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. Solicitation number 36C24226Q0340 is issued as a request for quotation (RFQ) for a Physical Access Control System (PACS) and the Intrusion Detection Systems (IDS). This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2026-01, effective date of 03/13/2026.
This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
The associated North American Industrial Classification System (NAICS) code for this procurement is 334290, with a small business size standard of 800 employees.
The FSC/PSC is 6350.
All interested parties shall provide quotations for the following:
Statement of Work
1. Background
a. The Physical Access Control System (PACS) and the Intrusion Detection Systems (IDS) at both the Montrose and Castle Point Veterans Administration Medical Centers (VAMCs) are past their end-of-life cycles. While the systems are still partially operational, the PACS system server has failed, and the IDS components are no longer supported by the manufacturer. In the current state, the VAMCs physical security operation is vulnerable, and further systems deterioration is inevitable.
b. The VAMC's Electronics, Engineering and Police leaders have collaborated on a strategy to replace the PACS and IDS systems in a multi-year, phased approach while maintaining the VAMC health care security operations. The strategy aims to integrate the Hudson Valley Health Care security systems to work together efficiently, to leverage data analytics, and to bolster access control and intrusion capabilities. The strategy is also forward thinking to ensure the PACS will integrate with future video surveillance system (VSS) upgrades.
2. Physical Access Control System
a. Contractor will provide for installation of all Software House iStar G2 Controllers.
b. Customer to provide direct connected power to new controllers, and server location.
c. Contractor to provide Network Connections from the G2 Controllers to the network switch for server for connectivity. Contractor to provide cable and install access control readers as shown on plans.
d. Access control doors will include a card reader, request to exit, contact and a connection to electric locking hardware.
i. Complete all panel and field terminations. Contractor will clearly mark all cables and panels in accordance with the attached Site Drawings.
ii. Contractor will clearly post the appropriate PACS programming pages, indicating all devices terminated within each panel.
iii. Contractor will install the CC9000 ACS Desktop Site Server with a Dell monitor for viewing the ACS system.
3. Intrusion Detection System
a. Contractor will provide for installation of all DMP XR550 Controllers.
b. Customer to provide direct connected power to new controllers.
c. Contractor to provide Network Connections for the controllers. Contractor shall provide, wire, and install keypads, PIRs, glass breaks and duress/panic devices as shown on plans.
d. Access control doors will include a card reader, request to exit, contact and a connection to electric locking hardware.
i. Complete all panel and field terminations. Contractor will clearly mark all cables and panels in accordance with the attached Site Drawings.
ii. Contractor will clearly post the appropriate IDS programming pages, indicating all devices are terminated within each panel.
Franklin Delano Roosevelt Hospital (Montrose):
Software House CCURE 9000 Access Control
Qty
Device #
Description
1
IDTV-SPR3310
IDTV SPR3310 USB SC RDR
1
CCURE-HA-MD
C-CURE High Assurance for v3.10 & above
6
USTAR-GCM
ISTAR ULTRA GCM, BD ONLY
7
USTAR-ACM
ISTAR ULTRA ACM, BD ONLY
6
AS0073-000
APC 8Rdr Input Bus Module
18
NSI_PS12120-F2/WESCO
POWER-SONIC | 1201203402 | PS-12120F2
27
WVL-ET25-3PS
WAVELYNX ET25 PIV/CIV KEYPAD READER W/HF+PROX
54
AX-6644
RESISTOR 2 X 1K 1/8 WATT WITH 4 LEAD (2 BLUE, 2 BLACK)
35
199-12-W
DOOR CONTACT 1 DPDT WHITE
27
DS160
PIR EXIT SENSOR, LT GRAY
LOT
454645AYW
18/4c, STR, Shielded, CMP/CL2P, Plenum, Yellow, 1000 Reel
27
G2-RM-DCM-2
OSDP/DCM-2 DOOR CONTROL MOD
1
Miscellaneous Hardware
Hardware to build Temp wall for stagging panels.
6
PSX-WISU 16-E8S
PSX WIRED SYS, ULTRA16, E8, 150/250W, 2 D8P
LOT
NSI_JCI-2ELEM-30-OSDP/WCW
4C OSDP (22-1P OAS)+18-02 YEL JKT
Lynx Duress
Qty
Device #
Description
1
CC9000-LYNX
CCURE 9000 INTEGRATION WITH LYNX
2
LYNX-WLS-3
LYNX WIRELESS REC SYSTEM
5
NSI_ LYNX-WLT-IDPNC-4/
LYNX,WLT,PANIC BTN,INDOOR,HUB,LOCKING
1
NSI_LYNX-C-SDK/
LYNX,CCURE,SDK,INTERFACE (CC9000-LYNX Required also)
DMP Intrusion Detection
Qty
Device #
Description
7
XR150DNL-G
XR150 DIALER, NET,LARGE GRAY ENCLOSURE
2
714-8L-G
8PT ZONE EXPANDER IN 350 ENCLOSURE
7
321
TRANSFMR,UL,16.5V 40VA PLG-IN
7
ES502
Transformer Enclosure
7
318
BATTERY HARNESS, 18 GA. *C*
7
3012
Tamper Switch, Clip-On
26
FX-360
OPTEX 360 PIR
14
7070-W
THIN LCD KYPD,4 ZNS,WHT
14
695-W
CONDUIT BACKBOX FOR KEYPAD
1
WAVE2
Indoor Siren, 2-Tone
2
4532
GRI 4532 OVERHEAD DOOR CONTACT
2
FG-730
GLASSBREAK DETECTOR
11
NSI_734617/WESCO
G.R.I GEORGE RISK INDUSTRIES | 4463A
LOT
454652AWHA
22/6c, STR, Unshielded, CMP/CL2P, Plenum, White, 1000 Box
LOT
454704AWH
18/4c, SOL, Unshielded, CMR/FPLR, Non-Plenum Riser, White, 1000' Box
8
477967
Battery, Sealed Lead-Acid, 12 Volt, 7.0Ah
Castle Point VA Medical Center:
Software House CCURE 9000 Access Control
Qty
Device #
Description
1
CC9000-SR
CC9000 Ser R Software
1
USB-PINPAD
TARGUS USB NUMERIC PINPAD AKP10US
7
PSX-WISU16-E8S
PSX WIRED SYS,ULTRA16,E8, 150/250W, 2 D8P
7
USTAR-GCM
ISTAR ULTRA GCM, BD ONLY
8
USTAR-ACM
ISTAR ULTRA ACM, BD ONLY
7
AS0073-000
APC 8Rdr Input Bus Module
21
NSI_PS12120-F2/WESCO
POWER-SONIC | 1201203402 | PS-12120F2
20
WVL-ET25-3PS
WAVELYNX ET25 PIV/CIV KEYPAD READER W/HF + PROX
45
AX-6644
RESISTOR 2 X 1K 1/8 WATT WITH 4 LEAD (2 BLUE, 2 BLACK)
25
199-12-W
DOOR CONTACT 1" DPDT WHITE
20
DS160
PIR EXIT SENSOR, LT GRAY
LOT
454645AYW
18/4c, STR, Shielded, CMP/CL2P, Plenum, Yellow, 1000' Reel
1
CC9000-LYNX
CCURE 9000 INTEGRATION WITH LYNX
20
G2-RM-DCM-2
OSDP/DCM-2 DOOR CONTROL MOD
LOT
NSI_JCI-2ELEM-30-OSDP/
2 Element OSDP cable Yellow
1
CCURE-HA-MD
C-CURE High Assurance for v3.10 & above
1
IDTV-SPR3310
IDTV SPR3310 USB SC RDR
2
LYNX-WLS-3
LYNX WIRELESS REC SYSTEM
1
LYNX-WLR-INDOOR
LYNX,WLR,REPEATER,INDOOR
10
NSI_LYNX-WLT-IDPNC-4/
LYNX,WLT,PANIC BTN,INDOOR,HUB,LOCKING
1
NSI_LYNX-C-SDK/
NSI Product Production - Use When Adding Non Standard Products
1
Miscellaneous Hardware
Local purchase for temp wall.
Lynx Duress
Qty
Device #
Description
1
CC9000-LYNX
CCURE 9000 INTEGRATION WITH LYNX
2
LYNX-WLS-3
LYNX WIRELESS REC SYSTEM
1
LYNX-WLR-INDOOR
LYNX,WLR,REPEATER,INDOOR
10
NSI_LYNX-WLT-IDPNC-4/
LYNX,WLT,PANIC BTN,INDOOR,HUB,LOCKING
1
NSI_LYNX-C-SDK/
NSI Product Production - Use When Adding Non Standard Products
DMP Intrusion Detection
Qty
Device #
Description
7
XR150DNL-G
XR150 DIALER, NET,LARGE GRAY ENCLOSURE
2
714-8L-G
8PT ZONE EXPANDER IN 350 ENCLOSURE
7
321
TRANSFMR,UL,16.5V 40VA PLG-IN
7
ES502
Transformer Enclosure
7
318
BATTERY HARNESS, 18 GA. *C*
7
3012
Tamper Switch, Clip-On
26
FX-360
OPTEX 360 PIR
14
7070-W
THIN LCD KYPD,4 ZNS,WHT
14
695-W
CONDUIT BACKBOX FOR KEYPAD
1
WAVE2
Indoor Siren, 2-Tone
2
4532
GRI 4532 OVERHEAD DOOR CONTACT
2
FG-730
GLASSBREAK DETECTOR
11
NSI_734617/WESCO
G.R.I GEORGE RISK INDUSTRIES | 4463A
LOT
454652AWHA
22/6c, STR, Unshielded, CMP/CL2P, Plenum, White, 1000 Box
LOT
454704AWH
18/4c, SOL, Unshielded, CMR/FPLR, Non-Plenum Riser, White, 1000' Box
7
477967
Battery, Sealed Lead-Acid, 12 Volt, 7.0Ah
Strategy: Prioritize establishing a functional access control system and infrastructure, with an integrated Lynx duress system in phase 1. The Lynx duress system will integrate with the CCURE 9000 security management system as well as the VA Police radios.
FDR
Phase 1 Access Control and Lynx Duress Integration
Material
Labor & Programming
Project Management
CADD
Castle Point
Phase 1 Access Control and Lynx Duress Integration
Material
Labor & Programming
Project Management
CADD
FDR
Phase 2 DMP Intrusion Detection
Material
Labor & Programming
CADD
Castle Point
Phase 2 DMP Intrusion Detection
Material
Labor & Programming
CADD
TRAINING:
1) Prior to completion of the installation, the Vendor will coordinate with the designated local VA Hudson Valley Health Care security representative regarding training requirements for all installed security systems. This training will consist of, at minimum:
a) Access Control System: 4 hours of Administrator/Operator instruction.
Deliverables and Closeout Documentation:
1) Kickoff Meeting
2) System Installation Daily check-in/out report
Weekly status report
3) Deployment completed and inventory submitted.
Period of Performance
4) Documentation for all system testing
5) Acceptance Testing with a VA Hudson Valley Health Care representative.
6) Training
7) Completion Photos
8) Customer Sign-Off (Completed)
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications.
*Interested parties will provide a plan with timelines to determine the length of contract.
Place of Performance/Place of Delivery:
VA Hudson Valley Healthcare System
Castle Point VA Medical Center
41 Castle Point Road
Wappingers Falls, NY 12590
VA Hudson Valley Healthcare System
Franklin Delano Roosevelt Hospital (Montrose)
2094 Albany Post Road
Montrose, NY 10548
The full text of FAR provisions or clauses may be accessed electronically at
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_2 (FAR OVERHAUL)
The following solicitation provisions and clause apply to this acquisition:
FAR 12.205 Solicitation Provisions and Contract Clauses.
The following provisions are included:
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation
52.204-7 System for Award Management Registration
52.204-7 System for Award Management Registration, with Alternate I
52.204-90 Offeror Identification
52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts)
52.209-12 Certification Regarding Tax Matters
52.219-2 Equal Low Bids
52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products
52.222-48 Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification
52.222-52 Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification
52.222-56 Certification Regarding Trafficking in Persons Compliance Plan
52.223-4 Recovered Material Certification
52.225-2 Buy American Certificate
52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate
52.225-6 Trade Agreements-Certificate
52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-Certification
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
52.226-3 Disaster or Emergency Area Representation
52.229-11 Tax on Certain Foreign Procurements Notice and Representation
52.240-90 Security Prohibitions and Exclusions Representations and Certifications
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (DEVIATION OCT 2025)
(a)Â 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. As a minimum, offers shall include
(1)Â The solicitation number;
(2)Â The name, address, telephone number of the Offeror;
(3)Â The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator;
(4)Â Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation;
(5)Â Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and
(6)Â A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments.
(b)Â Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(c)Â Late submissions, modifications, revisions, and withdrawals of offers.
(1)Â Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation.
(2)Â Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted.
(3)Â If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(4)Â Offerors may withdraw their offers by written notice to the Government received at any time before award.
(d)Â Debriefings. If a post award debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable:
(1)Â The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer.
(2)Â The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror.
(3)Â The overall ranking of all Offerors when any ranking was developed by the agency during source selection.
(4)Â A summary of the rationale for award.
(5)Â For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror.
(6)Â Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities.
(End of provision)
FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021) (DEVIATION OCT 2025)
(a) Evaluation factors. 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:
A comparative evaluation based on price and other factors will be conducted, evaluation factors other than price when combined are significantly more important than price. The Government reserves the right to consider a quotation other than lowest price. The Government reserves the right to select quotations that provides benefits to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. The following factors will be used to evaluate offers:
Technical capability of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Period of Performance with Delivery: Quotations will be evaluated to the extent they can reasonably meet the Government's needs with respect to full project completion from date of award.
(3) Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum.
(b) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
FAR 52.222-90 Addressing DEI Discrimination by Federal Contractors.
As prescribed in 22.2203, insert the following clause:
Addressing DEI Discrimination by Federal Contractors (Deviation DATE)
(a) Definitions. As used in this clause
Program participation means membership or participation in, or access or admission to: training, mentoring, or leadership development programs; educational opportunities; clubs; associations; or similar opportunities that are sponsored or established by the contractor or subcontractor.
Racially discriminatory diversity, equity, and inclusion (DEI) activities means disparate treatment based on race or ethnicity in the recruitment, employment (e.g., hiring, promotions), contracting (e.g., vendor agreements), program participation, or allocation or deployment of an entity's resources.
(b) In connection with the performance of work under this contract, the Contractor agrees as follows:
(1) The Contractor will not engage in any racially discriminatory DEI activities;
(2) The Contractor will furnish all information and reports, including providing access to books, records, and accounts, as required by the Contracting Officer, for purposes of ascertaining compliance with this clause;
(3) In the event of the Contractor's or a subcontractor's noncompliance with this clause, this contract may be canceled, terminated, or suspended in whole or in part, and the Contractor or subcontractor may be declared ineligible for further Government contracts;
(4) The Contractor will report any subcontractor's known or reasonably knowable conduct that may violate this clause to the Contracting Officer and take any appropriate remedial actions directed by the Contracting Officer; and
(5) The Contractor will inform the Contracting Officer if a subcontractor sues the Contractor and the suit puts at issue, in any way, the validity of this clause.
(6) The Contractor recognizes that compliance with the requirements of this clause are material to the Government's payment decisions for purposes of 31 U.S.C. 3729(b)(4).
(c) The Contractor must include the substance of this clause, including this paragraph (c), in subcontracts at any tier, including those for commercial products and commercial services, except those where the place of delivery or performance is outside the United States.
(End of clause)
FAR 52.225-2 Buy American Certificate.
Buy American Certificate (Oct 2022)
(a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component.
(2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no .
(3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105).
(4) The terms commercially available off-the-shelf (COTS) item, critical component, "domestic end product," "end product," and "foreign end product" are defined in the clause of this solicitation entitled "Buy American-Supplies."
(b)Foreign End Products:
Line Item No.
Country of Origin
Exceeds 55% domestic content (yes/no)
(b)[List as necessary]
(c) Domestic end products containing a critical component:
Line Item No. ___
[List as necessary]
(d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation.
(End of provision)
Signature: _____________________________________
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/.
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) (DEVIATION OCT 2025).
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:"
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
FAR 52.219-33 Nonmanufacturer Rule (SEP 2021) (DEVIATION NOV 2025)
FAR 52.225-1 Buy American-Supplies (OCT 2022) (DEVIATION NOV 2025)
FAR 52.240-91 Security Prohibitions and Exclusions (DEVIATION NOV 2025)
VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION).
VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.242-71 Administrative Contracting Officer (OCT 2020)
VAAR 852.246-71 Rejected Goods (OCT 2018)
VAAR 852.247-73 Packing for Domestic Shipment (OCT 2018)
VAAR 852.219-76
VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION)
As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate:
(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: [Offeror check the appropriate box]
(i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it 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 SDBOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act.
(2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]:
(i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i).
(ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii).The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in check each box below.]
[ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18).
[ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied.
[ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice.
(iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA.
[ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns.
(3) 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.
(4) 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 or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. 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. 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)
*The Government will not consider offers for award from offerors that do not provide the Buy American certification with their bid, quotation, or proposal, and all such responses will be deemed ineligible for evaluation and award. Certificate must be filled out, signed, and submitted with proposal.
*The Government will not consider offers for award from offerors that do not provide the Limitations of Subcontracting document with their bid, quotation, or proposal, and all such responses will be deemed ineligible for evaluation and award. Document must be filled out, signed, and submitted with proposal.
All quoters shall submit the following:
One (1) quote in PDF format
One (1) Limitations on Subcontracting certificate, filled out and signed in PDF format
One (1) Buy America Certificate, filled out and signed in PDF format
All quotes shall be sent to the Contracting Officer at Jonatan.Rondon@va.gov
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than May 20th, 2026, at 1600 EST at email: Jonatan.Rondon@va.gov.
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.
Point of Contact:
Jonatan Rondon
Contracting Officer
Network Contracting Office (NCO2)
Margaret Cochran Corbin VA Campus
423 East 23rd Street, 14045-W
New York, NY 10010
212-686-7500 ex. 16490
Jonatan.rondon@va.gov