INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS GENERAL INTENTION REQUESTS FOR INFORMATION (RFI): To obtain clarifications and/or additional information concerning the contract requirements or specifications, submit a written RFI via email to terry.fraser@va.gov. RFIs will be responded to as necessary in amendment format which will be posted on http://www.beta.sam.gov The deadline for submission of RFIs for this solicitation is Monday, December 29, 2025, at 3:00 PM (EST). No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephone RFIs will not be accepted or returned. BASIS FOR AWARD Contract award will be made to the responsive, responsible bidder submitting the lowest price in accordance with FAR Part 14 Sealed Bidding. RESPONSIBILITY REQUIREMENTS A Determination of Responsibility shall be accomplished for the apparent awardee prior to processing the award. The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases will be used to make the Determination of Responsibility.  Failure to affirm being within the guidelines above or submit this information may result in a determination of Non-Responsibility for the bidder/offeror. NOTE: Any information received by the Government that would cause for a negative Determination of Responsibility may make the bidder/offeror ineligible for award. This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractors. DELIVERY OF BIDS There will not be a face-to-face public bid opening. In accordance with FAR 14.202-8, send all submission documents via email to terry.fraser@va.gov by 1:00 PM EST Friday, January 2, 2026. Bids received after this time may be rejected. All Contractors providing an electronic bid submission must still meet all requirements listed under Bid Submission in the solicitation. The bid opening and public reading of the bids will be via teleconference. Bidders may call +1 347-566-4838,, at 1:15 PM EST and enter participant code 279 385 442# to join. The bid submission emails will be kept in an electronic folder unread until 1:15 PM EST when they will be opened and read to the public. Files should be in Adobe* PDF (Portable Document Format) Files: Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. If the size limits are exceeded, the VA may not receive the file and/or you may not be considered. Only one email is permitted. This email should contain at least the following as separate attachments: One (1) signed SF1442 with amendments acknowledged. Include response to FAR 52.204-8(2) (i) or (ii) Annual Representations and Certifications Response to FAR 52.209-13(b)(1) or (2) Violation of Arms Controls Treaties or Agreements One (1) complete signed SF 24 Bid Bond and Power of Attorney. One (1) safety or environmental violations and experience modification rate. One (1) Class Deviation to Implement SDVOSB and VOSB Certification Requirements
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.