Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2025 SAM #8768
SOLICITATION NOTICE

S -- Pest Control Management Services

Notice Date
11/26/2025 9:24:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24126Q0099
 
Response Due
12/10/2025 12:00:00 PM
 
Archive Date
01/09/2026
 
Point of Contact
Shawn Lawrence, Contract Specialist, Phone: 203-932-5711
 
E-Mail Address
Shawn.Lawrence@va.gov
(Shawn.Lawrence@va.gov)
 
Small Business Set-Aside
VSA Veteran 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 FAC 2025-06; October 1, 2025. This solicitation is set-aside for VOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 561710, with a small business size standard of $17.5 Million. The FSC/PSC is S207. The Manchester VAMC, 718 Smyth Rd, Manchester NH 03104 is seeking to purchase Pest Control Management Services. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Pest Control Management Services 1 YR 1001 Pest Control Management Services 1 YR 2001 Pest Control Management Services 1 YR 3001 Pest Control Management Services 1 YR 4001 Pest Control Management Services 1 YR Performance Work Statement Integrated Pest Management Services (for Integrated Pest Management Plan) Manchester VA Medical Center Manchester, NH 1. PURPOSE 1.1 Integrated Pest Management (IPM) Services are needed for Manchester VA Medical Center. Integrated Pest Management Services involve the implementation of an Integrated Pest Management (IPM) plan which will achieve long term environmental sound pest suppression using a wide variety of technological mechanisms and management practices. The IPM shall properly mitigate and address the pest infestations that are occurring (or that are expected to occur) at the facility. 2. OBJECTIVE 2.1 The contractor shall provide all supervision, management, laboratory testing, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan for the Manchester VA Medical Center. The implementation of an IPM shall be done in a manner that ensures the health and general well-being of patients, staff, and visitors. Such a plan must also include structural and procedural variations that reduce the food, water, harborage, and access used by pests. Contractor s IPM shall also offer surveillance, trapping, pesticide application, pest removal components, and applicable reporting along with detailed, site-specific recommendations for structural and technical alterations, for pest control indoor and outdoor, within the property boundaries of the buildings. 3. GENERAL INFORMATION 3.1 PERFORMANCE PERIOD: The expected Period of Performance for this contract is a base year (of 12 months) and (4) option years (that are 12 months each). Option year renewals may or may not be exercised (based on needs of and at the discretion of) the U.S. Government. The actual performance period shall be established at the time of contract award. 3.2 TYPE OF CONTRACT: The Government contemplates the award of a Firm Fixed Price contract for this requirement. 3.3 WORK HOURS (FOR EXECUTION OF SERVICES): The service schedule will be developed between the contractor and the Contractor Officer Representative (COR) (or other authorized designee/representative) at the beginning of the performance period. Normal, routine services will occur twice a week on Tuesdays and Fridays. It is expected that the contractor be on site and perform work on these days. While on site it is required that the contractor check in with facility representatives to discuss the status/progress of the IPM and other pest management issues if needed. Services shall be performed during the VA normal business hours, 7:00 a.m. through 4:30 p.m., Monday through Friday, excluding Federal holidays. Any work that needs to take place outside of the scope of normal business hours shall be approved by the Contracting Officer s Representative (COR) (or other authorized designee/representative) prior to the commencement of work. At least one (1) day advanced notice is required for work that is to be performed outside of normal business hours. 3.4 FEDERAL HOLIDAYS: As stated in Section 3.3 the Federal Holidays which are observed by the federal government are annotated below. New Year s Day Martin Luther King s Birthday President s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Any other day specifically declared by the President of the United States to be a national holiday 3.5 INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. 3.6 SCOPE OF CONTRACT AND CONTRACT MODIFICATIONS The final contract will stipulate the responsibilities of the contractor and/or the government. The contractor and the government are required to adhere to the scope of the finalized contract. Any and all modifications shall be initiated and approved by the contracting officer. The contractor shall not receive payment for any work/services/deliverables that are/were not specifically authorized under the contract (as written or as modified). 4. CONTRACTOR STAFF/PERSONNEL QUALFICATIONS, EXPERIENCE, AND OTHER REQUIREMENTS 4.1. All personnel performing work and executing services/deliverables shall possess the necessary capabilities, qualifications, and experience necessary to execute the specific tasks in this Performance Work Statement (PWS). No unqualified individuals shall perform work which is covered under the scope of the finalized contract at any time during the performance period. The following requirements/stipulations are mandatory for contractors/contractor personnel (i.e. Inspectors, Chemical Applicators, and/or Technicians) Contractor shall be appropriately licensed and permitted in the State of New Hampshire to perform pest control services, including wood destroying insect evaluation and control. (Only EPA and State of New Hampshire Department of Agriculture approved pesticides and equipment shall be used during the performance of services). The contractor and personnel assigned to this contract shall be certified, licensed, and permitted to use pesticides for each given State (to include having current knowledge and recent experience in the commercial application of pest control treatments and execution of pest control services). Appropriate certifications and licenses to perform yearly inspection for termite infestation and treatment if required by the facility Basic proficiency in speaking and writing English. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. This includes but is not limited to wearing/displaying identification badges and identifiable uniforms which specifies the company they are working for. Contractor will ensure that employees assigned to this service contract have had a general background check. Employees that cannot meet security and clearance requirements shall not be allowed to perform work under this contract. It is the responsibility of the contractor to park in the appropriate designated parking areas while on site. Parking arrangements shall be coordinated between the government and contractor at the beginning of the performance period before work begins. (The medical facility/government will not/does not validate or make reimbursement for parking violations for contractor personnel under any circumstances). 5.0 INTEGRATED PEST MANAGEMENT (IPM) PLAN Contractor s Integrated Pest Management (IPM) Plan shall address and mitigate pest control issues for the facility within the scope described herein. The IPM consists of the following deliverables described below. Contractor s IPM is also subject to the following conditions and stipulations that are referenced in this section. In addition to Section 5.0, Contractor personnel who are executing the IPM and performing services under the IPM must meet or exceed the requirements as contained in Section 4 of this PWS. An Integrated Pest Management Plan (IPM) is not just routine application of pesticides, but rather a process of initializing a program that determines the best method of application after a thorough inspection, monitoring, and reviewing the data collected regarding the pest, so as to put in place control measures for environmentally safe treatment. Therefore, it is the government s expectation that a contractor has knowledge and expertise regarding the methodologies of an IPM and how to best execute such an IPM in a medical center/hospital environment. 5.1 INTEGRATED PEST MANAGEMENT (IPM) PLAN COVERAGE AREAS The Integrated Pest Management Plan (IPM) will cover/encompass the buildings, levels/floors, and rooms that are annotated in Table A Coverage Areas for IPM. When developing their Integrated Pest Management Plan for the facility contractors shall refer to Table A to ensure that their plan provides the appropriate and necessary pest management, controls, and prevention that is required for these areas. TABLE A EXTERIOR AND INTERIOR COVERAGE AREAS Building 1 Main Hospital Sub-basement Urgent Care Building 6 Outdoor building Building 7 Garage Building 15 Community Living Center, Specialty clinics on 2nd floor and basement Building 18 Sunapee Primary Care Areas on an as needed basis: Somersworth CBOC 5 Terrascape Pkwy, Somersworth, NH 03878 Tilton CBOC 630 W Main St, Suite 400, Tilton, NH 03276 Conway CBOC 71 Hobbs St, 3rd Floor, Conway, NH 03818 Portsmouth CBOC 302 Newmarket Street, Pease Air National Guard Base, Portsmouth, NH 03803-0157 Brady Sullivan Tower 1750 Elm Street, Brady Sullivan Tower, 2nd floor, 3rd floor, 5th floor Manchester, NH 03104-2919 5.2 DEFINITION AND SCOPE OF INTEGRATED PEST MANAGEMENT (IPM) PLAN PESTS INCLUDED: 1. General structural arthropod pests (i.e., cockroaches, ants, carpet beetles, spiders, carpenter ants, carpenter bees, and any other arthropod pests not specifically excluded from this contract). 2. Flying insect pests (i.e., housefly, stable fly, blow flies, etc.). 3. Predatory pests (i.e., lice, bedbugs, scabies, fleas, mites, ticks, bees, wasps, mosquitoes, scorpions, etc.) See additional comments below regarding bedbugs 4. Stored product pests (i.e., saw tooth grain beetle, red confused flour beetle, trogderma beetles, grain moths etc.) 5. Mice and Rats (i.e., house mouse, field mouse, roof rat, Norway rats, etc.) 6. Pest birds (i.e., pigeons, sparrows, blackbirds, etc.) 7. Other vertebrate pests (i.e., dogs, cats, bats, squirrels, gophers, moles, skunks, snakes, rabbits, raccoons, etc.). 8. Aquatic pests (i.e., mosquito larva/pupae, algae etc.). 9. Wood destroying organisms (i.e. Winged termite warmers, subterranean termites, dry wood termites, fungi, wood boring beetles, etc.) See additional comments below regarding termites Bedbugs are included in the contractor s IPM for this requirement. See contractor requirement for bedbugs below. Bed Bugs The Contractor shall employ the latest technology to eradicate bed bug infestation applicable to medical care facilities. Treatment will occur on an as needed basis. Upon notice of a treatment, Contractor shall be able to provide treatment within two (2) hours of notification. Reasonable exceptions will be made for cases such as adverse weather or restriction of accessed by the Medical Center that are beyond a Contractor s direct control. See Section 5.4. EMERGENCY CALLS (CALL BACKS). Termites are included in the contractor s IPM for this requirement. See contractor requirements for termites below. Contractor shall perform yearly inspection for termite infestation, treatment and must have appropriate certifications and licenses to perform such work. Preferred month for inspection: APRIL Inspection Services Upon initial service requirement the contractor shall make an assessment to determine if a particular location needs a weekly inspection services to address or mitigate issues relating to termites. **Portable vacuums are the preferred method used for initial cleanouts of cockroach infestations, for swarming (winged) ants and termites, and for control of spiders in webs wherever appropriate. 5.3 GENERAL CONSTRAINTS (which apply during execution of IPM) Listed below are operation, service performance, bait, and pesticide constraints that apply to all locations being serviced under the contractor s Integrated Pest Management Plan (IPM). a. Operation Constraints: As described in Section 3.3 and 3.4 of this PWS work is to be performed during normal business hours (excluding federal holidays) unless specifically authorized/approved in advance. b. Service Performance Constraints The Contractor shall observe all safety precautions throughout the performance of this contract All work shall comply with the applicable requirements of Title 29 Code of Federal Regulations (CFR) 1910, 29 CFR 1926, and 40 CFR The Contractor shall provide routine pest control services that do not adversely affect patients and employee health or productivity during the regular hours of operation in buildings. All work shall comply with applicable Federal, State, and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent will apply. Adhere to the requirements for entering restricted areas. Contractor shall contact COR prior to going into these areas. The contractor shall determine the need for and provide any personal protective items required for the safe performance of work. Protective clothing, equipment, and devices shall, as a minimum, conform to United States (U.S.) Occupational Safety and Health Administration (OSHA) standards for the products being used. Contractor shall adhere to all isolation precaution requirements, when need arises to perform service in patient care areas. Contractor shall not store or mix pesticides on Veterans Administration (VA) property c. Bait and Pesticides Constraints When applicable, an eco-sensitive approach to pest control is applied. All pesticides used by the Contractor shall be registered with the U.S. Environmental Protection Agency (EPA). Transport, handling and use of all pesticides shall be in strict accordance with the manufacturer s label instructions and all applicable Federal, State, and local laws and regulations. Adherence to Federal Insecticide, Fungicide, and rodenticide Act (FIFRA). The Contractor shall not apply any pesticide product that has not been approved in writing by the COR. Pesticide application shall be used/applied according to need. Contractor shall employ the least hazardous material, most precise application technique, and minimum quantity of pesticide that is necessary to achieve desired results. USE OF THE HERBICIDE 2, 4-D IS PROHIBITED ON VA PROPERTY BY NATIONAL VA POLICY Non-chemical methods (spraying) shall be used to the maximum extent practicable. Contractor shall notify COR of affected areas prior to spraying Application of insecticides to exposed surfaces or as space sprays (including fogs, mists, fumigation, and ultra-low volume applications) shall be restricted to unique situations where no alternative measures are practical. The Contractor shall obtain the approval of the COR prior to any application of insecticide to an exposed surface or any space spray treatment. No surface application or space spray shall be made while tenant personnel are present. The Contractor shall take all necessary precautions to ensure patient and employee safety, and all necessary steps to ensure the containment of the pesticide to the site of application. xi. Spraying shall occur when areas are unoccupied (with COR approval) xii. When or if applicable; all bait boxes shall be maintained in accordance with EPA regulations, with an emphasis on the safety of non-targeted organisms Bait Boxes 1. All bait boxes shall be placed out of the general view, in locations where they will not be disturbed by routine operations. 2. The lids of all bait boxes shall be securely locked or fastened shut. 3. All bait boxes shall be securely attached or anchored to the floor, ground, wall, or other immovable surface, so that the box cannot be picked up or moved. 4. Bait shall always be placed in the baffle-protected feeding chamber of the box and never in the runway of the box. 5. All bait boxes shall be labeled on the inside with the Contractor s business name and address and dated by the contractor s technician at the time of installation and each servicing. 6. Trapping devices rather that pesticide sprays shall be used for indoor fly control wherever appropriate. xiii. Application of insecticide shall not be visible to a bystander during or after the application processes. d. Rodent Control Constraints i. Rodent control inside occupied buildings shall be accomplished with trapping devices only. ii. Contractor shall obtain the approval of the COR prior to making any interior rodenticide treatment. iii. All Rodenticides, shall be placed either in locations not accessible to children, pets, wildlife, and domestic animals, or in EPA approved tamper- resistant bait boxes. Liability: The Contractor shall assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work. Government Responsibilities 1). The COR, with the assistance of the (Green Environment Management System) GEMS Coordinator or Chief, Environmental Management Services (EMS) ensure the contractor compliance with VHA Directive 1850.02 Pest Management Operations (Dated 2022). 2). Any action required for correction as specified in Section 5 (b). The COR shall take the needed action to correct the problem. 3). Provide escort in restricted areas or when applicable. 4). Any trapping devices employed, shall be checked by COR, between the contractor s visit. 5). COR will document all unscheduled services within scope of the contract performance (Emergency and Non-Emergency calls). 5.4 EMERGENCY CALLS (CALL BACKS): The contractor shall provide same day emergency service (for areas occupied by or accessible to patients) within two (2) hours after notification for same day service calls. During the performance period of the contract the contractor or his/her designee/alternate must be accessible/reachable by the government in the event that an emergent condition needs to be addressed at the facility. *ALL Emergency services within scope of the final contract shall have prior approval by the COR. Any services performed that were not previously approved by the COR may result in NO Payment by the government to the contractor. 5.5 ADMINISTRATIVE DUTY REQUIREMENTS (ADR) AND CONTRACTOR REPORTING The Contractor shall develop a recording system or plan to address the following in a hardcover format, at the location listed above. These records shall be kept on-site at each location and maintained on each visit by the Contractor: The Contractor shall provide current labels and Safety Data Sheets (MSDS/SDS) of all pesticides to be used and their application, along with equipment used to apply. Additional SDS shall be provided anytime a new pesticide is used or an updated SDS is provided to the Pest Control Operator c. Information Mandated by Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA) d. Updating information of any pesticides used or discontinued e. Service Log signed and dated each time an action is performed 1. Service schedule for each building, room, etc. that includes: -IPM Plan of Action -Noting areas of restriction if any that needs COR approval prior to entry 2. Emergency work 3. Routine service requests g. Plan action for chemical spills h. Fiscal year report of each pesticides used (in pounds) i. Certification document for each contractor personnel applying and/or treatment of pesticides -Updated as needed (i.e. new personnel, certification/license renewal, etc.) The Contractor shall receive the concurrence of the COR prior to implementing any subsequent changes to the system, including additional or replacement pesticides and on-site personnel. 5.6 ONGOING SERVICE REQUIREMENTS A certified applicator or Technician who reports to a certification applicator who remains at the contractor s office is not allowed. Non-certified technicians may only work under the supervision of a certified applicator that is ON-SITE during pest control servicing and personally directing all pest control activities occurring. Contractor must advise Medical Center of any non-pest control actions that need to be taken such as sealing cracks, pickup of spilled food, etc. The Contractor shall be responsible for disposing of all trapped rodents and all rodent carcasses off-site, in accordance with local, country, or state regulations. While on Veterans Administration (VA) premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. 5.7 EXTERIOR AND INTERIOR FLY PROGRAM In addition to the insect control requirements contained within the IPM, a separate Exterior and Interior Fly Program is needed at the facility. Table 1 (below) specifies the coverage areas for this program. Locations 1 thru 21 specify where fly light units/kits are currently located. TABLE 1 INTERIOR FLY LIGHT COVERAGE AREAS LOCATION NUMBER OF FLY LIGHTS Basement by NW8 1 Basement outside N84 1 Urgent Care main entrance 1 Stairwell 4 on the 5th floor 1 W433 1 W439 1 N492 1 N493 1 N481 1 N471 1 N477 (OR2) 1 N473 (OR1) 1 Inside the office of Endo room Dr s office 1 W545 1 5th floor mechanical room 1 E610 1 E611 1 E606 1 E610 1 E611 1 Other areas not specified or known 5.8 CONTRACTOR REQUIREMENTS FOR EXTERIOR AND INTERIOR FLY PROGRAM For the areas listed in Table 1 the government will remove the fly light units/kits that are currently in these areas. It will be the contractor s responsibility to do the following: 1. Install new exterior and interior fly light units/kits in the areas specified in Table 1. (For the areas not known or specified the contractor shall install new units/kits in these areas when these areas have been identified). 2. Once installation of new fly light units/kits are complete, the contractor shall monitor performance to ensure continual and uninterrupted operation (i.e. replacing bulbs and other accessories). 3. Contractor will clean/empty catch basins and tray areas of the units as well as dispose of any replaced bulbs offsite. (Fly lights are hazardous waste and must be disposed of by the contractor). The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: 1. 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. 2. 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. 3. 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. 4. 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. 5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. 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. 8. 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.]. 9. 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. 10. 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. The contract period of performance is January 11, 2026 to January 10, 2027. Place of Performance/Place of Delivery Address: 718 Smyth Rd, Manchester NH Postal Code: 03104 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 (Sep 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (Oct 2025) 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 (Nov 2021) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Jan 2023) (DEVIATION) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) (DEVIATION OCT 2025) FAR 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: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020), 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023), 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025) (DEVIATION NOV 2025), 52.219-28, Post Award Small Business Program Representation (FEB 2024), 52.219-33, Nonmanufacturer Rule (SEP 2021), 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (SEP 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020), 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024), 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021), 52.222-41, Service Contract Labor Standards (AUG 2018), 52.223-23 Sustainable Products. (MAY 2024) (DEVIATION NOV 2025), 52.233-3 Protest after Award. (AUG 1996) (DEVIATION NOV 2025), Applicable Law for Breach of Contract Claim. (OCT 2004) (DEVIATION NOV 2025), 52.244-6 Subcontracts for Commercial Products and Commercial Services. (JAN 2025)(DEVIATION OCT 2025), 52.217-4 Evaluation of Options Exercised at Time of Contract Award (JUN 1988) (DEVIATION NOV 2025), 52.204-7 System for Award Management Registration (NOV 2024) (DEVIATION NOV 2025), 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011), 52.222-35 Equal Opportunity for Veterans. (JUN 2020), 52.222-37 Employment Reports on Veterans. (JUN 2020), 52.222-40 Notification of Employee Rights Under the National Labor Relations Act.(DEC 2010), 52.222-50 Combating Trafficking in Persons. (NOV 2021), 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts). (AUG 2018), 52.222-62 Paid Sick Leave Under Executive Order 13706.(JAN 2022), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.(OCT 2018), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.(MAR 2023), 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020), 852.219-74 VA Notice to Total Set-Aside for Certified Veteran-Owned Small Businesses (JAN 2023), All quoters shall submit the following: Questions: Any questions must be submitted in writing no later than Wednesday 03 December 2025 at 3:00 PM EST. Answers to the questions will be posted by the following week. Quote: Offeror shall provide a quote using the Line-item table above. Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. All quotes shall be sent to the Contract Specialist, Shawn Lawrence at Shawn.Lawrence@va.gov. Submission of your response shall be received not later 10 December 2025 at 3:00:00 PM EST. All quotes shall be emailed to Shawn Lawrence at Shawn.Lawrence@va.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Shawn Lawrence, Shawn.Lawrence@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ffdeb2a435a54ac29f7b0f03911767ab/view)
 
Place of Performance
Address: Manchester VAMC 718 Smyth Rd, Manchester, NH 03104, USA
Zip Code: 03104
Country: USA
 
Record
SN07652572-F 20251128/251126230037 (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.