Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2026 SAM #8839
SOLICITATION NOTICE

J -- On-site Bed Management

Notice Date
2/5/2026 4:22:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0335
 
Response Due
2/23/2026 10:00:00 AM
 
Archive Date
04/04/2026
 
Point of Contact
Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
 
E-Mail Address
ositadima.ndubizu@va.gov
(ositadima.ndubizu@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 only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: On-site Bed Management 1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to provide an On-site Bed and Equipment Management program to accomplish equipment management functions to include specialty beds, mattresses, gurneys, wheelchairs, video monitor system, infusion and feeding pumps for the VA Greater Los Angeles VA Healthcare System. 1.c. Project Location: VA Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26226Q0335. 1.e. Set Aside: This solicitation is issued as an SDVOSB set aside. 1.f. Applicable NAICS code: 339113- Surgical Appliance and Supplies Manufacturing. 1.g. Small Business Size Standard: 800 employees 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: 6 months plus 6-month option 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 30 1.k. Questions regarding the solicitation should be submitted via email no later than 2pm PST Wednesday, February 11th, 2026, to ositadima.ndubizu@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 2.1. OBJECTIVE. VA Greater Los Angeles Healthcare System is seeking a contractor to provide an On-site Bed and Equipment Management program to accomplish equipment management functions to include specialty beds, mattresses, gurneys, wheelchairs, video monitor system, infusion and feeding pumps for the VA Greater Los Angeles VA Healthcare System. 2.2. SCOPE. This service will reduce rental spending through improved utilization of hospital inventory and assets. This service will also provide highest quality of care satisfaction by ensuring readiness of equipment. The contractor must provide the following tasks: Task 1 Equipment Management Requirements Specialty beds, mattress, gurneys and wheelchairs shall be provided by contractor for VA Medical Center 24/7. Contractor shall provide excel spreadsheet via email with data of patient equipment used by the Chief of Engineering, Chief of Supply Chain Management, and Critical Care AO at the beginning of week. In emergency situations the contractor shall assist in exporting specialty equipment to patient s room. Contractor should monitor and maintain all bed management, mattresses, wheelchairs, video monitor system, infusion and feeding pumps. Contractor should access storage space for patients used equipment (specialty mattresses, gurneys, wheelchairs, video management, and pumps) for adequate readiness to unit throughout VAGLA. Contractor should provide excel database on obtaining specialty bed supplies and equipment. If the vendor purchases used supplies or equipment, they must: Clarify site of equipment and track full maintenance of usage. Provide manual history data for all used equipment rented. Describe the process by which they validate test results and confirm that used equipment is ready for use in storage room on 4th floor. The contractor will deliver patient-ready equipment to requested location. Patient-ready equipment is: Thoroughly cleaned per Hospital cleaning procedures or manufacturer instructions for use (IFU) guideline. Checked for basic operational by powering the equipment up and checking for: Sufficient battery capacity if applicable. Alarm function if applicable. Displays are operational if applicable. The requested equipment displays no error messages is applicable. Accompanied by all necessary accessories if applicable. The contractor shall be responsible for inspection, cleaning, pickup and delivery of equipment including specialty beds, gurneys, wheelchairs, video monitor system, infusion and feeding pumps. Task 2 Equipment Pickup and Processing Clinical staff call Bed and Equipment Management Vendor at extension 43144 to request pickup of listed equipment. When equipment or mattress is damaged to include tears, rips, and punctures noticed by staff, notification will be made to the Bed Management vendor. A Joint Patient Safety Reporting (JPSR) incident will be submitted. EMS will be notified when mattresses or mattress covers are soiled and require any additional cleaning. Provide Bed Management Contractors with location / bed number and specify whether the request is a stat or routine. Contracting Staff will pick up stat requests within 15 minutes and routine requests within 30 minutes. Contractor should utilize central area of contact for scheduling patient used equipment delivery and pickup. Contractor shall provide equipment management tracking system that will highlight admission and discharge of patients from specialty bed and mattress used duration of stay. Contractor shall inspect and clean equipment between patient admissions and discharge. Step Action Proceed to the designated location for equipment pickup, which may include areas such as the soiled utility room, patient room, or hallway. It is important to note that bed frames must be disinfected by EMS (Environmental Management Services) before picking them up, following the guidelines outlined in EMS Standard Operating Procedures (SOP) 691-137-1 and SOP 691-137-29. Ensure no medication or disposables are present. If present, contact staff to remove before proceeding. Inspect equipment and parts for contaminants and/or designation of contamination (e.g. red tag, red bag, written note and/or verbal statement). Inspect mattresses and mattress covers for tears, rips, or punctures. Remove from service if any tears, rips, or punctures are present. Note: Ensure all parts and surfaces of equipment are checked (e.g. unroll mattresses and open parts to expose internal components). If Then Equipment is not contaminated Proceed to next step. Equipment is contaminated Leave equipment at current location and proceed to Contaminated Equipment Process section below. Take equipment to the centralized cleaning area using a cart if required. Note: Equipment may be brought to cleaning area by other staff. Clean equipment per the manufacturer s Instructions for Use (IFU) and facility guidelines. If equipment was damaged, if possible and necessary, ask department staff for details about the damage. Then perform applicable follow up actions based on Hospital requirements. Perform additional applicable tasks on equipment such as verifying the following: There are no error codes. The unit has sufficient battery capacity. Displays are functional. Unit has appropriate PM/inspection sticker. If any tasks result in equipment requiring service, route to appropriate service location and document as necessary. If applicable, follow instructions on Between Patient Check Placard. If applicable, place a clear, plastic bag on the equipment. Place equipment in patient ready location and plug in if required. If a cart was used, wipe the cart with a disinfectant wipe and ensure required contact time is met per manufacturer instructions for use. Note: If applicable, ensure Hospital s cart cleaning requirements are followed. Community Living Center (CLC) Coverlet Change (Custom Care Convertible LAL) Bed Management Contractors will establish a cleaning schedule to replace the coverlets monthly at building 213, 215, and the Sepulveda Facility. Activity will be documented for record keeping. [One week prior to Event] Bed Management Contractors will provide CLC leadership communication informing of upcoming events and coordinate best time to execute task. [Day of event] Veteran s will be out of bed during pre-determined time. Air Mattresses- All air mattresses are taken to Contract facility for cleaning, inspection, and processing before being returned to the healthcare facility for use. Using appropriate PPE - Bed Management Contractors staff will unzip /remove soiled coverlet from mattress, inspect interior of the mattress and place coverlet in an individual blue bag. After discarding used PPE and demonstrating proper hand hygiene. Contractors will place a clean patient ready coverlet on the mattress. After installing the clean coverlet, contractors will perform quality check to ensure proper mattress functionality (visual quality check to ensure coverlet is free of tears and punctures is performed during the cleaning process). Bed Management Contractors will consolidate individual soiled bags into one large blue bag for cleaning / laundered to OEM recommendation in a certified facility. Equipment Tracking Rounds - Equipment tracking rounds are performed daily. Equipment rounds are performed to verify admitted and discharged patients, verifying patient information, verifying equipment usage, and tracking down missing equipment using VA scanners. Contractor shall coordinate with COR and Nursing Informatics team to develop tracking software interfacing with VAGLA Medical Center admission and discharge system using nurse information. Throughout the process, adhere to HIPAA guidelines per COM 006 HIPAA Privacy-Use and Disclosure of Protected Health Information and COM 007 HIPAA Security-Confidentiality, Integrity, and Availability of Electronic PHI. Follow Patient and Staff Interaction Guidelines. Scanners used for equipment verification indicate which rooms have equipment within them that falls under Bed Management s Scope of Service. Every attempt should be made to physically scan a piece of equipment rather than simply verifying that it has been seen. Damaged or non-functioning equipment may be documented using the Equipment Management Software as applicable. Never touch a piece of equipment that is attached to a patient. Never touch equipment with tubing, IV bags, or medication attached. If equipment is off the patient and needs to be picked up, contact clinical staff to remove these items. Never adjust settings on medical equipment. Step Action Start rounds on using an Equipment Management scanner. Proceed to a patient room that contains managed equipment. Wash in per Handwashing Work Instruction using the Hospital provided hand sanitizer. Follow Personal Protective Equipment Process and adhere to all hospital required contact, droplet, and airborne precautions posted at the room entrance. Knock on the door and enter the patient room following Patient and Staff Interaction Guidelines. Let the patient and staff know your name and that you are there to scan equipment for inventory purposes. Verify that the patient information matches the name on the scanner. If Then Patient information matches Proceed to next step. Patient information does not match, and patient was discharged Discharge patients in the scanner. If necessary, scan or manually enter the correct patient and scan all equipment for the patient. Note: If patient was moved to a different room, update information in the scanner. Look for all equipment and accessories, if applicable. Scan each piece of equipment. Note: If the equipment is present but cannot be scanned due to a faulty barcode, manually verify instead. If checklists appear on scanner, complete checklists per onscreen prompts. Exit the room. Remove PPE, if applicable. Wash out per Handwashing Work Instruction using the Hospital provided hand sanitizer. Perform any necessary follow-up actions to dispose of all equipment. If Then Equipment is flagged as due for service in the scanner. Or Equipment/accessory is marked as damaged or physical damage is present In use: Leave equipment with patient. Not in use: If able, discontinue the equipment from the patient in the scanner. Scan and physically move equipment to appropriate location. Note: If staff is available, ask for details about how the damage occurred. Equipment is shown as on the patient in the scanner but cannot be located Discontinue the equipment from the patient in the scanner. Note: If staff is available, ask if the equipment was removed from the patient and/or room. Ensure each piece of equipment is dispositioned in the scanner. Repeat this section for all remaining round s locations. Contaminated Equipment Process Step Action Inform appropriate Hospital contact that equipment must be decontaminated before it will be picked up by Bed Management Contractors or transported to the cleaning location. Ensure customer is aware of responsibilities according to type of contaminant. Type of Contaminant Responsibility Insect Exterminate insects. Provide documentation of proof of extermination Dispose support surface foam, and other disposable accessories after extermination Microorganism, bodily fluids Disinfect using appropriate method for specific type of organism Chemotherapy Drug Clean to remove chemicals All types Cover any costs associated with decontamination of equipment including disposal After equipment is decontaminated perform appropriate follow-up actions based on Hospital policy. If Then Insect extermination Ensure support surface foam and other disposable accessories are disposed of. All other decontamination activities Continuing Soiled Equipment Retrieval and Processing. KEY PERFORMANCE INDICATORS Equipment Tracking Rounds Measures the average completion of Equipment Tracking Rounds to ensure equipment tracking and data accuracy. Management staff are expected to deliver a minimum completion rate of 85%. 100% annual audit. Unscanned Equipment Measures the Unscanned Equipment within the facility by ensuring all patient used equipment is physically scanned using VA scanning device. Tracking equipment regularly is key to an accurate inventory and preventing lost equipment. Bed Management Contractors expected to deliver an unscanned percentage of less than 1%, compared to the total inventory. Storage procedures for patients used equipment include storing in a clean environment, off the floor and covered with plastic to maintain cleanliness of equipment. Area will be cleaned/mopped by EMS regularly for EMS Standard Operating Procedures. Annual Auditing of mattresses Instructions: A mattress is defined as a pad for supporting a lying person which can also be used for transport on a device like an inpatient bed or transport stretcher. This audit should include the mattresses associated with both inpatient beds and transport stretchers. Please complete this audit worksheet per unit/location, not per mattress. Document the number of mattresses exhibiting compromise during the audit. Use the fields below to document. If there is any evidence of mattress compromise, the mattress is removed from circulation and a report through the Joint Patient Safety Reporting (JPSR) system is submitted; marking the report for national attention when deemed appropriate. Notification of mattress compromise will go to: Nursing Leadership, Patient Safety, Infection Prevention and Control, Environmental Management Services (EMS), and Logistics. Guidance: Have a stock of replacement mattresses and mattress covers on hand. Have manufacturer-approved cleaning agents on hand. Consider a collaboration with the manufacturer for assistance to complete the audit. Before beginning the audit, identify location(s) for storage of mattresses that fail inspection. Consider placing orders for mattresses and mattresses covers to increase bench stock for routine replacement. Create a stock/par level for mattresses and mattress covers for each location. Develop action plans for assessing impact on patients if a mattress has been discovered to be compromised. Permits and Responsibilities The contractor shall obtain and maintain all necessary permits, licenses, and appointments required for executing work under this contract, at no additional cost to the Government. The contractor is responsible for the performance and conduct of its employees. Personnel employed by the contractor for this SOW or any representative entering the VA premises shall be subject to inspections by the Government as necessary. The contractor shall not employ any person whose employment would result in a conflict of interest with the Government s standards of conduct. Travel shall be responsibility of the vendor. 2.3. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. 2.4. Period of Performance. The period of performance will be 6 months with a 6-month option. a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 b. If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Overtime pay is at the rate of one and one-half times the employee's regular rate of pay for all hours worked in excess of eight up to and including 12 hours in any workday, and for the first eight hours of work on the seventh consecutive day of work in a workweek. Overtime pay also includes Federal Holidays. 2.6. Contractor Personnel Background Requirements. a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. Currently, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.7. Contractor Employees a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices, and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.4. INSURANCE COVERAGE a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. b. The Government shall be held liable against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. e. SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer s liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrence. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to the award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. 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 10am PST Monday, February 23rd, 2026, to ositadima.ndubizu@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: Special Certificate.� Offeror or proposed subcontractor shall submit evidence that they hold an ISO 13485:2016 certificate issued by the International Organization for Standardization SP2: Specialized Experience.� Offeror shall provide references from at least 3 VA Medical facilities or other government, federal, state, or local agencies for which the contractor has performed services as described in the scope. If (3) or less has not been contracted, submit commercial customers within the last three years, making a total of (3) references.� The narrative must include contract numbers and reference point of contact to include � telephone numbers and e-mail addresses. References will be contacted to verify technical capability to fulfil the requirements listed in the Scope of work. If Offeror intends to satisfy this requirement through use of a proposed subcontractor(s), Offeror must provide this information for each proposed subcontractor and Offeror must identify what work will be performed by each proposed subcontractor and what work will be performed by Offeror.� (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, mailed 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 85...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/22040d521fd0493e89b1f31a5ca9331e/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07705627-F 20260207/260205230039 (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.