Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2026 SAM #8816
MODIFICATION

J -- Fire Alarm Service and Upgrade

Notice Date
1/13/2026 5:58:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24226Q0191
 
Response Due
1/21/2026 1:30:00 PM
 
Archive Date
04/30/2026
 
Point of Contact
Chris Weider, Contract Specialist, Phone: (716) 862-7461 x22470
 
E-Mail Address
Christopher.Weider@va.gov
(Christopher.Weider@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 Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, 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 561621, with a small business size standard of $25.0 million. The FSC/PSC is J063. The VA New York Harbor Healthcare System at Brooklyn (800 Poly Place, Brooklyn, NY 11209), Manhattan (423 E. 23rd Street New York, NY 10010) and St. Albans Community Living Center (179-00 Linden Boulevard Jamaica (Queens), NY 11425) is seeking to procure maintenance, upgrade, and repair services, safety inspections and testing for their fire alarm systems. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Manhattan - Fire Alarm System 0001AA Annual Fire Alarm System Maintenance and Inspection 1 EA 0001AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 0002 Brooklyn Fire Alarm System 0002AA Annual Fire Alarm System Maintenance and Inspection 1 EA 0002AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 0003 St. Albans Fire Alarm System 0003AA Annual Fire Alarm System Maintenance and Inspection 1 EA 0003AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 0003AC System Upgrade to Replace Edwards EST-3 1 JB 0004 Labor for Repairs at any Facility, regular working hours. (see SOW section I) 1 HR 0005 Labor for Repairs at any Facility, overtime working hours. (see SOW section I) 1 HR 0006 Labor for Repairs at any Facility, holiday working hours. (see SOW section I) 1 HR 0007 Parts for Repairs at any Facility (see SOW section I) - - - - OPTION 1 1001 Manhattan - Fire Alarm System 1001AA Annual Fire Alarm System Maintenance and Inspection 1 EA 1001AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 1002 Brooklyn Fire Alarm System 1002AA Annual Fire Alarm System Maintenance and Inspection 1 EA 1002AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 1003 St. Albans Fire Alarm System 1003AA Annual Fire Alarm System Maintenance and Inspection 1 EA 1003AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 1004 Labor for Repairs at any Facility, regular working hours. (see SOW section I) 1 HR 1005 Labor for Repairs at any Facility, overtime working hours. (see SOW section I) 1 HR 1006 Labor for Repairs at any Facility, holiday working hours. (see SOW section I) 1 HR 1007 Parts for Repairs at any Facility (see SOW section I) - - - - OPTION 2 2001 Manhattan - Fire Alarm System 2001AA Annual Fire Alarm System Maintenance and Inspection 1 EA 2001AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 2002 Brooklyn Fire Alarm System 2002AA Annual Fire Alarm System Maintenance and Inspection 1 EA 2002AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 2003 St. Albans Fire Alarm System 2003AA Annual Fire Alarm System Maintenance and Inspection 1 EA 2003AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 2004 Labor for Repairs at any Facility, regular working hours. (see SOW section I) 1 HR 2005 Labor for Repairs at any Facility, overtime working hours. (see SOW section I) 1 HR 2006 Labor for Repairs at any Facility, holiday working hours. (see SOW section I) 1 HR 2007 Parts for Repairs at any Facility (see SOW section I) - - - - OPTION 3 3001 Manhattan - Fire Alarm System 3001AA Annual Fire Alarm System Maintenance and Inspection 1 EA 3001AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 3002 Brooklyn Fire Alarm System 3002AA Annual Fire Alarm System Maintenance and Inspection 1 EA 3002AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 3003 St. Albans Fire Alarm System 3003AA Annual Fire Alarm System Maintenance and Inspection 1 EA 3003AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 3004 Labor for Repairs at any Facility, regular working hours. (see SOW section I) 1 HR 3005 Labor for Repairs at any Facility, overtime working hours. (see SOW section I) 1 HR 3006 Labor for Repairs at any Facility, holiday working hours. (see SOW section I) 1 HR 3007 Parts for Repairs at any Facility (see SOW section I) - - - - OPTION 4 4001 Manhattan - Fire Alarm System 4001AA Annual Fire Alarm System Maintenance and Inspection 1 EA 4001AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 4002 Brooklyn Fire Alarm System 4002AA Annual Fire Alarm System Maintenance and Inspection 1 EA 4002AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 4003 St. Albans Fire Alarm System 4003AA Annual Fire Alarm System Maintenance and Inspection 1 EA 4003AB Semi-Annual Fire Alarm System Maintenance and Inspection 2 EA 4004 Labor for Repairs at any Facility, regular working hours. (see SOW section I) 1 HR 4005 Labor for Repairs at any Facility, overtime working hours. (see SOW section I) 1 HR 4006 Labor for Repairs at any Facility, holiday working hours. (see SOW section I) 1 HR 4007 Parts for Repairs at any Facility (see SOW section I) - - - - STATEMENT OF WORK TITLE: Fire Alarm Service and Upgrade PURPOSE Obtain maintenance and repair services, safety inspections and testing for Fire Alarm system at the Brooklyn VA Medical Center ( BK VAMC ), New York VA Medical Center ( NY VAMC ), and the upgrade, maintenance, repair services, safety inspections and testing of St. Albans Community Living Center ( SA CLC ). The panels are as follows: The panels for BK VAMC and NY VAMC are Notifier 2020 and SA CLC is Edwards EST-3 (that needs an upgrade). PLACE OF PERFORMANCE VA New York Healthcare System Brooklyn Campus 800 Poly Place Brooklyn, NY 11209 VA New York Healthcare System Manhattan Campus 423 E. 23rd Street New York, NY 10010 VA New York Healthcare System St. Albans Community Living Center 179-00 Linden Boulevard Jamaica (Queens), NY 11425 PERIOD OF PERFORMANCE The period of performance shall be for one (1) Base Year of 12 months and Four (4) 12-month option years. The Period of Performance reads as follows: Base Year - February 16, 2026 February 14, 2027 Option Year I February 15, 2027 February 14, 2028 Option Year II February 15, 2028 February 14, 2029 Option Year III February 15, 2029 February 14, 2030 Option Year IV February 15, 2030 February 14, 2031 QUALIFICATIONS The Contractor, without additional expense to the Government, shall obtain all licenses, permits, and insurance required to perform the work in this Contract. Technicians modifying the fire alarm control panel of systems must be factory trained and currently certified for the operating system, including software version, of the particular fire alarm system (EST3), and must provide documentation of this certification per NFPA 72. Training and certifications shall include: NICET Level 1-IV, NFPA 72, OSHA 10/30 -hour certification, ESA/NTS, CFAT and CFAD Contractor MUST be able to program Notifier 2020 and Edwards EST-3 fire alarm systems. SCOPE OF WORK General The Contractor shall provide management, supervision, labor, parts, material, tools, incidental engineering services, and transportation necessary to perform maintenance, repair, inspection, programming updates, testing, component replacement and certification of the complete fire alarm system within the buildings and up to and including the point where the signal leaves the building from the ERS box and emergency services notification transmitter equipment. The contractor shall keep the Fire Protection System s equipment operating as originally specified by the equipment manufacturer. Contractor must bypass building 65 at the St. Albans CLC from the fire alarm program with the option to add the building alarm system for future use. Contractor shall comply with all applicable Federal Codes and Veterans Health Administration (VHA) standards and directives. Codes to include but not limited to: National Fire Protection Association (NFPA) 70, 72, 90, 101 International Building Code (IBC) International Fire Code (IFC) UL 268, 864 ADA standards - Accessibility requirements for visual and audible alarms. The Contractor shall have all diagnostic equipment necessary to fully maintain, test, repair, adjust or reprogram Fire Alarm systems throughout the term of the Contract. Contractor shall immediately notify the COR (usually Engineering Office) of any equipment or environmental conditions which impair or jeopardize safe and continuous functioning of the equipment. An adequate supply of new spare parts shall be maintained by the Contractor to ensure prompt preventive maintenance and repair services. Contractor shall assist with the performance of EACH facility s annual test. The certified technician shall ensure full system functionality each time they depart the facility after performing system test, inspection, maintenance and or repair. The contractor shall provide 24/7 continuous central monitoring of the fire alarm system for Brooklyn, St. Albans, and Manhattan locations. Disposal of equipment and construction debris is the responsibility of the Contractor. Equipment Supervisory signals Duct detectors Heat detectors Smoke detectors Pull Stations (Boxes) Electromechanical relays Notification appliances, audio and visual (Strobe, Speaker, Strobe/Speaker) Smoke detection shutdown devices for HVAC Elevators shaft heat/smoke detectors Elevators fire recall relays Existing Conditions No later than 10 days after contract award, the Contractor and the Government shall conduct a thorough inspection of fire alarm system and develop a list of existing deficiencies and required corrective actions. The Government will work with the Contractor on developing a cost proposal and plan for making identified corrections/repairs and the Government will pay for the corrective action work under a separate Purchase Order. If a deficiency is not identified in the inspection and 10 days have passed since award of the Contract, the deficiency shall be covered under this Contract. Once the deficiencies identified have been corrected, any future service, maintenance or replacement required for these same items will be covered under this contract. Upgrade The Contractor shall provide the upgrade of SA CLC panel to replace the outdated Edwards EST-3 with the current Edwards EST version. Maintenance The contractor s certified inspector shall provide a report of deficiencies found to the Government accompanied by recommendations to correct the deficiencies. Contractor shall replace all batteries for each fire alarm panel at start of the contract and as needed thereafter. Contractor shall ensure that the fire alarm computer is operational and has battery backup. Inspection and Testing The Contractor shall identify the date of the last Annual Test and maintain the frequency as per Joint Commission VHA requirements. Contractor shall Inventory entire facility s fire alarm system and assure accurate device quantity, device name, device location, automated notification, programing, system updates and diagrams, as needed. Contractor shall test all fire alarm interfaces annually, including HVAC shutdown, elevator recall (Phase I & II), smoke purge, door release, generator/fire pump signals, and sprinkler supervisory points. Contractor shall test voice evacuation/audio systems annually, including intelligibility verification where applicable per NFPA 72 §14.4.10. The Contractor shall perform annual smoke detector sensitivity testing with printed pass/fail results per NFPA 72 §14.4.2. Contractor shall install and test all fire alarm associated printers (see inventory list) to ensure that they are operational. The Contractor shall provide full device-level annual test results including unique device ID, type, exact location, pass/fail status, corrective action taken, date/time, and technician name/signature for each campus. All tests or inspections removing fire alarm system or any of its components from normal operation shall be scheduled in advance with the CO/COR/Facility s Safety Office and Facility s Engineering Office. Maintenance, Inspection, and Testing Reports: Contractor shall provide documentation required under EC.02.03.05 and Life Safety standards, including sensitivity reports, NAC/battery load test sheets, deficiency logs, and completion evidence. Contractor shall provide an annual deficiency summary with corrective-action status and dates. The Contractor shall maintain a Service Logbook in the fire alarm room. The log shall list the date and time of all trouble calls. Each trouble call shall be fully described including the nature of the call, necessary corrections performed, or parts replaced. The Contractor shall record log entries of tests conducted, technicians performing the tests, and test results tests including any deficiencies found. This is in addition to recording this information in the required database. The Contractor shall provide a copy of each logbook (one hard copy and one electronic) annually to the COR, the Facility s Safety Office and the Facility s Engineering Office for record, and provide for review within 48 hours at the request of the COR. The Contractor shall submit an annual inspection report upon completion of entire fire alarm system inspection and test. The report shall include the following at minimum: Cover sheet Property information Monitoring entity information Type of transmission Alarm control unit information Each building Alarm initiating devices test results summary broken by device type Each building Alarm notification appliances test results summary broken by device type Each building Detailed test results per device type Each facility s building to be on separate report tab Certification sheet to include Inspector name, date, time and signature Contractor shall maintain all inspection/testing documentation for a minimum of three (3) years and provide copies to Engineering and Safety upon request. Schematic Diagram The contractor shall create and maintain a complete set of current and legible schematic diagrams for each facility Fire Alarm System. Diagrams shall be modified to reflect any changes made by the Contractor after receiving written approval by the CO/COR to make the changes. Modifications made shall be dated and recorded in the diagram. The diagrams will remain property of the Government. Repairs For repairs required to keep the systems operational that are not covered by the sections above, the Contractor shall submit a detailed cost estimate for required repairs to the CO/COR within 2 business days of finding the issue. Contractor shall not proceed with such work, without the written consent of the CO, usually in the form of a contract modification. If it becomes evident during a warranty period that a component(s) is not functioning properly in accordance with manufacturer s or Contract requirements, or if in the opinion of the COR, excessive maintenance and attention must be employed to keep the component(s) operational, then the component(s) shall be removed and a new component(s) meeting all requirements shall be installed. Parts not available from the manufacturer due to obsolescence remain the Contractor s responsibility to replace them with another source. Contractor shall not make any repairs, alterations or additions to the equipment that incur additional expenses without prior written approval from the CO/COR. Emergency Response Contractor shall provide callback response and emergency service and at least one of the emergency telephone numbers with alternate telephone number must be manned twenty-four (24) hours per day, 365 days per year. 24-hour emergency response service to replace any nonfunctioning parts is also required. Contractor response time shall be according to the priority codes below. However, if work requires additional funds (repair parts/labor), funding and modification must be secured prior to commencing work. Priority Code 1. Emergency Response Required. The Contractor shall be on-site within 4 hours to conduct evaluation and determine course of action. If additional funds (contract modification) are not required, contractor shall initiate work within 2 hours following the on-site response time. Once initiated, work shall continue until the problem is repaired/ resolved. Priority Code 2. Urgent Response Required. The Contractor shall be on-site within 8 hours to conduct evaluation and determine course of action. If additional funds (contract modification) are not required, contractor shall initiate work within 2 hours following the on-site response time. Once initiated, work shall continue until the problem is repaired/ resolved. Priority Code 3. Routine Response Required. The Contractor shall be on-site within 3 days to conduct evaluation and determine course of action. If additional funds (contract modification) are not required, contractor shall initiate work within 2 hours following the on-site response time. Once initiated, work shall continue until the problem is repaired/ resolved. SCHEDULE The Contractor shall coordinate with the Contracting Officer Representative (COR), Facility s safety Office and Facility s Engineering office when inspecting, testing, and or performing repair on the Fire Alarm system. Service should be performed during facility s normal operating hours, between 8:00 AM to 4:30 PM Monday through Friday, except Federal Holidays. If circumstances arise that some work to be performed outside normal business hours, the contractor shall communicate the proposed schedule with COR, Facility s safety Office and Facility s Engineering office. ADMINISTRATION The Contractor shall provide a Contract Manager who shall be responsible for performance of the contract work. Name of the Contract manager and an alternate shall be designated in writing to the CO/COR prior to contract start date. Changes to personnel shall be submitted to the Government within five (5) workdays of the changes. The Contract Manager or alternate shall have full authority to act on contract matters relating to daily operation of the Contract. The Contract Manager or alternate shall be available to speak/meet with the CO or COR, within 24 hours of request during normal operating hours and or within the next business day. The selection, assignment, and management of Contractor s employees is the responsibility of the Contractor. The Contactor shall not employ any individual identified as a potential threat to the health, safety, security, and general wellbeing, or operation of the New York Harbor facilities or personnel. The Contractor is fully responsible for performance and conduct of his/her employees. The Contractor shall not allow any employee to perform work under this Contract while under the influence of alcohol, drugs, or any other incapacitating agent. Contractor personnel shall present a neat appearance and be easily recognized as a Contractor employee by wearing distinctive clothing bearing the name of the company and VA issued ID badge. QUALITY CONTROL REQUIREMENTS Contractor shall establish a Quality Control Program to assure the requirements of the Contract are provided as specified. The Contractor shall submit this program to the CO/COR, for acceptance within ten (10) days of Notice to Proceed. SECURITY Keys The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the COR. Background Checks Contractor and Subcontractor personnel working on New York Harbor Healthcare System s facilities must consent to Background Checks or shall be denied access to the NYHHCS VA facilities. Information required to conduct a Background Check includes full name, driver s license number and/or social security number, date of birth, and completion of a background check questionnaire. The contractor, if/when notified of an unfavorable background check determination by the Government, shall immediately withdraw the employee from consideration for working under the contract. Failure to comply with contractor personnel security requirements may result in termination of the contract for default. ID Badge Department of Veterans Affairs regulations requires Contractor employees to have VA issued Identification Badge and display it while at VA facilities. ID badges shall be issued by VA security office under its rules for issuance. When an employee leaves the Contractor s employment, or the Contract is terminated, the employee s badge shall be returned to COR within 3 working days. SAFETY Contractor shall adhere to OSHA, EPA, NFPA, VA Life Safety Codes, and other regulatory requirements. Safety shall be the Contractor s highest priority. The Contractor shall be solely responsible for compliance with (Federal) OSHA regulations. During contract performance, the Contractor shall follow Government s safety policy and standards for safe work practices and take such safety precautions as the VA Safety Officer or the CO/COR may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall comply with VA smoking policy. Patient, employee, visitor, and Contractor personnel safety shall always be maintained. The Contractor is responsible for the safety and health of his/her employees. The Contractor shall obtain a Hot Work Permit from the Government (VA Safety Staff) or the COR in advance whenever soldering, welding, grinding, and using a cutting torch, or other open flame, spark or heat producing equipment is used. The Contractor is required to follow requirements outlined for the issuance of the Hot Work Permit. Contractor shall be notified of any non-compliance with safety regulations. The Contractor shall, after receipt of such notice, immediately correct the condition and notify the Contracting Officer in writing that the condition has been corrected. If, in the opinion of the CO/COR or the Government s Safety Officer, the condition is life threatening he/she shall instruct the Contractor to stop work until the condition has been corrected. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order halting all or any part of the work. The Contractor bears all costs of stop-work time and correcting safety hazards. Contractor shall immediately report to the CO/COR in a manner and on the forms prescribed by the Government, accidents resulting in injury, trauma, death, hazardous exposures, and occupational disease involving an elevator or its maintenance. Written reports for incidents shall be provided within five (5) working days and include the cause, what, where, and when the incident occurred as well as repairs and tests performed to correct the cause of the incident. POST AWARD CONFERENCE/PERIODIC PROGRESS MEETINGS The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), Facility s Safety Office personnel, Facility s Engineering Office personnel and other Government personnel, as appropriate, may meet periodically with the contractor to review the status of work and performance and to develop a plan of action, when needed. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. UNAUTHORIZED WORK Unless otherwise directed by the CO/COR the Contractor shall not perform any work outside of the Scope of this Contract without authorization from the CO/COR and the issuance of a separate Purchase Order. Failure to receive prior approval for out-of-scope work will most likely result in the denial of compensation. 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) Addendum to 52.212-1, Instructions to Offerors Commercial Items applies; see further below on this notice for details. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. (SEP 2024) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (JAN 2017) FAR 52.204-7 System for Award Management Registration (NOV 2024) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.239-75 Information and Communication Technology Notice (FEB 2023) FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.217-9 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 FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.203-17 Contractor Employee Whistleblower Rights. (NOV 2023) FAR 52.204-13 System for Award Management-Maintenance (OCT 2018) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. (NOV 2015) FAR 52.219-6 Notice of Total Small Business Set-Aside. (NOV 2020) FAR 52.219-8 Utilization of Small Business Concerns. (JAN 2025) FAR 52.219-14 Limitations on Subcontracting. (OCT 2022) FAR 52.222-3 Convict Labor.(JUN 2003) FAR 52.222-35 Equal Opportunity for Veterans. (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities. (JUN 2020) FAR 52.222-37 Employment Reports on Veterans. (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act.(DEC 2010) FAR 52.222-41 Service Contract Labor Standards.(AUG 2018) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires.(MAY 2014) FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts).(AUG 2018) FAR 52.222-50 Combating Trafficking in Persons. (NOV 2021) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706.(JAN 2022) FAR 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2024) FAR 52.223-20 Aerosols (MAY 2024) FAR 52.223-23 Sustainable Products. (MAY 2024) FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving.(MAY 2024) FAR 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements FAR 52.229-3 Federal, State, and Local Taxes (FEB 2013) FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.(OCT 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.(MAR 2023) FAR 52.233-3 Protest after Award. (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) VAAR 852.201-70 Contracting Officer s Representative (DEC 2022) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) VAAR 852.222-71 Compliance with Executive Order 13899(DEVIATION)(APR 2025) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (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) 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 set forth in 13 CFR 125.6. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, ficti...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8b073d0bcc214a189a448c12b8ac7031/view)
 
Place of Performance
Address: Department of Veterans Affairs New York Harbor Healthcare System Brooklyn, Manhattan, and St. Albans 800 Poly Place, Brooklyn, NY 11209, USA
Zip Code: 11209
Country: USA
 
Record
SN07684949-F 20260115/260113230036 (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!  © 1994-2026, Loren Data Corp.