orders under multipleaward contracts, 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 part 125, including the non-manufacturer rule and limitations on subcontracting (LOS) requirements in 13 CFR 121.406(b) and 13 CFR 125.6. For the purpose of limitations on subcontracting, only certified SDVOSBs listed in the SBA certification database (including independent contractors) 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 otherwise eligible firm further agrees to comply with the required LOS certification requirements in this solicitation (see 852.219 75 or 852.219 76 as applicable). These requirements are summarized as follows: (1) Services. In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs listed in the SBA certification database (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/ VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. (2) Supplies/products. (i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not certified SDVOSBs listed in the SBA certification database. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract. (ii) In the case of a contract for supplies from a non-manufacturer, the SDVOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13 CFR 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements. (3) General construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not certified SDVOSBs listed in the SBA certification database. (4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not certified SDVOSBs listed in the SBA certification database. (5) Subcontracting. An SDVOSB subcontractor must meet the NAICS size standard assigned by the prime contractor and be certified and listed in the SBA certification database to count as similarly situated. Any work that a first tier SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: [X] By the end of the base term of the contract or order, and then by the end of each subsequent option period; or [] By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements in 13 CFR 128.402 and the managing jointventure partner makes the representations under paragraph (c) of this clause. 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. (g) Precedence. The VA Veterans First Contracting Program, as defined in VAAR 802.101, subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA Veteran Small Business Certification Program and the VA Veterans First Contracting Program. (h) Misrepresentation. Pursuant to 38 U.S.C. 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406 2 Causes for Debarment). (End of Clause) VAAR 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(l)(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: (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 certified SDVOSBs listed in the SBA certification database as set forth in 852.219 73 or certified VOSBs listed in the SBA certification database as set forth in 852.219 74. Any work that a similarly situated certified SDVOSB/VOSB 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 ...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/23904f98fcc241d0bb05fc67b22f3ada/view)
 
Place of Performance
Address: Department of Veterans Affairs William Jennings Bryan Dorn VA Medical Center 6439 Garners Ferry Road, Columbia, SC 29209, USA
Zip Code: 29209
Country: USA
 
Record
SN07650027-F 20251126/251124230036 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.