Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.2, Solicitation, Evaluation, and Award, 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 (FAC) 2025-06 (eff. 10/01/2025), FAR Deviation NOV 2025 (eff. 11/19/2025), VAAR DEVIATION APR 2025 (eff. 04/01/2025), VAAM Alert 26-01 (eff. 10/01/2025), and Acquisition Policy Flash 26-23 eff. 11/19/2025) This solicitation is set-aside for 100% Service-Disabled Veteran-Owned Small Business concerns IAW FAR 19.1405 SDVOSB Set-aside procedures, and VAAR Subpart 819.70, the VA Veterans First Contracting Program. 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 N063. The VA Loma Linda Healthcare System (VALLHCS), Jerry L. Pettis VA Medical Center (VAMC), located at 11201 Benton Street, Loma Linda, CA 92357-1000 is seeking to purchase a comprehensive Evolv Weapons Detection System (WDS). All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Ambulance Entrance - Evolv Dual Lane 1 EA 0002 Main Hospital Entrance - Evolv Dual Lane 1 EA 0003 North Entrance - Evolv Single Lane 1 EA 0004 Employee Entrance - Evolv Single Lane 1 EA 0005 Emergency Room Patient Entrance - Evolv Single Lane 1 EA 1001 Ambulance Entrance - Evolv Dual Lane 1 EA 1002 Main Hospital Entrance - Evolv Dual Lane 1 EA 1003 North Entrance - Evolv Single Lane 1 EA 1004 Employee Entrance - Evolv Single Lane 1 EA 1005 Emergency Room Patient Entrance - Evolv Single Lane 1 EA 2001 Ambulance Entrance - Evolv Dual Lane 1 EA 2002 Main Hospital Entrance - Evolv Dual Lane 1 EA 2003 North Entrance - Evolv Single Lane 1 EA 2004 Employee Entrance - Evolv Single Lane 1 EA 2005 Emergency Room Patient Entrance - Evolv Single Lane 1 EA STATEMENT OF WORK (SOW) Contract Title Evolv Weapons Detection System Subscription & Maintenance Agreement. Background The VA Police at Loma Linda requires a comprehensive Evolv Weapons Detection System (WDS) subscription and maintenance contract with a Base+2 option years structure to ensure the WDS at five (5) entrances remain functional to provide uninterrupted safety and security of the lanes monitored in VA Police Dispatch. The objective of this contract is to engage a qualified vendor to oversee the comprehensive maintenance of the Evolv Weapons Detection System (WDS) at five (5) primary entry points at the Loma Linda VA Medical Center. The WDS is developed to improve safety and security measures by facilitating contactless security screening, allowing VA Police personnel to detect potential threats more effectively and respond with greater efficiency. Objective The objective of this service contract is to have a contractor to provide all labor, materials, supplies, tools, equipment, parts, software (needed for the general operation of the equipment), travel, supervisors, and qualified personnel to maintain, repair and/or replace existing parts and components directly related the Evolv Weapons Detection System Lanes, hardware and software on the installed WDS Lanes. Scope Incumbent contractor will maintain, repair and/or replace existing parts and components directly related the Evolv Weapons Detection System Lanes, hardware and software on the installed WDS Lanes at Loma Linda VA Medical Center (11201 Benton Street, Loma Linda, CA 92357). The contractor shall be responsible for ensuring timely installation and maintenance of all system updates as they are released. Additionally, the contractor will provide the VA Police Contracting Officer Representative (COR) with quarterly written reports detailing the quarterly status and overall performance of the system. This agreement may be revised in the future to incorporate additional locations. An extended Evolv Maintenance Agreement may also be considered for inclusion in subsequent fiscal years (2026 and 2027) as necessary, following the potential installation of the facility s systems at future sites. The contractor shall provide a Service Support Agreement (SSA) covering the installed equipment, core software, and associated equipment costs as part of the maintenance contract. The Loma Linda Evolv Weapons Detection System (WDS), as defined within the scope of this document includes, but is not limited to, the following items: Wired and Wireless Tablets: 15.6-inch Tablet (39.6 cm) Wired and Wireless tablets: 2 per lane, with 1 Floor and 1 Desktop Stand. Wireless Tablet Specifications: Outdoor 14-inch option ruggedized for weather protection and sunlight. 14-inch Tablet ruggedized for outdoor use with two (2) 90W Batteries on back panel. AC/ DC Power Adapter (19V, 3.42A, 65W) with Power Cord AC/DC for use without battery power. Wireless Tablet Accessories: Extra 90W Batteries. Battery Gang Charger (6 Battery Packs). Single Bay Battery Charger with Adapter. Physical Specifications: Dimensions: Depth: 40.3in (102.4cm). Width: Dual Lane: 130.6in (331.7cm); Single Lane: 73.8in (187.5cm). Height: 74in (188cm). Weight: Dual Lane: 352 lbs. (159.7kg); Single Lane: 281 lbs. (127.5kg). Mat Lip: 0.184in (0.47cm). Mat Height: 0.89in (2.3cm). Lane Opening: Width Each (Optimal): 39.8in (101.1cm). Power: Voltage: 100VAC - 240VAC (+/-10%). Phase: Single Phase. Consumption: Typical 200W max power consumption. Input/Output: Line Cord. USB 2.0 (service access only). Ethernet (RJ45) for Tablet. Environmental Specifications: Operating Temperature: Min: -20C, Max: +55C. Storage Temperature: Min: -40C, Max: +70C. Relative Humidity: Up to 95%. * Ingress Rating: Standard IP54; Outdoor IP56. **
** Power and data connectors are IP67, resisting water ingress up to 6 . Specific Work to be Performed: The Evolv System, including the lanes and monitoring tablets within the Police Dispatch shall be connected to an emergency power supply (Red Plug) to ensure uninterrupted operation in the event of unforeseen power or network outages. Additionally, the contractor shall be responsible for comprehensive maintenance of the system to ensure that the WDS remains fully operational at all times. The incumbent contractor will be required to provide training to VA Police personnel on the Evolv Weapons Detection System updates and or changes as they occur quarterly. Evolv Weapons Detection System Maintenance will include maintenance, repairs and/or replacement of equipment on any associated equipment installed as a part of the Evolv Weapons Detection System or necessary equipment that is not already maintained by the facility or a department of the facility, such as conduit and power installed by Facility Management Service (FMS) at the time of the initial install of the system. All other WDS equipment and lanes will be the responsibility of the incumbent contractor. The incumbent contractor will provide proposals, to include detailed cost breakdowns on materials and labor fees, to install any new equipment, outside of the contract limitations, as requested by the Contracting Officer, or his/her designee. Vendor is required to submit an Invoice/Service Order upon the completion of each project/job. The incumbent contractor will employ no less than three (3) Evolv Certified Technicians who will self-perform all required work. Proof of Certification for each technician, authorized to work on the Evolv system, will be filed in the VA Police Records Control System (RCS) 10.1. The incumbent contractor will maintain and repair the hard-wired tablets in the VA Police Dispatch, and any/all associated equipment installed, as a part of that system. The incumbent contractor will respond for Evolv system repair requests as mandated in this SOW. Subcontracting any work, installations or otherwise, to on the established WDS system is not permitted. Incumbent contractor will maintain an office or company workspace within 50 miles of the Loma Linda VA Medical Center. The incumbent contractor s communication with Police Service will be strictly limited to the Senior Physical Security Specialist or their designee, excluding an emergency. At no time will the contractor, or their representative directly communicate with the Chief of Police or the facility Executive Leadership in reference to the WDS Maintenance Contract unless previously authorized by the Chief of Police, the COR, or their designee. While this WDS Maintenance Contract is in place, no vendor, general contractor, or sub-contractor can add to or connect any additional functional equipment to the system. This excludes changing the information side panels to reflect information specific to the facility. These visual changes to the panels will be updated by a VA Police representative. No Evolv WDS changes are authorized to be completed without the permission of the Contracting Officer, the COR, or their designee. Outside equipment can be added by another contractor or facility personnel, on a case-by-case bases, as directed by the Contracting Officer. If anything is added outside of the WDS Maintenance Contract, i.e. side panels, all equipment must be approved by the Contracting Officer, the COR, or their designee, prior to installation, to ensure the equipment is in full compliance. Contractor will have No access to VA Sensitive Information under this contract. VA Sensitive Information is not accessed or processed while performing maintenance of Evolv System Hardware or Software under this contract. Specific Requirements: Vendor agrees to provide 24/7/365 coverage under this agreement. Vendor agrees that a technician will arrive on site two (2) to four (4) hours following the receipt of an emergency call and four (4) to eight (8) working hours following receipt of a standard service call. Service calls may only be made by an authorized person in VA Police Service. The authorized person will be the Chief of Police, Senior Physical Security Specialist, COR, or their designee. It is understood; the following items and equipment are not covered under the terms of this maintenance agreement: Damage caused by misuse, abuse, accident, disaster, fire, flood, water, wind, lightning, and Acts of God. To include user error and vandalism. Also not covered by this SOW are items designed to fail, to protect the equipment, such as power and/or lightning suppressors, and lifts. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here. OSHA 29CFR Regulations, www.osha.gov VHA Infection Control Risk Assessment (ICRA) NFPA 99, www.nfpa.org Accountability for Government Property: All non-disposable property furnished by the government under this contract will remain the property of the government. Any property furnished by the government, to fulfill contracted requirements, which is lost or damaged, resulting from improper use or negligence by the contractor's employees, will be repaired or replaced at the contractor's expense, as directed by the Chief of Police and/or the COR. Performance Requirements: Initial Startup A post-award meeting will be held at a time and place designated by the CO, to be attended by the contractor, the COR, the CO, the Chief of Police, and other officials designated by the CO. The conference agenda will include, as a minimum: Performance Requirements Training Requirements and Schedules (if needed) Certification of Personnel Qualifications (if needed) Government Furnished Property and Services Contractor Furnished Property and Services Quality Assurance Infection Control: Infection control measures will be enforced for this work. An infection control permit is required prior to start of construction. Infection control of the project site is to be maintained to VA standards by all contractors, at all times, which includes, but is not limited to, the following: Negative air pressure is to be maintained in effected spaces. Pressure gauge required. HEPA filters are to be used. Temporary construction partitions must be smoke-tight. Ensure dust and debris are contained during a project and immediately cleaned from any area occupied by patients and staff. Licensing Requirements: Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. Services Not Covered: Any work other than as specified in the contract shall be identified as a non-priced task, and if determined by the Contracting Officer (CO) to be within the overall scope of the contract, work shall be added by a modification to the contract. Any work requested that is identified as outside the scope of the contract shall be addressed by the facility as a separate procurement. Contract Duration: The maintenance contract is for One (1) Base year, plus two (2) Option years. Security Requirements The C&A requirements do not apply, and Security Accreditation Package is not required. This service does not involve Contractor connection of one or more contractor-owned IT devices (such as laptop computer or remote connection from a contractor system) to a VA internal trusted (i.e., non-public network) therefore Information Technology (IT) Security certification and accreditation (authorization) (C&A) requirements do not apply per VA Handbook 6500.6. Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. Period of Performance Work Hours Work shall be scheduled between 7:00 am to 4:30 pm, Monday through Friday. Some work may be required to be scheduled after hours and on weekends to avoid adversely impacting healthcare operations. The contractor shall initiate work within 2 weeks of being contacted by the designated Contracting Officer s Point of Contact (POC) or designee. Work shall be scheduled through the POC or designee, who will coordinate with VALLHCS staff. Timelines are subject to change due to VALLHCS operational requirements. All time shall be approved in advance by the Contracting Officer s Representative (COR). Allow 5-days for approval of any alternate working hours needed. Federal 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 Juneteenth June 19 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 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. Identification, Check-in, Parking, and Smoking Regulations Identification All contractors working shall possess a government issued PIV/Non-PIV/I badge identification (whichever is authorized). The PIV/Non-PIV/I badge must always be worn above the waist and visible, at all times, while working on federal property. To be sponsored for a badge, contract personnel will be required to provide two (2) separate forms of government issued identification. At least one of the forms of government issued identification will have a picture of the individual. A list of acceptable identification documents can be provided. Obtaining a VA issued Identification badge is required by each contract person, prior to start of work on federal property. Non-badged contractors, who are not being escorted, can be escorted off property if needed. The vendor's employees shall wear visible identification at all times while on VALLHCS premises. Contractor employees shall report to VA Police upon entry to the VALLHCS facility to get a visitor badge. Contractor employees are required to be escorted by the COR or designee s office once on campus prior to commencement of work. During emergencies contractor personnel shall check in with VALLHCS Police if the VALLHCS COR or designee is not available. All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 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. Smoking Veterans Health Administration (VHA) Directive 1085, dated March 5, 2019, provides a comprehensive smoke-free policy for patients, visitors, contractors, volunteers, and vendors, at the Department of Veterans Affairs (VA), Veterans Health Administration (VHA) health care facilities. This updated VHA directive implements a smoke-free policy for patients, visitors, contractors, volunteers, and vendors at VA health care facilities, as defined in this directive, based on scientific evidence regarding the adverse health effects of secondhand and thirdhand smoke exposures. The Assistant Deputy Under Secretary for Health for Administrative Operations (10NA) and the Assistant Deputy Under Secretary for Health for Clinical Operations (10NC) are responsible for the contents of this directive. Questions may be referred to VHA Smoke Free: vhasmokefree@va.gov. This VHA directive is scheduled for recertification on or before the last working day of March 2024. This VHA directive will continue to serve as national VHA policy until it is recertified or rescinded. Weapons and Contraband Possession of weapons or contraband is prohibited and shall be subject to arrest and termination from future performance under this contract. Enclosed containers, including tool kits, shall be subject to search. Violations of VALLHCS regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Safety All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VALLHCS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Contractor Personnel Contractor s Program Manager The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Contractor s Employees 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). Contractor Qualifications & Other Responsibilities Contractor shall obtain all necessary licenses required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. The Government reserves the right to accept or reject Contractor s employee for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer. Insurance Coverage 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. The Government shall be held harmless 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. 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. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. Invoicing and Payment Overtime & Holiday Pay Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Extra pay for working weekends or nights is a matter of agreement between the employer and the employee (or the employee's representative). The FLSA does not require extra pay for weekend or night work. However, the FLSA does require that covered, nonexempt workers be paid not less than time and one-half the employee's regular rate for time worked over 40 hours in a workweek. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. Payments for leave, including sick leave or vacation time, are the sole responsibility of the contractor. Invoices Payment of services rendered under this contract shall be made in arrears upon satisfactory completion of each service and receipt of a properly prepared invoice and submitted by the Contractor to the payment address specified by Contracting. Invoices shall reference the Contract Number and Purchase Order Number, Manifest Number(s), provide a complete and accurate description of services/ supplies delivered/ rendered, including dates of performance, amounts, unit prices, extended totals and any other data relevant for payment purposes. The Government shall not authorize payment until such time that the VALLHCS COR all properly executed and signed documentation. No advance payments shall be authorized. Payment shall be made on a monthly arrears for services provided during the billing month in arrears in accordance with FAR 52.212-4, para. (i). Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract. Payment of invoices may be delayed if the appropriate invoices as specified in the contract are not completed and submitted as required. The purchase order/contract period of performance is 02/01/2026 01/31/2029. Place of Performance/Place of Delivery Address: Department of Veterans Affairs VA Loma Linda Healthcare System (VALLHCS) Jerry L. Pettis VA Medical Center (VAMC) 11201 Benton Street Loma Linda, CA Postal Code: 92357-1000 Country: UNITED STATES 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) (DEVIATION OCT 2025) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) (DEVIATION OCT 2025) 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) (DEVIATION NOV 2025) FAR 52.240-90, Security Prohibitions and Exclusions Representations and Certifications. (DEVIATION NOV 2025) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) FAR 52.217-5, Evaluation of Options. (JULY 1990) (DEVIATION NOV 2025) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services. (NOV 2023) (DEVIATION OCT 2025) FAR 52.252-2, Clauses Incorporated by Reference. (FEB 1998) FAR 52.203-6, ALT I. Restrictions on Subcontractor Sales to the Government. (NOV 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights. (NOV 2023) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017) FAR 52.204-9, Personal Identity Verification of Contractor Personnel. (JAN 2011) FAR 52.204-13, System for Award Management-Maintenance. (OCT 2018) (DEVIATION NOV 2025) FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (DEVIATION NOV 2025) FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) (DEVIATION NOV 2025) FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (OCT 2022) (DEVIATION NOV 2025) FAR 52.219-6, Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (NOV 2020) (DEVIATION NOV 2025) FAR 52.219-8, Utilization of Small Business Concerns. (JAN 2025) (DEVIATION NOV 2025) FAR 52.219-14, Limitations on Subcontracting. (OCT 2022) (DEVIATION NOV 2025) FAR 52.219-33, Nonmanufacturer Rule. (SEP 2021) (DEVIATION NOV 2025) FAR 52.222-3, Convict Labor. (JUN 2003) (DEVIATION NOV 2025) FAR 52.222-35, Equal Opportunity for Veterans. (JUN 2020) (DEVIATION NOV 2025) FAR 52.222-36, Equal Opportunity for Workers with Disabilities. (JUN 2020) (DEVIATION NOV 2025) FAR 52.222-37, Employment Reports on Veterans. (JUN 2020) (DEVIATION NOV 2025) FAR 52.222-41, Service Contract Labor Standards. (AUG 2018) (DEVIATION NOV 2025) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts). (AUG 2018) (DEVIATION NOV 2025) FAR 52.222-50, Combating Trafficking in Persons. (NOV 2021) (DEVIATION NOV 2025) FAR 52.222-54, Employment Eligibility Verification. (JAN 2025) (DEVIATION NOV 2025) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706. (JAN 2022) (DEVIATION NOV 2025) FAR 52.223-23, Sustainable Products. (MAY 2024) (DEVIATION NOV 2025) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving. (MAY 2024) 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) (DEVIATION NOV 2025) FAR 52.233-4, Applicable Law for Breach of Contract Claim. (OCT 2004) (DEVIATION NOV 2025) FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services. (JAN 2025) (DEVIATION OCT 2025) 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 Small Business Subcontracting Plan Minimum Requirements (JAN 2023) (DEVIATION) VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.239-74, Security Controls Compliance Testing (FEB 2023) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) All quoters shall submit the following: All information required by FAR 52.212-1(a) Submission of Offers. All quotes shall be sent to the Network Contracting Office (NCO) Norman.Napper-Rogers@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Procedures of FAR Section 12.203. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The following are the decision factors: Price, and past performance, with price more important. Past performance will be based on CPARS and FAPIIS ratings. No rating in CPARS is equal to a neutral rating. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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 exceptions and rationale for the exceptions, if any. Final submission of your response shall be received in writing not later than 01/14/2026, 10:00 MST at Norman.Napper-Rogers@va.gov only. Subject line should include RESPONSE TO RFQ 36C26226Q0245. Submissions shall include your quote using the attached schedule as well as a capabilities statement with qualifications proving all certifications and education required for the work being conducted in the SOW, as this is highly scientific and regulated. Submissions not meeting all requirements of the SOW will be considered ineligible for award. Quotes should be based on the information provided as no discussions will be allowed. This solicitation is being made under FAR 12.201-1 Simplified Procedures. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(c). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Phone calls with questions will not be accepted. Point of Contact Norman Napper-Rogers, Contracting Officer, Norman.Napper-Rogers@va.gov.
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 561621 (last 12 months), benchmarked to sector 56.