Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
This Solicitation number 36C24426Q0514 is being issued as a Request for Quote (RFQ). The Government anticipates awarding one Purchase Order resulting from this solicitation.
This acquisition is set-aside as 100% to service-disabled veteran owned small business (SDVOSB). Any SDVOSB responding to this solicitation must complete, sign, and return the full VAAR clause at 852.219-75 in order to be considered for evaluation and award.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at: http://www.sam.gov . Confirmation of SAM registration will be validated prior to awarding a contract.
The Veterans Integrated Service Network 04 (VISN4) has a new requirement at Wilmington VA Medical Center for Re-key Services as listed in the Performance Work Statement (PWS), Attachment A. Â
The Contractor shall provide all necessary licenses, certifications, training, and requirements cited in the PWS. All work is to be performed in accordance with applicable federal, state, and local regulations or ordinances.
All interested offerors shall provide a quotation for the following: Pricing Schedule, Attachment B. Place of Performance: Wilmington VA Medical Center
VISN-04 intends to enter into a Purchase Order anticipated to begin: 06/13/2026-12/13/2026.
Contracting Office Address:
Department of Veterans Affairs
Regional Procurement Office East
Network Contracting Office 4 (NCO 4)
Lebanon VA Medical Center
1700 South Lincoln Avenue Lebanon, PA 17042
Contracting Specialist: Britni Greenleaf
Email: Britni.Greenleaf@va.gov
52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services
52.252-2 Clauses Incorporated By Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/far-overhaul
http://www.va.gov/oal/library/vaar/
(End of Clause)
FAR Number
Title
Date
52.203-3
52.203-12
52.203-17
GRATUITIES
LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS
CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS
APR 1984
JUN 2020
NOV 2023
52.204-9
52.204-10
52.204-13
52.204-19
52.219-8
52.219-14
52.219-28
52.222-3
52.222-35
52.222-36
52.222-37
52.222-40
52.222-41
PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL
REPORTING EXECUTIVE COMPENSATION AND FIRST-TEIR SUBCONTRACT AWARDS
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS
UTILIZATION OF SMALL BUSINESS CONCERNS
LIMITATIONS ON SUBCONTRACTING
POSTAWARD SMALL BUSINESS SMALL BUSINESS PROGRAM REREPRESENTATION
CONVICT LABOR
EQUAL OPPORTUNITY FOR VETERANS
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
EMPLOYMENT REPORTS ON VETERANS
NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS
SERVICE LABOR CONTRACT STANDARDS
JAN 2011
JUN 2020
OCT 2018
DEC 2014
JAN 2025
OCT 2022
JAN 2025
JUN 2003
JUN 2020
JUN 2020
JUN 2020
DEC 2010
AUG 2018
52.222-50
52.222-54
52.222-90
52.228-5
52.226-8
COMBATING TRAFFICKING IN PERSONS
EMPLOYMENT ELIGIBILITY VERIFICATION
ADDRESSING DEI DISCRIMINATION BY FEDERAL CONTRACTORS
INSURANCE-WORK ON A GOVERNMENT INSTALLATION
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING
NOV 2021
JAN 2025
APR 2026
JAN 1997
MAY 2024
52.232-23
52.232-39
52.232-40
52.233-1
52.233-3
52.233-4
52.240-91
852.237-74
ASSIGNMENT OF CLAIMS
UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DISPUTES
PROTEST AFTER AWARD
APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM
SECURITY PROHIBITIONS AND EXCLUSTIONS REPRESENTATIONS AND CERTIFICATIONS
NON-DISCRIMINATION IN SERVICES DELIVERY
MAY 2014
JUN 2013
MAR 2023
MAY 2014
AUG 1996
OCT 2004
NOV 2025
OCT 2019
VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018)
VAAR 852.204-70 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (MAR 2026)
VAAR 852.204-72 PERSONNEL VETTING AND CREDENTIALING (MAR 2026)
As prescribed in 804.1303, insert the following clause:
Definitions. As used in this clause
VA Information system is the same as information system and means, pursuant to 38 U.S.C. 5727, a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information whether automated or manual.
VA sensitive information means all VA data, on any storage media or in any form or format, which requires protection due to the risk of harm that could result from inadvertent or deliberate disclosure, alteration, or destruction of the information and includes sensitive personal information. The term includes information where improper use or disclosure could adversely affect the ability of VA to accomplish its mission, proprietary information, records about individuals requiring protection under various confidentiality provisions such as the Privacy Act and the HIPAA Privacy Rule, and information that can be withheld under the Freedom of Information Act. Examples of VA sensitive information include the following: individually-identifiable medical, benefits, and personnel information; financial, budgetary, research, quality assurance, confidential commercial, critical infrastructure, investigatory, and law enforcement information; information that is confidential and privileged in litigation such as information protected by the deliberative process privilege, attorney work-product privilege, and the attorney-client privilege; and other information which, if released, could result in violation of law or harm or unfairness to any individual or group, or could adversely affect the national interest or the conduct of Federal programs.
General. Contractor personnel assigned to work for or on behalf of VA must undergo a background investigation commensurate with the risk and sensitivity level designation associated with the work to be performed at the level indicated in the contract. The Contractor and subcontractors shall comply with VA Directive/Handbook 0710, Personnel Security and Suitability Program, which can be accessed at: https://vaww.va.gov/vapubs/index.cfm
Risk and Sensitivity Levels. The following table identifies the risk and sensitivity levels that apply to any personnel providing services under this contract.
*VA Administrations, organizations and staff offices will use the OPM Position Designation Tool.
Positions/Tasks Designated as Non-Sensitive Positions - Tier 1/Low Risk
Rekey Services Nonsensitive, Tier 1/Low Risk
Security clearances are granted to individuals with a specific requirement for access to classified material (for example, Confidential, Secret and Top Secret). Contractor personnel that are required to obtain a security clearance will be subject to a Tier 3 or Tier 5 investigation. The following sensitivity designations have been assigned for the identified Tier 3 and Tier 5 required by this contract:
Tier 3: Not Applicable
Tier 5: Not Applicable
(d) Fitness. The results from a background investigation are used to determine if an individual s fitness is sufficient for that individual to perform work for or on behalf of VA in the position identified in this contract. Contractor fitness determinations are made in accordance with 5 CFR Part 731.202.
Fitness requirements for employment are separate and distinct from job qualifications. If a Contractor or subcontractor employee is found to be unsuitable or unfit to provide services under this contract, the Contractor shall immediately remove the employee from working on this contract and take those necessary steps that restrict the employee s logical access to VA data, information, VA sensitive information, or information technology or VA information systems containing such data or information.
The Contractor shall advise the employee that they are not permitted to access any VA controlled building or real property in relation to this contract.
The removal of an unfit Contractor or subcontractor employee does not alleviate the Contractor from satisfying the requirements of this contract. The Government will not reimburse the Contractor for any costs associated with the recruitment/replacement of an employee or subcontractor employee who is found to be unfit.
(e) Identification Cards. The Government will provide a Personal Identification Verification (PIV) card or other identification card, as necessary, to fit Contractor personnel who require physical access to VA facilities and/or logical access to VA data, information, VA sensitive information, or information technology or VA information systems containing such data or information. Contractor and subcontractor personnel shall prominently display their PIV/identification card on their persons while working at a VA facility and shall present their PIV/identification card for inspection upon request by a VA official. The Contractor must surrender the employee or subcontractor employee s PIV/identification card in accordance with the requirements set forth in Directive/Handbook 0735 when any of the following events occur:
When no longer needed for contract performance.
Upon completion of the Contractor/subcontractor employee s employment.
Upon contract completion or termination.
Lost/stolen. Immediately upon detection, the Contractor shall report a lost or stolen PIV/identification card to the Government authorities as identified in Directive/Handbook 0735. Within 48 hours of reporting the lost/stolen PIV/identification card, the Contractor shall submit to the Program Manager an incident report that describes the relevant facts and circumstances regarding the loss/theft. If the loss/theft was reported by the Contractor to the local police, the Contractor shall further submit a copy of the final police report to the Program Manager within 48 hours of the report being made available by the local police department. The Government will not reimburse the Contractor for any costs that result from lost/stolen PIV/identification card(s).
Regular Reporting. The Contractor shall submit a status report to PIV
Sponsor within 5 working days after the end of each calendar quarter and as requested by the Government in order to initiate contract closeout procedures. The report must provide the status of each contractor/subcontractor employee who is required to have a PIV/identification card during the performance of the contract. The report shall identify the Contractor and the contract number, and list the following status for each contractor/subcontractor employee who holds a PIV/identification card under this contract:
1. Contractor/subcontractor employee name..
Name of VA facility where Contractor/subcontractor employee works, if applicable.
Date background check submitted for Contractor/subcontractor employee.
Date PIV/identification card issued to Contractor/subcontractor employee.
Contractor/subcontractor employee s PIV/identification card number, as applicable.
Date Contractor/subcontractor employee no longer has need for PIV/identification card.
Date Contractor notified VA that PIV/identification card is no longer required.
Date Contractor returned PIV/identification card was returned to VA.
(h) Flow down of clause. The Contractor shall include the substance of this clause in subcontracts, third-party agreements, and BAA s, in which subcontractors,
third-party servicers/employees, and business associates will perform functions where they will have physical access to a VA facility or logical access to VA data, information, VA sensitive information, or information technology or VA information system containing such data or information.
(End of clause)]
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)
VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR VERIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (JAN 2023)
VAAR 852.237-75 KEY PERSONNEL (OCT 2019)
VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020)
52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/far-overhaul
http://www.va.gov/oal/library/vaar/
(End of Provision)
FAR Number
Title
Date
52.203-11
52.204-7
CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS
SYSTEM FOR AWARD MANAGEMENT
SEPT 2024
NOV 2024
52.229-11
52.240-90
852.209-70
852.233-70
852.233-71
852.273-70
852.273-74
REPORTING TAX ON CERTAIN FOREIGN PROCUREMENTS NOTICE AND REPRESENTATION
SECURITY PROHIBITIONS AND EXCLUSIONS REPRESENTATIONS AND CERTIFICATIONS
ORGANIZATIONAL CONFLICTS OF INTEREST
PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION
ALTERNATE PROTEST PROCEDURE
LATE OFFERS
AWARD WITHOUT EXCHANGES
JUN 2020
NOV 2025
OCT 2020
SEP 2018
SEP 2018
NOV 2021
NOV 2021
52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)
In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor ( 29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332.
This Statement is for Information Only: It is not a Wage Determination
Employee Class: 4804 Locksmith, WG 9
852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (Jan 2023)
(a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.]
(i) [ X ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.
(ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(iii) [ ] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(2)The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States.The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating 18 U.S.C. 1001.
(b)The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c)The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d)Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification:
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee:________________________________________
Printed Title of Signee:_________________________________________
Signature:___________________________________________________
Date:_____________________
Company Name and Address:______________________________________
________________________________________________________________
(End of clause)
Addendum To Far 52.212-1 Instructions To Offerors-Commercial Products And Commercial Services:
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Quotes in response to this RFQ are due on 10:00 AM (EST), Wednesday, May 20. Quotes shall be submitted in writing and sent via email to Contracting Specialist Britni Greenleaf: Britni.Greenleaf@va.gov. Please insert Solicitation Number 36C24426Q0514 Wilmington Re-Key Services in the subject line of your email. All submissions shall be 5MB or less. If the email is more than 5MB, submit multiple emails labeling them 1 of XX, 2 of XX, etc. 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 email to the Contracting Specialist by 10:00 AM EST, Wednesday, May 13. Questions will not be accepted after Wednesday, May 13. Responses to the Offeror s question(s) will be posted via an amendment on SAM.gov/ Contract Opportunities via: http://www.sam.gov.
Failure to follow all instructions may result in Offeror(s) being determined as ineligible for evaluation and award. All proposals shall be valid 60 days from the quote response date.
Offeror(s)s are cautioned to be responsive to all requirements in the PWS and to provide sufficient information to allow for evaluation of the quotes.
Offeror s are required to submit the following:
Attachment B: Price Schedule: Please complete price information in the last two columns of Attachment B and return with your quote.
To facilitate the award process, all quotes shall 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:"
And a statement to acknowledge amendments, if applicable.
Cover Letter. Offeror(s)s shall submit a cover letter identifying their Company name, contact information, CAGE Code, SAM Unique Entity ID (UEI) number of the prime and any teaming partner/subcontractor.
Offeror(s)s shall submit a Technical Capability which shall address the following at a minimum:
Key Personnel
The Offeror shall submit a comprehensive staffing plan identifying all personnel proposed for this contract. The plan must include individual s relevant experience, educational background, certifications, areas of specialty, and the following mandatory qualifications:
BEST A2 Interchangeable Core (IC) System Expertise
The Offeror must provide personnel who are fully trained and experienced in the installation, maintenance, and reconfiguration of BEST A2 IC systems.
Large-Scale Core Replacement Capability
The Offeror must demonstrate the ability to perform full BEST A2 core replacement across all designated VA facilities.
Professional Key Cutting, Testing, and Secure Distribution
Secure Handling and Disposal
The Offeror must provide strict chain-of-custody procedures for all sensitive locking components.
Multi-Facility Assessment and Verification
The Offeror must provide all information necessary to perform a complete and accurate assessment of lock hardware across all specified locations.
Lock Management Database Update Capability
The Offeror must update the VA s lock management database to reflect all new core assignments, keying levels, and door mappings. The Offeror shall demonstrate the capability to provide a complete, fully functional backup of the updated system upon project completion.
Compliance with Applicable Standards and Regulations
The Offeror must provide documentation demonstrating compliance with all applicable federal, VA, environmental, and occupational safety requirements, including but not limited to:
VA security policies and VA Police directives
OSHA standards (29 CFR 1910 and 1926)
Environmental and safety regulations, including 40 CFR and applicable Delaware Title 7 and Title 16 requirements
Contractor-Furnished Equipment and Materials Inventory
The Offeror must provide an inventory of all personnel, tools, equipment, materials, vehicles, and supplies necessary to perform all required tasks.
Hours of Performance and Emergency Response Capability Plan
The Offeror shall conduct all project work during VA authorized hours (8:00 PM 4:30 AM, Monday through Friday). The Offeror shall provide an emergency response plan that includes 24/7 emergency locksmith support upon request.
Review and complete the full VAAR Clause at 852.219-75 - VA Notice of Limitations on Subcontracting
ADDENDUM TO FAR 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
The following are factors used in the comparative evaluation of quotes:
The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Comparative evaluation will be conducted in accordance with RFO 12.203. The following factors shall be used to evaluate offers:
1. Price - The government reserves the right to award to an Offeror with other than the lowest price. The award will be made to the Offeror whose quote represents the best overall value to the government.
2. Technical Capability - The Offeror clearly demonstrates in its response an understanding of all the Government s requirements based on how well the proposed services meet the Government s requirement. Additionally, the Offeror displays an effective approach for the completion of service in accordance with the PWS and based on the information requested in the instructions to offerors section of the solicitation.
3. Past Performance The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.
FAR 52.212-2 (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Offeror(s) within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Additional information pertaining to Comparative Evaluation is below:
What Comparative Evaluation is:
It is the direct comparison of one quotation/offer with another in a uniform and fair manner to determine which quote/offer provides the Government what it needs, where and when, as identified in the RFQ
It is an assessment of which response is the best as a whole
Once one quotation/offer is found acceptable, it is compared side by side to the remaining ones, and the best one is chosen
What Comparative Evaluation is not:
It does not individually evaluate quote/offers against specified evaluation factors
It does not assign a rating using a color, numerical, or other rating methodology
Although the process is not prohibited, it does not require additional evaluation to determine if minimal advantage is worth a minimal or normal price difference
It is not a low price technically acceptable (LPTA) or trade-off process
CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSÂ
Â
See attached document: Attachment A Performance Work Statement & Quality Assurance Surveillance Plan (QASP)
See attached document: Attachment B Price Schedule
See attached document: Attachment C Wage Determination
Point of Contact
Britni Greenleaf
Department of Veterans Affairs
Regional Procurement Office East
Network Contracting Office 4 (NCO 4)
Britni.Greenleaf@va.gov