Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2025 SAM #8767
SOLICITATION NOTICE

J -- Video Camera and Fiber Cable Installation Bedford VA Medical Center

Notice Date
11/25/2025 1:14:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24126Q0109
 
Response Due
12/12/2025 9:00:00 AM
 
Archive Date
12/27/2025
 
Point of Contact
Carissa Sarazin, Contract Specialist, Phone: 401-273-7100
 
E-Mail Address
carissa.sarazin@va.gov
(carissa.sarazin@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. This solicitation is set-aside for SDVOSBs. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210, with a small business size standard of $19.0 million. The FSC/PSC is J059. The Bedford VA Medical center located at 200 Springs Rd in Bedford, MA 01730 is seeking to purchase services to Install a camera and Connect the Chapel A/V feed to campus cable broadcast system. STATEMENT OF WORK SCOPE OF THE WORK PROJECT DATA: TITLE: Video Camera and Fiber Cable Installation BUILDING/FACILITY: Bldg. 81, Edith Nourse Rogers Memorial Veterans Hospital, 200 Springs Rd Bedford, MA 01730 JOB ORDER CONTRACT NUMBER: TBD REQUESTOR: Engineering CONTRACTOR: TBD CONTRACT DURATION: 60 Days OBJECTIVE: Contractor shall provide, install, and program a video feed of the chapel into the facility s digital cable broadcast system in accordance to local, state, federal, OSHA regulations and manufacture s guideline. This work will be performed in a functioning Medical Center that must remain fully operational during construction. The contractor must coordinate, plan, and schedule work in order to maintain full services to all occupied areas and limit any disruptions, up to and including working off hours. GENERAL SCOPE: Contractor shall provide all equipment, material, accessories, etc. necessary to perform work, located at Bldg. 81 Edith N. Rogers Veterans Memorial Hospital, 200 Springs Road, Bedford, Massachusetts as required by scope herein. The Contractor must thoroughly review the site and plan for changes required in the spaces as noted and adjacent spaces to assess the impact of the work on existing conditions. Careful consideration must be paid to the work required as adjacent rooms will be occupied during construction. The Contractor shall minimize the impact on the occupants as much as possible. Service to include: Chapel audio system fiber integration: An output of the existing Chapel audio system will connect to a new network encoder, provided by the contractor, which will terminate to a new wall mount network switch, provided by the contractor, located at the existing fiber termination point within the building. (Technicians will be required to install new CAT6 cable between audio system s new encoder and fiber termination point for the switch interconnection.) Once wiring and both devices are in place a fiber port on the new network switch will need to be patched to the existing facility fiber within the Chapel building for transmission to building 3 via the existing fiber network. Chapel new video camera and integration Contractor shall provide and install a new HD PoE network camera to replace the current Chapel video broadcast camera and will integrate with the above network switch via a Cat 6 cable run to the switch located at the fiber termination panel within the building. Building 3 server room-to-video distribution head end fiber: A new 6-strand armored single-mode fiber will be installed between the Building 3 server room and video distribution head end. This work will include patching the new fiber to the existing back-bone via an existing patch panel. Building 3 video distribution head end integration of new Chapel audio/video solution: The new fiber described above will connect to a new network switch which will patch to audio and video decoders, provided by the contractor. A new digital modulator, provided and installed by the contractor, which the audio and video will be connected to and be inserted into the digital cable distribution feed. REQUIREMENTS GENERAL REQUIREMENTS: All work, material and workmanship to be furnished shall conform to all applicable local and national standards, VA SOPs, industry recommended practices and safety codes, to the requirements and test procedures of the Massachusetts state building code. The VA shall be notified of any changes before work is started. Contractor to obtain all notifications and approvals required before starting work such as ILSM and ICRA and obtain approvals upon completion as required. If necessary, any shutdown of utilities shall not take place until notification and approval has taken place with the end user and the Engineering Shop Main Supervisor and Trade Supervisor and written approval is received from the COR. If utilities are damaged, Contractor, at their own expense, shall immediately restore to service and repair any damage caused by Contractor's workmen; to existing building, piping and conduits, wires, cables, etc., of utility services or of fire protection systems and communications systems (including telephone) which are not scheduled for discontinuance or abandonment. The Contractor shall thoroughly review the construction documents and site conditions and notify the VA of any discrepancies there-in or with the documents or/and existing conditions. Notification of discrepancies or construction complexities that may impact construction, cost or aesthetics is to be made before an agreement is made on costs. It is the obligation of the contractor to verify existing conditions including overall dimensions, centerline of fixtures, material, equipment, fixture, hardware type, sizes and number to be used. All construction means, methods, sequences, scheduling, procedures, and safety precautions are the responsibility of the contractor/builder. It is understood that adequate numbers of skilled workmen, who are thoroughly familiar with the methods necessary for execution of work shall be employed. Contractor shall provide and is solely responsible for public and employee protection as necessary and required by the codes, ordinances and regulations of governmental agencies having jurisdiction at the project site. Contractor must submit a safety plan. Employees of General Contractor and their subcontractors shall comply with all VA security management programs and direction of the VA police. The employees will report to the Engineering Department with government issued picture identification and receive a badge for the duration of their time working at the VA. The employees will be restricted to buildings and areas required for their work and will refrain from entering other areas and restricted access spaces. They shall not enter the project site without appropriate badges. They may also be subject to inspection of their personal effects when entering or leaving the site. Any incidents including but not limited to unplanned disruption of utilities, flooding or on-site work accidents shall be reported to the COR as soon as possible. No photography of VA premises, residents, patients or staff is allowed without permission of the Contracting Officer or COR. Contractors and subcontractors to comply with VA requirements for site/work rules, construction work time, dumpster and equipment use, location and storage. Location of all storage, equipment and supplies shall be reviewed and approved by the COR. All debris must be disposed of legally and as a part of the work. Site to be kept free of debris at all times and broom cleaned at the end of the day. Use of common areas in order to get to work area from the exterior shall be coordinated with the COR for approval. The safety and protection plan shall be reviewed with the COR. Provide the maximum protection of surfaces to the extent possible with the understanding that protection may need to be installed and removed as needed and on a daily basis as required by the COR. Protect areas at all times in accordance with Interim Life Safety Measures and Infection Control Risk Assessment. These forms shall be filled out and provided to the Safety Department & COR and posted on site. All Contractor vehicles shall be parked in a designated parking space or construction yard. Activity shall be limited and allow for the continued and safe ongoing operations of the medical center. Contractor to provide for protection of existing materials, buildings and equipment where work is to be done, materials handled and equipment moved or relocated. The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Except as otherwise shown or specified, do not cut, alter or remove any structural work, and do not disturb any ducts, plumbing, steam, gas, or electric work without approval of the COR. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the COR before it is disturbed. Materials and workmanship used in restoring work, shall conform in type and quality to that of original existing construction, except as otherwise shown or specified. Upon completion of contract, deliver work complete and undamaged. Existing work (walls, ceilings, partitions, floors, mechanical and electrical work, lawns, paving, roads, walks, etc.) disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work. The Contractor shall keep a record set of drawings, specifications, sketches, etc. on site, clearly labeled. The drawings will be marked with any changes and as-built conditions. Contractor to provide products as specified with manufacturers named when noted. Pricing shall be based on specified item. Substitutions can be offered as a deduct alternate if it provides a cost savings. Contractor must obtain written approval for substitution. Contractor to provide a construction schedule that includes start & completion dates, dependencies, dates for approvals, mobilization, and work by individual trades, inspections, substantial completion, move in and close out. Schedule to be submitted within 5 business days of project approval and updated on a regular basis through-out construction. The Medical Center is a 24/7 facility with multiple end users. The Contractor is required to work directly with the COR in Engineering. Any changes in the schedule or coordination required with the end user shall be facilitated by the COR. Contractors and their subs shall work with the COR and end user main point of contact only. Details within the framework may be discussed directly with the end user point of contact with prior understanding of the COR. COR must be copied on all correspondences. Requests for information (RFI) must be submitted in writing to the VA. Change orders shall be presented to the VA for review and approval. No work shall take place before prior written approval. Contractor/sub-contractors shall warrant work performed for a period of one year from the date of final acceptance. Contractor to review all submittals (including those from subcontractors) and verify accuracy of contents, including material field dimensions, adjacent construction, conformance with the specified environmental and job conditions, coordination with other work and the contract documents. Submittals shall be stamped to signify that it has been reviewed by the Contractor as noted above and sent to the VA for review and approval. Provide samples of all finish materials. Near the completion of the work, the COR shall walk through the space with the Contractor and generate a list of deficient/incomplete items. A schedule of completion of deficient items will be provided by the Contractor. At final completion of the work, the Contractor shall review the work with the COR and both parties shall sign off in agreement on the completed items. FRM Requirements 1. Contractor shall comply with all applicable records management laws, and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act, (44 U.S.C. chs, 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974, (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transportation, or state of completion. 2. In accordance with 36 CFR 1222.32, all data created for government use and delivered to, or falling under the legal control of, the government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA)(5 U.S.C. 552), as amended, and the Privacy Act of 1974 (U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. 3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. 4. Bedford VA Health Care System and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of ECHCS or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to ECHCS. The agency must report promptly to NARA in accordance with 36 CFR 1230. 5. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the contract. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government's behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to ECHCS control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the Contract. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 6. 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 co, contracts. The Contractor (and any sub-contractor) is required to abide by Government and ECHCS guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contractor and in accordance with ECHCS policy. 8. The Contractor shall not create or maintain any records containing any non-public ECHCS information that are not specifically tied to or authorized by the contract. 9. 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 from public disclosure by an exemption to the Freedom of Information Act. 10. ECHCS owns the rights to all data and records produced as part of the contract. All deliverables under the contract are property of the U.S. Government for which ECHCS shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. 11. TRAINING: All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. FLOWDOWN OF REQUIREMENTS TO SUBCONTRACTORS 1. The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this contract, and require written subcontractor acknowledgement of same. 2. Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. APPLICABLE DOCUMENTS (Attached) END OF SCOPE OF WORK The purchase order/contract period of performance is 60 days. Place of Performance/Place of Delivery Address: Bldg. 81, Edith Nourse Rogers Memorial Veterans Hospital 200 Springs Rd Bedford, MA Postal Code: 01730 Country: UNITED STATES The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services 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)).] 52.225-2 Buy American Certificate.(OCT 2022) As prescribed in 25.1101(a)(2), insert the following provision: (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, ""domestic end product,"" ""end product,"" and ""foreign end product"" are defined in the clause of this solicitation entitled ""Buy American-Supplies."" (b)Foreign End Products: (c)� Domestic� end products� containing a critical� component: Line Item� No.� ___ (d)� The Government will evaluate� offers� in accordance with the policies and procedures of� part� 25� of the Federal� Acquisition� Regulation. (End of provision) As prescribed in 852.102(a), insert the following provision: Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of provision) 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION) As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate: (iii) The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. Certification 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) Parent topic:� Subpart 852.2 - Text of Provisions and Clauses 52.252-2 Clauses Incorporated by Reference (FEB 1998). 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): https://www.acquisition.gov/browse/index/far. The following contract clauses apply to this acquisition: 52.204-7 System for Award Management Registration (DEVIATION NOV 2025). 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (DEVIATION NOV 2025). 52.219-14 Limitations on Subcontracting (OCT 2022). 52.219-33 Nonmanufacturer Rule (SEP 2021). 52.233-3 Protest after Award (DEVIATION NOV 2025). 52.233-4 Applicable Law for Breach of Contract Claim (DEVIATION NOV 2025). 52.244-6 Subcontracts for Commercial Products and Commercial Services. (DEVIATION NOV 2025). 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (DEVIATION AUG 2025). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (OCT 2025). The following subparagraphs of FAR 52.212-5 are applicable: 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). 52.204-14 Service Contract Reporting Requirements (Oct 2016). 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024). 52.222-3 Convict Labor (June 2003). 52.222-21 Prohibition of Segregated Facilities (APR 2015). 52.222-26 Equal Opportunity (SEPT 2016). 52.222-35 Equal Opportunity for Veterans (JUN 2020). 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020). 52.222-37 Employment Reports on Veterans (Jun 2020). 52.222-50 Combating Trafficking in Persons (Oct 2025). 52.222-54 Employment Eligibility Verification (Jan 2025). 52.225-1 Buy American-Supplies (Oct 2022). 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021). 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct2018). 52.242-5 Payments to Small Business Subcontractors (Jan 2017). 52.222-41 Service Contract Labor Standards (Aug 2018). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014). 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022). 52.203-13 Contractor Code of Business Ethics and Conduct (Nov 2021). 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023). 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017). 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021). 52.219-8 Utilization of Small Business Concerns (Jan 2025). SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. All quoters shall submit the following: Attachment 1- Price Schedule Attachment 2 - Past Performance Worksheet All quotes shall be sent to the Contract Specialist, Carissa Sarazin 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. The following are the decision factors: Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.� Past Performance: Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.� The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. 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 (Performance Work Statement) in a timely efficient manner.� Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement). Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement). The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Site Visit: 03 December 2025. Meet at Building 81 (Chapel) @ 10:30 am. Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 05-December- 2025 by 4:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. Submission of your response shall be received not later than 12 December 2025 by 12pm. RFQ responses must be submitted via email to: carissa.sarazin@va.gov. Hand deliveries shall not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Carissa Sarazin Carissa.sarazin@va.gov ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Connect Chapel A/V feed to campus cable broadcast system and camera installation 1 JB $________________ $_________________ GRAND TOTAL $_________________ PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Wor...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0481de1125904e649f31fa8f60474f58/view)
 
Place of Performance
Address: Bedford VA Medical Center 200 Springs Rd Bedford, MA 01730
 
Record
SN07651414-F 20251127/251125230038 (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.