MODIFICATION
J -- Surgical Instrument Preventative Maintenance, Repair & Inspection
- Notice Date
- 2/12/2026 6:58:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0184
- Response Due
- 2/20/2026 12:00:00 PM
- Archive Date
- 04/06/2026
- Point of Contact
- Kim McCarthy, Contract Specialist, Phone: 774-826-4806
- E-Mail Address
-
kim.mccarthy@va.gov
(kim.mccarthy@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Effective Date: 01/15/2026 Revision: 03 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format 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 a 100% Small Business (SB) set aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210, with a small business size standard of $34 million. The FSC/PSC is J065. The VAMC West Haven is seeking to establish a Base plus four (4) option year contract for the routine preventative maintenance, sharpening, and minor repair of surgical instruments used within the VA Connecticut Healthcare System in accordance with (IAW) the Statement of Work (SOW), ensuring optimal performance, safety, and longevity of instruments used in patient care. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure 0001 Surgical Instrument Maintenance/Repair-West Haven, CT 24 DAY 0002 Surgical Instrument Maintenance/Repair Newington, CT 6 DAY 1001 Surgical Instrument Maintenance/Repair-West Haven, CT 24 DAY 1002 Surgical Instrument Maintenance/Repair Newington, CT 6 DAY 2001 Surgical Instrument Maintenance/Repair-West Haven, CT 24 DAY 2002 Surgical Instrument Maintenance/Repair Newington, CT 6 DAY 3001 Surgical Instrument Maintenance/Repair-West Haven, CT 24 DAY 3002 Surgical Instrument Maintenance/Repair Newington, CT 6 DAY 4001 Surgical Instrument Maintenance/Repair-West Haven, CT 24 DAY 4002 Surgical Instrument Maintenance/Repair Newington, CT 6 DAY The contract period of performance is: Base: 03/01/2026-02/28/2027 Option Year 1: 03/01/2027-02/29/2028 Option Year 2: 03/01/2028-02/28/2029 Option Year 3; 03/01/2029-02/28/2030 Option Year 4: 03/01/2020-02/28/2031 Place of Performance VAMC West Haven 950 Campbell Avenue West Haven, CT 06516 United States VAMC Newington 555 Willard Avenue Newington, Ct 06111 United States All quoters shall submit the following: Quote All quotes shall be sent to Contract Specialist Kim McCarthy, kim.mccarthy@va.gov Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services [insert date of clause] To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than February 20, 2026, 3:00PM to kim.mccarthy@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: Kim McCarthy, kim.mccarthy@va.gov Statement of Work: Surgical Instrument Preventative Maintenance, Repair & Inspection 1. Purpose To establish a contract for the routine preventative maintenance (PM), sharpening, and minor repair of surgical instruments used within the VA Connecticut Healthcare System (VACHS), ensuring optimal performance, safety, and longevity of instruments used in patient care. Requested services are periodic in nature and are required to maintain the equipment in such a condition that it may be operated in accordance with its intended manufacturer s design and functional capacity. Recommendations for replacement and/or removal of surgical instruments is also covered within the scope of PM. 2. Contractor Responsibilities The contractor shall provide the following services: On-location service at both West Haven and Newington campuses with visits based on a scheduled determined by the Point of Contact (POC). On-location service shall include but not be limited to: Inspection of surgical instruments for wear, damage, and functionality. Sharpening of cutting instruments (e.g., scissors, scalpels, rongeurs) to manufacturer specifications. Preventative Maintenance, Honing, Deburring, Demagnetizing, Aligning, Adjusting, Cleaning, Buffing, Polishing, Passivation, Stain Removal, Restoration of Finish, and Lubricating of instruments as needed to ensure proper function. Minor Repairs including spring replacement, screw tightening, and box lock or handle adjustments. Replacement of standard factory parts and restoration of instruments to manufacturer specifications Minor Repair of rigid surgical containers and replacement of serviceable parts Pickup and Delivery of instruments from and to the facility on a scheduled basis. Documentation of services performed, including instrument condition and work completed. Documentation to be provided for each episode of service. Recommendations for replacement vs. repair and clear photos and documentation of items that are beyond repair. For items unable to be repaired on-location, contractor must be capable of sending out damaged instruments for off-site repair without additional cost to Government Off-site instrument repair service shall include but not be limited to: Repotting of bi-polar forceps with subsequent, documented testing to verify electrical insultation integrity Diamond dust application Gold plating Microscopic/ophthalmic instrument service Contractor shall report to Sterile Processing Services (SPS) upon arrival at the VA for the pickup and return of instruments. If an instrument cannot be repaired, it will be returned to SPS. If an instrument requires off-site instrument repair service, the contractor must have obtained verbal approval from VA SPS Chief, or designee, prior to doing so. Contractor shall make recommendations for surgical instrument replacement which may be pertinent to meet the scope of surgical tray completion. All instruments that can be disassembled will be disassembled, and undergo a detailed contractor inspection. Instruments will not be altered, changed or tampered with and will be repaired following manufacturers original design specifications and in compliance with ANSI-AAMI ST-79. All cannulated items will have interior lumens flushed and inspected. Delicate sharp, pointed instruments will be returned covered with appropriate tip protectors. The contractor will be required to test instruments for accurate alignment, sharpness, insulation and calibration per manufacturer s instructions for use (MIFU). All returned, inspected, and repaired instruments will be stain-free and polished to a mirror finish while maintaining locator barcodes. Collaboration and coordination with VACHS staff on how to best schedule instrument maintenance to minimize OR downtime, prevent case delays, and support efficiency in the Sterile Processing department. Education and staff training to VACHS staff on topics such as proper instrument handling and care, recognizing signs of instrument failure, proper use to extend instrument life, and best practices for cleaning and inspection. Training� classes shall be held either in person at the VA facility or virtually. Classes shall be offered at a� minimum of 1 time per quarter totaling 4 classes per year on dates and times prearranged and� agreeable to the vendor and POC. In addition to the PM service, a one-time, joint, wall-to-wall inventory of all surgical instruments at both campuses is required at the beginning of the contract. This inspection, together with a review of the inventory included in the Instrument Tracking System, is required to establish a preventative maintenance inspection schedule. 3. Service Schedule and Place of Performance Service visits will take place at the following locations: WEST HAVEN VAMC 950 Campbell Avenue West Haven, CT 06516 *TWO (2) on-location visits per month. Inclusive of off-location repairs. NEWINGTON VAMC 555 Willard Avenue Newington, CT 06111 * ONE (1) on-location visit every other month. Inclusive of off-location repairs. On each visit, the contractor shall service at least 15 instrument sets or the equivalent in single instruments or a combination of sets/single instruments. 4. Quality Standards All work must comply with industry standards from ANSI/AAMI and the Healthcare Sterile Processing Association. All repairs must be performed by qualified service technicians and must align with the instrument s MIFU Instruments must be returned in ready-to-use condition, properly packaged and labeled. Contractor must maintain ISO 13485 certification or equivalent quality assurance standards. 5. Facility Responsibilities Provide access to instruments requiring service. Designate a point of contact for coordination and communication. Maintain a log of instruments sent for service. 6. Reporting and Documentation Contractor shall provide a detailed service report with each episode of service which includes the following information: Date of service Technician name or ID Instrument or tray type, ID, or description Type of service performed status of instrument repair or resolution Instruments that are nonrepairable shall also be annotated in this log. 7. Performance Monitoring The facility reserves the right to inspect serviced instruments and audit contractor performance. Continued monitoring of instrument repairs quality and turnaround time, as well as contract compliance, will be progressively monitored by SPS and POC. Quarterly Reviews: All parties agree to Quarterly Business Reviews. Discussions will address quantity and quality of repairs, turnover times, service histories, actual repair costs, procedure counts, and suggestions to proactively reduce repair and service costs. Before/After Onsite Picture Reporting: Utilize picture reporting to track trends and to provide necessary education with the aim to reduce costs and prevent instrument damage. Problem Identification: Contractor shall provide Root Cause Analysis evaluations to aid with the identification of potential instrument misuse or handling that may be leading to the need for repeat repairs. The POC will be responsible for verifying contract compliance. Any incidents of contractor noncompliance as evidenced by the monitoring procedures will be forwarded immediately to the Contracting Officer (CO) 8. Contract Duration Initial term: 12 months. Renewal: Option to renew annually based on performance and mutual agreement. 9. Pricing and Payment Pricing shall be based on: Flat rate per visit Invoices must include the service dates and must reference the contract ID/Purchase Order The SPS Chief, or designee, will verify that services were performed against the contractor's certified delivery repairs document. Only after verification are invoices certified for payment. 10. Security, Compliance, and Confidentiality Before work is performed and during the entire performance period when work is being conducted the contractor shall ensure they possess or obtain the necessary credentials/badges needed to enter/exit the facility to include obtaining access to needed and specific site areas where instruments are located. Coordination and check in with the VA police and other appropriate security personnel may be required. Contractor shall coordinate with the POC, other authorized representative, or the Contracting Officer if assistance is needed. Contractors must comply with all applicable VA, HIPAA, and OSHA regulations. All work shall be completed according with all terms within this Scope of Work. National Archives and Records Administration (NARA) Records Management Contract Language Clause will be required in the contract if it will result in the creation and/or deletion of new federal records (such as invoices, project guidelines, reports, etc.) The following solicitation provisions and clauses apply to this acquisition: 52.212-1 Instructions to Quoters Commercial Products and Commercial Services (OCT 2025) (a)� Submission of quotes. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include (1)� The solicitation number; (2)� The name, address, telephone number of the Quoter; (3)� The Quoter s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; (4)� Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation; Technical Approach to the Performance of Work Statement identifying the quoter s capability and resources to support the requirements of the solicitation detailed in the Statement of Work (SOW). Address each point separately as listed in the evaluation factors. (5)� Responses to provisions that require Quoter completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and (6)� A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b)� Period for acceptance of offers. The Quoter agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c)� Late submissions, modifications, revisions, and withdrawals of offers. (1)� Quoters are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2)� Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3)� If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4)� Quoters may withdraw their offers by written notice to the Government received at any time before award. (d)� Contract award. The Government intends to evaluate offers and award a contract without discussions with Quoters. Therefore, the Quoter s initial offer should contain the Quoter s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. (e)� Debriefings. If a postaward debriefing is given to requesting Quoters, the Government will disclose the following information, if applicable: (1)� The agency s evaluation of the significant weak or deficient factors in the debriefed Quoter s offer. (2)� The overall evaluated cost or price and technical rating of the successful Quoter and the debriefed Quoter and past performance information on the debriefed Quoter. (3)� The overall ranking of all Quoters when any ranking was developed by the agency during source selection. (4)� A summary of the rationale for award. (5)� For acquisitions of commercial products, the make and model of the product to be delivered by the successful Quoter. (6)� Reasonable responses to relevant questions posed by the debriefed Quoter as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. (End of provision) 52.212-2 Evaluation Commercial Products and Commercial Services (OCT 2025) Basis for Award: Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Price Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Identification of Quoter s ISO 13485 certification or equivalent quality assurance standards. Veteran involvement. (b)� Options. The Government will evaluate offers 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. The evaluation of options does not obligate the Government to exercise the option(s). (c)� Notice of award. A written notice of award or acceptance of an offer furnished to the successful Quoter 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 award. (End of provision) 52.240-91� SECURITY PROHIBITIONS AND EXCLUSIONS (OCT 2025) (a)� Definitions.� As used in this clause American Security Drone Act-covered foreign entity� means an entity included on a list that the Federal Acquisition Security Council (FASC) develops and maintains and publishes in the System for Award Management (SAM) at� https://www.sam.gov� (section 1822 of Pub. L. 118-31, 41 U.S.C. 3901 note prec.). Backhaul� means intermediate links between the core network, or backbone network, and the small subnetworks at the edge of the network (e.g., connecting cell phones/towers to the core telephone network). Backhaul can be wireless (e.g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet). Covered application� means the social networking service TikTok or any successor application or service developed or provided by ByteDance Limited or an entity owned by ByteDance Limited. Covered article, as defined in 41 U.S.C. 4713(k), means: (1)� Information technology, as defined in 40 U.S.C. 11101, including cloud computing services of all types; (2)� Telecommunications equipment or telecommunications service, as those terms are defined in section 3 of the Communications Act of 1934 (47 U.S.C. 153); (3)� The processing of information on a Federal or non-Federal information system, subject to the requirements of the Controlled Unclassified Information program (see 32 CFR part 2002); or (4)� Hardware, systems, devices, software, or services that include embedded or incidental information technology. Covered foreign country� means The People s Republic of China. Covered telecommunications equipment or services� means (1)� Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); (2)� For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); (3)� Telecommunications or video surveillance services provided by such entities or using such equipment; or (4)� Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. Critical technology� means (1)� Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; (2)� Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled (i)� Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or (ii)� For reasons relating to regional stability or surreptitious listening; (3)� Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); (4)� Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); (5)� Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or (6)� Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817). FASC-prohibited unmanned aircraft system� means an unmanned aircraft system manufactured or assembled by an American Security Drone Act covered foreign entity. FASCSA order� means any of the following orders issued under the Federal Acquisition Supply Chain Security Act (FASCSA) requiring removing covered articles from executive agency information systems or excluding one or more named sources or named covered articles from executive agency procurement actions, as described in 41 CFR 201-1.303(d) and (e): (1)� The Secretary of Homeland Security may issue FASCSA orders that apply to civilian agencies, to the extent not covered by paragraph (2) or (3) of this definition. This type of FASCSA order may be referred to as a Department of Homeland Security (DHS) FASCSA order. (2)� The Secretary of Defense may issue FASCSA orders that apply to the Department of Defense (DoD) and national security systems other than sensitive compartmented information systems. This type of FASCSA order may be referred to as a DoD FASCSA order. (3)� The Director of National Intelligence (DNI) may issue FASCSA orders that apply to the intelligence community and sensitive compartmented information systems, to the extent not covered by paragraph (2) of this definition. This type of FASCSA order may be referred to as a DNI FASCSA order. Information technology, as defined in 40 U.S.C. 11101(6) (1)� Means any equipment or interconnected system or subsystem of equipment, used in the automatic acquisition, storage, analysis, evaluation, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency, if the equipment is used by the executive agency directly or is used by a contractor under a contract with the executive agency that requires the use (i)� Of that equipment; or (ii)� Of that equipment to a significant extent in the performance of a service or the furnishing of a product; (2)� Includes computers, ancillary equipment (including imaging peripherals, input, output, and storage devices necessary for security and surveillance), peripheral equipment designed to be controlled by the central processing unit of a computer, software, firmware and similar procedures, services (including support services), and related resources; but (3)� Does not include any equipment acquired by a Federal contractor incidental to a Federal contract. Intelligence community, as defined by 50 U.S.C. 3003(4), means the following (1)� The Office of the Director of National Intelligence; (2)� The Central Intelligence Agency; (3)� The National Security Agency; (4)� The Defense Intelligence Agency; (5)� The National Geospatial-Intelligence Agency; (6)� The National Reconnaissance Office; (7)� Other offices within the Department of Defense for the collection of specialized national intelligence through reconnaissance programs; (8)� The intelligence elements of the Army, the Navy, the Air Force, the Marine Corps, the Coast Guard, the Federal Bureau of Investigation, the Drug Enforcement Administration, and the Department of Energy; (9)� The Bureau of Intelligence and Research of the Department of State; (10)� The Office of Intelligence and Analysis of the Department of the Treasury; (11)� The Office of Intelligence and Analysis of the Department of Homeland Security; or (12)� Such other elements of any department or agency as may be designated by the President, or designated jointly by the Director of National Intelligence and the head of the department or agency concerned, as an element of the intelligence community. Interconnection arrangements� means arrangements governing the physical connection of two or more networks to allow the use of another s network to hand off traffic where it is ultimately delivered (e.g., connecting a customer of telephone provider A to a customer of telephone company B) or sharing data and other information resources. Kaspersky Lab-covered article� means any hardware, software, or service that (1)� Is developed or provided by a Kaspersky Lab-covered entity; (2)� Includes any hardware, software, or service developed or provided in whole or in part by a Kaspersky Lab-covered entity; or (3)� Contains components using any hardware or software developed in whole or in part by a Kaspersky Lab-covered entity. Kaspersky Lab-covered entity� means (1)� Kaspersky Lab; (2)� Any successor entity to Kaspersky Lab, including any change in name, e.g., Kaspersky ; (3)� Any entity that controls, is controlled by, or is under common control with Kaspersky Lab; or (4)� Any entity of which Kaspersky Lab has a majority ownership. National security system, as defined in 44 U.S.C. 3552, means any information system (including any telecommunications system) used or operated by an agency or by a contractor of an agency, or other organization on behalf of an agency (1)� The function, operation, or use of which involves intelligence activities; involves cryptologic activities related to national security; involves command and control of military forces; involves equipment that is an integral part of a weapon or weapons system; or is critical to the direct fulfillment of military or intelligence missions, but does not include a system that is to be used for routine administrative and business applications (including payroll, finance, logistics, and personnel management applications); or (2)� Is protected at all times by procedures established for information that have been specifically authorized under criteria established by an Executive order or an Act of Congress to be kept classified in the interest of national defense or foreign policy. Roaming� means cellular communications services (e.g., voice, video, data) received from a visited network when unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too high. Sensitive compartmented information� means classified information concerning or derived from intelligence sources, methods, or analytical processes, which is required to be handled within formal access control systems established by the Director of National Intelligence. Sensitive compartmented information system� means a national security system authorized to process or store sensitive compartmented information. Source� means a non-Federal supplier, or potential supplier, of products or services, at any tier. Subsidiary� means an entity in which more than 50 percent of the entity is owned directly by a parent corporation or through another subsidiary of a parent corporation. Substantial or essential component� means any component necessary for the proper function or performance of a piece of equipment, system, or service. Unmanned aircraft� means an aircraft that is operated without the possibility of direct human intervention from within or on the aircraft (49 U.S.C. 44801(11)). Unmanned aircraft system� means an unmanned aircraft and associated elements (including communication links and the components that control the unmanned aircraft) that are required for the operator to operate safely and efficiently in the national airspace system (49 U.S.C. 44801(12)). (b)� Prohibitions on providing or using specific products or services in performance of contract. Unless a waiver or exception applies, the Contractor is prohibited from providing any products or services to the Government or usingin the performance of the contract any of the following: (1)� A covered application on any information technology owned or managed by the Government, or on any information technology used or provided by the Contractor under this contract, including equipment provided by the Contractor s employees (section 102 of Division R of the Consolidated Appropriations Act, 2023 (Pub. L. 117-328)); (2)� A Kaspersky Lab-covered article (Section 1634 of Division A of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91)); (3)� Covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system (paragraphs (a)(1)(A) of section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232)). This does not prohibit contractors from providing (i)� A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii)� Telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c)� Prohibition on unmanned aircraft systems manufactured or assembled by American Security Drone Act covered foreign entities. (1)� Prohibition. The Contractor is prohibited from (i)� Delivering any FASC-prohibited unmanned aircraft system, which includes unmanned aircraft (i.e., drones) and associated elements (sections 1823 and 1826 of American Security Drone Act of 2023, within the National Defense Authorization Act for Fiscal Year 2024, Pub. L. 118-31, Div. A, Title XVIII, Subtitle B, 41 U.S.C. 3901 note prec.); (ii)� On or after December 22, 2025, operating a FASC-prohibited unmanned aircraft system in the performance of the contract (section 1824 of Pub. L. 118-31); and (iii)� On or after December 22, 2025, using Federal funds to procure or operate a FASC-prohibited unmanned aircraft...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f394d1eab0604cd9887e78225fbdcd50/view)
- Place of Performance
- Address: VAMC West Haven 950 Campbell Ave, West Haven 06516-2770
- Zip Code: 06516-2770
- Zip Code: 06516-2770
- Record
- SN07713979-F 20260214/260212230039 (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 |