Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2025 SAM #8776
SOLICITATION NOTICE

U -- VA Police Training Contract Centrifuge Training LLC -

Notice Date
12/4/2025 3:44:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0123
 
Response Due
12/5/2025 4:00:00 PM
 
Archive Date
12/20/2025
 
Point of Contact
Marco Ramos, Contract Specialist, Phone: (562) 766-2329
 
E-Mail Address
Marco.Ramos1@va.gov
(Marco.Ramos1@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Effective Fitness Combative Instructor Course 1.b. Description: VA Greater Los Angeles Healthcare System is seeking a vendor that will provide detailed scope of lesson for all planned instructional periods provided. The vendor shall agree to coordinate with GLAHCS VA police for specific topics of instruction which are eligible for inclusion in the training as identified by on the ground conditions which may improve the quality of training so long as the Vendor can provide the requisite subject matter expertise on requested training adjustments. 1.c. Project Location: VA Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26226Q0123 1.e. Set Aside: This solicitation is issued as a Small Businesses 1.f. Applicable NAICS code: 611699 All Other Miscellaneous Schools and Instructions. 1.g. Small Business Size Standard: N/A 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: 01/01/2026 12/31/2026. 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 30, Dated 7/8/2025. 1.k. Questions regarding the solicitation should be submitted via email no later than 1600 PST Wednesday, November 26, 2025, to Marco.Ramos1@va.gov 1.l. Company info and quote should be on the attached Enclosure 1 form. All other forms of offers will not be accepted. Your enclosure form and capabilities statement/experience should be sent in one email with 2 separate email attachments, or it will not be accepted. 2. Statement of Work STATEMENT OF WORK (SOW) Effective Fitness Combative Instructor Course Section 1: General Information General: VA Greater Los Angeles Health Care System (VA GLA HCS) is part of the VA Desert Pacific Network (VISN 22), serving Veterans in Southern California. The facility includes the West Los Angeles Veterans Affairs Medical Center, Los Angeles Ambulatory Care Clinic, Sepulveda Ambulatory Care Clinic, and various Community Based Outpatient Clinics. Services provided include healthcare, transitional and permanent housing, legal assistance, and social services. The Veterans Affairs Police Service is a federal law enforcement entity operating around Veterans Affairs Medical Centers, National Cemeteries, and other VA facilities. VA Police Officers enforce federal laws, VA rules, and regulations, and they possess full police powers to make arrests on VA-controlled property. VA Police utilize various tools, such as vehicles, networked software, radios, security cameras, mobile devices, and report writing/training software. Given the unique and demanding mission set of GLA VA Police, which mirrors that of municipal partners like LAPD and LASD, it is critical that officers receive advanced, specialized training to meet the expanded requirements and enhance overall performance and safety. The advanced training program is essential to equip them with the skills needed to handle high-risk interactions effectively, meeting the obligations to the Nation s veterans and the VA s commitment to them. This contract covers a 12-month period for the implementation of an advanced training program for VA GLA Police Officers, designed to address unique operational needs and ensure readiness and effectiveness in high-stakes scenarios. The contract will require the delivery and execution of two (2) four day EFC Level 1 Instructor Certification Courses within 12 months of contract execution. Each course will have no less than 27 available seats for student attendance. GLAHCS VA Police will manage student attendance and assignment requirements as well as meet any hosting requirements submitted by the vendor. 1.1 Period of Performance: 01/01/2026-12/31/2026 1.2 Place of Performance: GLAHCS Police Service identified training sites as agreed upon based on training parameters and available training areas. 1.3 Hours of Operation: The Level 1 Course will be hosted on two (2) separate occasions for a duration of four (4) consecutive training days as agreed upon between GLAHCS Police Service and the Vendor. 1.4 Work Schedule: N/A 1.5 Scope of Contract: Vendor will provide detailed scope of lessons for all planned instructional periods provided. The vendor shall agree to coordinate with GLAHCS VA police for specific topics of instruction which are eligible for inclusion in the training as identified by on the ground conditions which may improve the quality of training so long as the Vendor can provide the requisite subject matter expertise on requested training adjustments. 1.6 Type of Contract: The government will award a firm fixed price based on estimated usage figures. 1.7 Contract Changes: Any changes to contract will be completed through contract modification through the Contracting Officer. 1.8 Invoicing: All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. More information on the VA Financial Services Center is available at http://www.fsc.va.gov/einvoice.asp. Section 2: Definitions & Acronyms 2.1 Definitions: Contractor. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. Contracting Officer (CO). A person with the authority to enter into, administers, and/or terminates contracts and makes related findings. The Contracting Officer is the only individual who has the authority to contractually bind the Government. The Contracting Officer may designate a government employee to act as his authorized technical representative. Contracting Officer Representative (COR). The person has been designated as the authorized representative of the Contracting Officer acting within the limits of his/her authority. This individual shall not be authorized to award, agree to, or sign any contract or modification thereto, or in any way to obligate the payment of money by the Government. The COR advises the Contracting Officer on matters relating to this contract, verifies completion of the work, certifies invoices related to completed work, and ensures compliance with all provisions of the contract. Corrective Action. Action taken by the Contractor to correct a deficiency and identify the cause(s) of the deficiency. End User Training. Vendor will provide training service to all end-user levels required to operate, maintain and use system. 2.2 Acronyms: CBI Compliance and Business Integrity COR Contracting Officer Representative ID Identification IT Information Technology PWS Performance Work Statement VA Veterans Affairs Section 3: Government Furnished Property, Equipment, and Services GOVERNMENT FURNISHED EQUIPMENT/SUPPLIES N/A. Section 4: Contractor Furnished Items and Services The Contractor shall provide all personnel necessary to assure that all services are in accordance with the contract and all applicable laws and regulations. The contractor shall ensure all work meets performance standards specified in this Performance Work Statement (PWS) and referenced documents. Section 5: Specific Tasks Standards: Contractor will ensure that all deliverable material provided in course description is provided to students and that robust instructional methods are deployed to provide students that highest opportunity for proficiency in instructed material. 5.1 Interference to Normal Function The provider shall be responsible for making any system updates/alterations or IT security changes required by VA IT office of Information Security. Section 5: Records Management Clause 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 transmission, 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 (5 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. Greater Los Angeles Healthcare System (GLAHCS) 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 GLAHCS 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 GLAHCS. 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 Statement of Work. 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 GLAHCS control, or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the Statement of Work. 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 to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and GLAHCS 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 contract and in accordance with GLAHCS policy. 8. The Contractor shall not create or maintain any records containing any non-public GLAHCS 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. GLAHCS owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which GLAHCS 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. [Note: To the extent an agency requires contractors to complete records management training, the agency must provide the training to the contractor. TMS Course 10203, VA Privacy & Information Security Awareness will be used to satisfy this requirement. 12. The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this Statement of Work and require written subcontractor acknowledgment of same. 13. Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. E.1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES GENERAL INSTRUCTIONS TO OFFERORS: Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 1600 PST Friday, December 5th, 2025, to marco.ramos1@va.gov. Ensure the following are completed and/or included in the quote packet: Vendor Information with UEI number (Company info and quote should be on Enclosure 1 form pg. 1) Acknowledgement of amendments (Enclosure 1 form pg. 1) Concurrence/non-concurrence with solicitation terms, conditions, and provisions (Enclosure 1 form pg. 1) Schedule of services (Enclosure 1 form pg. 2) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Enclosure 1 form pg. 4) VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (Enclosure 1 form pg. 2) Company info and quote should be on the attached Enclosure 1 form. All other forms of offer will not be accepted. Your enclosure form, capabilities statement/experience and any certifications/Training should be sent in one email on separate email attachments, or it will not be accepted. SPECIAL STANDARDS OF RESPONSIBILITY To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their [offers].� Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for the contract award. SP1: Contractor will ensure that all deliverable material provided in course description is provided to students and that robust instructional methods are deployed to provide students that highest opportunity for proficiency in instructed material. � SP2: Vendor will provide detailed scope of lessons for all planned instructional periods provided. The vendor shall agree to coordinate with GLAHCS VA police for specific topics of instruction which are eligible for inclusion in the training as identified by on the ground conditions which may improve the quality of training so long as the Vendor can provide the requisite subject matter expertise on requested training adjustments. (End of provision)� ADDENDUM to 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021)� (a) Basis of Award.� This procurement is being conducted pursuant to FAR Part [13] procedures.� The Government intends to award a contract resulting from this solicitation to the responsible offeror whose [offer], conforming to the solicitation, [offers] the lowest price, whose [offered] price does not exceed the amount of funding available for the procurement, and whose [offered] price is found to be reasonable.� Price alone is the sole evaluation factor.� In addition to the general standards of responsibility found at FAR § 9.104-1, in accordance with FAR § 9.104-2, the special standards of responsibility described below apply to this procurement.� Offerors who fail to meet any special standard of responsibility will not be eligible to receive a contract award.� � (b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If a contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest.� � � (c) Options.� The Government will evaluate [offers / quotes] for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an [offer] is unacceptable if the option prices are significantly unbalanced or if the [offered] price for the basic requirement or any option exceeds the amount of funding available for any of those requirements.� Evaluation of options should not obligate the Government to exercise the option(s).� � � (d) A written notice of award or acceptance of an offer, emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before the award.� � (End of provision)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, dated 6/11/2025. Full versions of the following provisions and clauses for this solicitation can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. VAAR 852.219-73, VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses 3.f. VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. 3.g. FAR 52.233-2, Service of Protest 3.h. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.i. VAAR 852.233-71, Alternative Protest Procedure 3.j VAAR 852.222-71 Compliance with Executive Order 13899
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c286999113fb49508294fe2521084de3/view)
 
Place of Performance
Address: Department of Veterans Affairs Greater Los Angeles VA Healthcare System Police Service 11301 Wilshire Blvd., Los Angeles, CA 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07657541-F 20251206/251204230035 (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.