This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in
Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and
Solicitation for Commercial Items, as supplemented with additional information included in this notice.
This announcement constitutes 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 Federal Acquisition Circular 2023-01.
This solicitation is set aside for Small Businesses (SDVOSB).
The associated North American Industrial Classification System (NAICS) code for this procurement is
314120, with a small business-size standard of 750 employees.
The FSC/PSC is 6532.
Network Contracting Office (NCO) 9 on behalf of VA Tennessee Valley Healthcare System is seeking to
purchase brand name or equal Disposable Curtains.
All interested companies shall provide quotations for the following:
Delivery and shall be completed no later than May 31, 2026.
FOB: Destination
Place of Performance/Place of Delivery
Address: Chattanooga CBOC VA and Pointe Centre Health Care system
6401 Shallowford RD
Chattanooga, TN 37421
Country: UNITED STATES
The full text of FAR provisions or clauses may be accessed electronically at
http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, Instructions to Offerors Commercial Items
2. FAR 52.212-3, Offerors Representations and Certifications Commercial Items
Offerors must complete annual representations and certifications electronically via the System for Award
Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3,
Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is
applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders
JAN 2021.
All quoters shall submit the following items. Non-compliance with the items below with this requirement
may result in disqualification of the quote.
a. Only one quote. Quote shall be on offeror s company letterhead, in PDF format and emailed to
daymeion.brantley@va.gov NLT 04/24/2026 at 10:00 AM CST. The solicitation number,
36C24926Q0195 Disposable Curtains must be referenced in the subject line.
b. Product information brochure with specifications and user manual shall accompany quote.
c. Offeror must submit certification that equipment meets/exceeds the salient characteristics of the desired
brand above.
d. Quote must reflect anticipated delivery date.
e. Letters of Authorization (LOA) shall be included with offer.
f. Proof of SBVOSB/SB status must be included with offer.
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified
Acquisition Procedures of FAR 13. Comparative evaluation is the side-by-side comparison of quotes
based on factors resulting in a Contracting Officer decision for the quote most favorable to the
Government.
The following are the decision factors:
(1) Price
The award will be made as the response most advantageous to the Government.
Responses shall contain your best terms and conditions.
52.211-6 BRAND NAME OR EQUAL (AUG 1999)
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects
the characteristics and level of quality that will satisfy the Government's needs. The salient physical,
"equal" products must meet are specified in the solicitation.
(b) To be considered for awards, offers of "equal" products, including "equal" products of the brand name
manufacturer, must
(1) Meet the salient physical characteristic specified in this solicitation.
(2) Clearly identify the item by
(i) Brand name, if any; and
(ii) Make or model number.
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously
furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the
solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c) The Contracting Officer will evaluate "equal" products based on information furnished by the offeror
or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is
not responsible for locating or obtaining any information not identified in the offer.
Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the
offeror shall provide the brand name product referenced in the solicitation.
(End of Provision)
52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JUN 2020)
(a) North American Industry Classification System (NAICS) code and small business size standard. The
NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the
solicitation. However, the small business size standard for a concern which submits an offer in its own
name, but which proposes to furnish an item which it did not manufacture itself, is 500 employees.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or
before the exact time specified in this solicitation. Offers may be submitted on SF 1449, letterhead
stationery, or as otherwise specified in the solicitation. As a minimum, offers must show
(1) The solicitation number.
(2) The time specified in the solicitation for receipt of offers.
(3) The name, address, and telephone number of the offeror.
(4) A technical description of the items offered in sufficient detail to evaluate compliance with the
requirements in the solicitation. This may include product literature, or other documents, if necessary.
(5) Terms of any express warranty.
(6) Price and any discount terms.
(7) "Remit to" address, if different than mailing address.
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for
those representations and certifications that the offeror shall complete electronically).
(9) Acknowledgment of Solicitation Amendments.
(10) Past performance information, when included as an evaluation factor, to include recent and relevant
contracts for the same or similar items and other references (including contract numbers, points of contact
with telephone numbers and other relevant information); and
(11) If the offer is not submitted on SF 1449, include a statement specifying the extent of agreement with
all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required
representations or information or reject the terms and conditions of the solicitation may be excluded from
consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar
days from the date specified for receipt of offers, unless another period is specified in an addendum to the
solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to
the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall
be submitted at no expense to the Government, and returned at the sender's request and expense, unless
they are destroyed during pre-award testing.
(e) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, to
reach the Government office designated in the solicitation by the time specified in the solicitation. If no
time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated
Government office on the date that offers or revisions are due.
(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office
designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be
considered unless it is received before award is made, the Contracting Officer determines that accepting
the late offer would not unduly delay the acquisition; and
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was
received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working
day prior to the date specified for receipt of offers: or
(B) There is acceptable evidence to establish that it was received at the Government installation
designated for receipt of offers and was under the Government's control prior to the time set for receipt of
offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) 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) Acceptable evidence to establish the time of receipt at the Government installation includes the
time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt
maintained by the installation, or oral testimony or statements of Government personnel.
(4) 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 workday on which normal Government
processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of
offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes
facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for
receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An
offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time
set for receipt of offers, the identity of the person requesting withdrawal is established and the person
signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and
award a contract without discussions with offerors. Therefore, the offeror's initial offer shall contain the
offeror's best terms from a price and technical standpoint. However, the Government reserves the right to
conduct discussions if later determined by the Contracting Officer to be 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.
(h) Multiple awards. The Government may accept any item or group of items of offer, unless the
offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may
not be submitted for quantities less than those specified. The Government reserves the right to make an
award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the
offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR
Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this
solicitation may be obtained for a fee by submitting a request to
GSA Federal Supply Service Specifications Section
Suite 8100 470 East L'Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs
issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited
in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph
(i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following
ASSIST websites:
(i) ASSIST (https://assist.dla.mil/online/start/).
(ii) Quick Search (http://quicksearch.dla.mil/).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock
Point (DoDSSP) by?
(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm).
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii)
Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094,
Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their
preparation, publication, or maintenance.
(j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold and offers at or
below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the
System for Award Management (SAM).) The Offeror shall enter the block with its name and address
on the cover page of its offer, the annotation Unique Entity Identifier followed by the unique entity
identifier that identifies the Offeror s name and address. The Offeror also shall enter its Electronic Funds
Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity
identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for
identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not
have a unique entity identifier, it shall contact the entity designated at www.sam.gov for unique entity
identifier establishment directly to obtain one. The Offeror shall indicate that it is an offeror for a
Government contract when contacting the entity designated at www.sam.gov for establishing the unique
entity identifier.
(k) [Reserved]
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose
the following information, if applicable:
(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.
(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and
past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source
selection.
(4) A summary of the rationale for award.
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the
successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities
were followed by the agency.
52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES
(a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose
quotation conforming to the solicitation will be most advantageous to the Government, price and other
factors considered.
(b) The following factors shall be used to evaluate quotations:
(1) Price
(c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation
process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine
which provides the best benefit to the Government. The Government reserves the right to consider a
quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum
requirements of the solicitation. The Government reserves the right to select a quotation that provides
benefit to the Government that exceeds the minimum requirements of the solicitation but is not required
to do so. Each response must meet the minimum requirements of the solicitation. The Government is not
requesting or accepting alternate quotations. The evaluation will consider the following:
(1) Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed
the Government s requirements as outlined salient characteristics selection in the solicitation.
(2) Price: The Government will evaluate the price by adding the total of all line-item prices. The Total
Evaluated Price will be that sum.
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(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than 10:00 AM CST on 04/24/2026 at
daymeion.brantley@va.gov.
Solicitation number, 36C24926Q0195 Disposable Curtains must be referenced in the subject line
and on the cover page of the quote. Non-compliance with this requirement may result in disqualification
of the quote.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Point
of Contact listed below.
The following subparagraphs of FAR 52.212-5 are applicable:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which
are incorporated in this contract by reference, to implement provisions of law or Executive orders
applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN
2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations
Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as
extended in continuing resolutions).
(2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided
by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91).
(3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance
Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115 232).
(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78
(19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer
has indicated as being incorporated in this contract by reference to implement provisions of law or
Executive orders applicable to acquisitions of commercial items:
[] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct
1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
[] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub.
L. 109 282) (31 U.S.C. 6101 note).
[] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note).
[X] (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)).
[] (ii) Alternate I (MAR 2020) of 52.219-28.
[] (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
[] (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
[x] (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
[] (ii) Alternate I (JULY 2014) of 52.222-35.
[] (32)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
[] (33) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
[] (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
(E.O. 13496).
[] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
[X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
[X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and
statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
[X] (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018)
(31 U.S.C. 3332).
[] (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
[] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41
U.S.C. chapter 67).
[] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment
(Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
[] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
[] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF
COMMERCIAL ITEMS (APR 2020)
(a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference
to implement agency policy applicable to acquisition of commercial items or components. The following
provisions and clauses that have been checked by the Contracting Officer are incorporated by reference.
[X] 852.203 70, Commercial Advertising.
[]852.209 70, Organizational Conflicts of Interest.
[x] 852.211 70, Equipment Operation and Maintenance Manuals.
[] 852.214 71, Restrictions on Alternate Item(s).
[] 852.214 72, Alternate Item(s). [Note: this is a fillable clause.]
[] 852.214 73, Alternate Packaging and Packing.
[] 852.214 74, Marking of Bid Samples.
[x] 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation
Factors.
[] 852.215 71, Evaluation Factor Commitments.
[] 852.216 71, Economic Price Adjustment of Contract Price(s) Based on a Price Index.
[] 852.216 72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index.
[] 852.216 73, Economic Price Adjustment State Nursing Home Care for Veterans.
[] 852.216 74, Economic Price Adjustment Medicaid Labor Rates.
[] 852.216 75, Economic Price Adjustment Fuel Surcharge.
[] 852.219 9, VA Small Business Subcontracting Plan Minimum Requirements.
[X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
[] 852.219 11, VA Notice of Total Veteran-Owned Small Business Set-Aside.
[] 852.222 70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans.
[] 852.228 70, Bond Premium Adjustment.
[] 852.228 71, Indemnification and Insurance.
[] 852.228 72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in
Obtaining Bonds.
[X] 852.232 72, Electronic Submission of Payment Requests.
[X] 852.233 70, Protest Content/Alternative Dispute Resolution.
[X] 852.233 71, Alternate Protest Procedure.
[] 852.237 70, Indemnification and Medical Liability Insurance.
[X] 852.246 71, Rejected Goods.
[] 852.246 72, Frozen Processed Foods.
[] 852.246 73, Noncompliance with Packaging, Packing, and/or Marking Requirements.
[] 852.270 1, Representatives of Contracting Officers.
[] 852.271 72, Time Spent by Counselee in Counseling Process.
[] 852.271 73, Use and Publication of Counseling Results.
[] 852.271 74, Inspection.
[] 852.271 75, Extension of Contract Period.
[x] 852.273 70, Late Offers.
[] 852.273 71, Alternative Negotiation Techniques.
[] 852.273 72, Alternative Evaluation.
[] 852.273 73, Evaluation Health-Care Resources.
[] 852.273 74, Award without Exchanges.
(b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to
beneficiaries must include the following clause:
[] 852.237 74, Nondiscrimination in Service Delivery.
(End of Clause)
VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND
COMPLIANCE (JUL 2018)
(a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned
Small Business Set-Aside.
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting
requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as
applicable. The Contractor is advised that in performing contract administration functions, the
Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing
the Contractor's compliance with the limitations on subcontracting or percentage of work performance
requirements specified in the clause. To that end, the support contractor(s) may require access to
Contractor's offices where the Contractor's business records, or other proprietary data are retained and to
review such business records regarding the Contractor's compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an
Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure
the Contractor's business records or other proprietary data reviewed or obtained while assisting
the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or
data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing
compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support
contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as
required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is
required to cooperate fully and make available any records as may be required to enable the Contracting
Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work
performance requirement.
(End of Clause)
The following clauses are hereby incorporated by reference (by Citation Number, Title, and Date) in
accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE"
contained in this document. See FAR 52.252-2 for an internet address (if specified) for electronic access
to the full text of a clause.
Point of Contact
Any questions or concerns regarding this solicitation shall be sent in writing only via email addressed to
daymeion.brantley@va.gov subject line: 36C24926Q0195 Disposable Curtains. Questions shall be
submitted NO LATER THAN 04/22/2026 @ 10:00 AM CST.
_____________________________________________________________________________________
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
165.00
EA
__________________
__________________
CHATTANOOGA CBOC Rapid Refresh Rod Set (10/rods) - 24.5 ICP-24.5
PRINCIPAL NAICS CODE: 314120 - Curtain and Linen Mills
PRODUCT/SERVICE CODE: 6532 - Hospital and Surgical Clothing and Related Special Purpose Items
MANUFACTURER PART NUMBER (MPN): ICP-24.5
0002
17.00
EA
__________________
__________________
CHATT. CBOC RAPID REFRESH PRIVACY CURTAIN-MEADOW ICP-6100M
PRINCIPAL NAICS CODE: 314120 - Curtain and Linen Mills
PRODUCT/SERVICE CODE: 6532 - Hospital and Surgical Clothing and Related Special Purpose Items
MANUFACTURER PART NUMBER (MPN): ICP-6100M
0003
1.00
JB
__________________
__________________
CHATT CBOC. INSTALLATION FOR CUBICAL CURTAIN TRACKS AND (OR) RR CURTAIN ICP-5100 INSTALL
PRINCIPAL NAICS CODE: 314120 - Curtain and Linen Mills
PRODUCT/SERVICE CODE: 6532 - Hospital and Surgical Clothing and Related Special Purpose Items
MANUFACTURER PART NUMBER (MPN): ICP-5100
0004
35.00
EA
__________________
__________________
ICP-21.5 RAPID REFRESH ROD SET (10/RODS)
PRINCIPAL NAICS CODE: 314120 - Curtain and Linen Mills
PRODUCT/SERVICE CODE: 6532 - Hospital and Surgical Clothing and Related Special Purpose Items
MANUFACTURER PART NUMBER (MPN): ICP-21.5
0005
5.00
EA
__________________
__________________
ICP-6100M Rapid Refresh Privacy Curtain - Meadow CASE10
PRINCIPAL NAICS CODE: 314120 - Curtain and Linen Mills
PRODUCT/SERVICE CODE: 6532 - Hospital and Surgical Clothing and Related Special Purpose Items
MANUFACTURER PART NUMBER (MPN): ICP-6100M
0006
1.00
EA
__________________
__________________
ICP-5100 INSTALL INSTALLATION FOR CUBICAL CURTAIN TRACKS AND (OR) RR CURTAIN
PRINCIPAL NAICS CODE: 314120 - Curtain and Linen Mills
PRODUCT/SERVICE CODE: 6532 - Hospital and Surgical Clothing and Related Special Purpose Items
MANUFACTURER PART NUMBER (MPN): ICP-5100
GRAND TOTAL
__________________
PERIOD OF PERFORMANCE
Delivery is required by May 31, 2026.
Delivery or Deliverables
Work at the government site shall not take place on Federal holidays or weekends unless directed by the
Contracting Officer (CO). The exception to this is in the case of medical necessity, as determined by the
Chief of Pharmacy or delegated Pharmacy staff.
The eleven federal holidays observed by the Federal Government are: New Year s Day; Martin Luther
King, Jr. s Birthday; Washington s Birthday; Memorial Day; Juneteenth; Independence Day; Labor Day;
Columbus Day; Veterans Day; Thanksgiving Day; Christmas Day, and any other day specifically
declared by the President of the United States to be a federal holiday.
Special Considerations
The contractor shall not be entitled to an invoice payment for work unless the equipment is installed,
confirmed working with limited connection issues and training has been completed. Upon completion
of installation of equipment one good faith payment shall be received.
Contractor Responsibility
All information and data related to this project that the contractor gathers or obtains shall be both
protected from unauthorized release and considered the property of the government. The contracting
officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables,
the final deliverables, or any other written or printed materials pertaining to this contract. Press releases,
marketing material, or any other printed or electronic documentation related to this project, must not be
publicized without the written approval of the contracting officer.
The Contractor shall not create or maintain any records containing any non-public VHA information that
are not specifically tied to or authorized by the contract.
The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains
information covered by the Privacy Act of 1974 or that which is generally protected from public
disclosure by an exemption to the Freedom of Information Act.
Records
This clause applies to all Contractors whose employees create, work with, or otherwise handle Federal
records, regardless of the medium in which the record exists.
A Federal record as defined in 44 U.S.C. § 3301, includes all recorded information, regardless of form
or characteristics, made or received by a Federal agency under Federal law or in connection with the
transaction of public business and preserved or appropriate for preservation by that agency or its
legitimate successor as evidence of the organization, functions, policies,
decisions, procedures, operations, or other activities of the United States Government or because of the
informational value of data in them.
The term Federal record:
1. includes VA Tennessee Valley Healthcare System records.
2. does not include personal materials.
3. applies to records created, received, or maintained by Contractors pursuant to their VHA contract.
4. may include deliverables and documentation associated with deliverables.
Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the
same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel
regarding information and information system security. Contractor shall comply with all applicable
records management laws and regulations, as well as National Archives and Records Administration
(NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31,
33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the
safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the
preservation of all records, regardless of form or characteristics, mode of transmission, or state of
completion.
In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling
under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C.
chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the
Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition
only as permitted by statute or regulation.
In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or
created while performing the contract and/or delivered to, or under the legal control of the Government
and must be managed in accordance with Federal law. Electronic records and associated metadata must be
accompanied by sufficient technical documentation to permit understanding and use of the records and
data.
VA Tennessee Valley Healthcare System and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of VA Tennessee Valley Healthcare System or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the
Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject
to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal,
defacing, altering, or destruction of records, Contractor must report to VA Tennessee Valley Healthcare System. The agency must report promptly to NARA in accordance with 36 CFR 1230.
The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any
inadvertent or unauthorized disclosures of information, data, documentary materials, records
or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to know as described in the contract. The Contractor shall ensure that the appropriate personnel,
administrative, technical, and physical safeguards are established to ensure security and
confidentiality of this information, data, documentary material, records and/or equipment are properly
protected. The Contractor shall not remove material from Government facilities or systems, or facilities or
systems operated or maintained on the Government s behalf, without the express written permission of
the Head of the Contracting Activity. When information, data, documentary material, records and/or
equipment is no longer required, it shall be returned to VHA control, or the Contractor must hold it until
otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely
electronically transmitted to the Contracting Officer or address prescribed in the contract vehicle.
Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4).
The VA Tennessee Valley Healthcare System owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which VHA
shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be
in the public interest. Any Contractor rights in the data or deliverables must be identified as required by
FAR 52.227-11 through FAR 52.227-20.
The Contractor shall incorporate the substance of this clause, its terms and requirements including this
paragraph, in all subcontracts under this contract, and require written subcontractor acknowledgment of
same.
The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any
contractual relationship (sub-contractor) in support of this contract requiring the disclosure of
information, documentary material and/or records generated under, or relating to, contracts. The
Contractor (and any sub-contractor) is required to abide by Government and VA Tennessee Valley Healthcare System guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information.
Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor.
Disposable Curtains
Salient Characteristics
The disposable curtains must be available in the Rapid Refresh pattern and color Fall. The curtains need to come to standard with the Time Strip Time Monitoring System. The units must snap together.
In addition, the privacy curtain installation kit needs to have the patented release mechanism to allow curtains to be changed in seconds and without the need for special tools or a ladder. Height of installation kit must be 24.5 to accommodate the 9 -0 ceiling height.