The Department of Veterans Affairs, NCO 22 – Network Contracting, issued amendment 0001 to solicitation 36C26226Q0189. This amendment extends the offer receipt deadline to January 22, 2026, at 5:00 PM PST. The purpose of this modification is to reschedule the site visit for the Long Beach Veterans Affairs Healthcare System and revise the proposal due date. The new site visit date is December 30, 2025, at 10:00 AM PST. All vendor inquiries and questions are now due by January 8, 2026. The solicitation is for Building 164 (EGG) Conference Room Audio/Visual System Upgrade Services, with a NAICS code of 541519 (Other Computer Related Services) and a product/service code of U099 (Education/Training - Other).
This is a combined synopsis/solicitation notice for a Request for Quote (RFQ) to upgrade the Egg Conference Room Audio/Visual System at the Long Beach Veterans Affairs Healthcare System (LBVAHCS). The solicitation, open to Service-Disabled Veteran-Owned Small Businesses (SDVOSB) only, seeks proposals for software, hardware, testing, and installation services to enhance user ability, mobility, and audience interaction. The scope includes replacing gooseneck podium microphones, adding wireless handheld, lapel, and catch-box microphones, all while integrating with the existing Crestron-based AV VTC system. The contractor must ensure safety during operations and repair any damages incurred. Quotes will be evaluated based on cost, technical capability, testing, training, support plan, equipment quality, ergonomic design, and past experience. Responses are due by January 22, 2026, 17:00 PST. A site visit is scheduled for December 30, 2025.
This government solicitation, 36C26226Q0189, is a 100% Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Egg Conference Room Upgrade Services at the Long Beach VA Healthcare System. The contract is a one-year, firm-fixed-price agreement for audio/visual system upgrades in Building 164. The scope includes replacing existing gooseneck microphones, adding wireless handheld and lapel microphones, and catch-box foam wireless microphones, all integrated with the current AV VTC system. Work must be completed between 6:00 AM and 6:00 PM, Monday-Friday, PST, excluding federal holidays. Offerors must be certified SDVOSBs listed in the SBA database and comply with security requirements, including obtaining VA identification badges. A site visit is scheduled for December 15, 2025, and inquiries are due by December 18, 2025. All offers must be submitted via email by December 22, 2025, at 5:00 PM PST to Daniel Kneizeh.
The Department of Veterans Affairs (VA) is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to upgrade the Audio/Visual System in the Egg Conference Room at the Long Beach VA Healthcare System (LBVAHCS). This combined synopsis/solicitation (RFQ 36C26226Q0189) calls for a solution comparable to the current Crestron-based system, integrating new hardware and software. The scope includes replacing gooseneck microphones, adding wireless handheld, lapel, and catch-box microphones, and ensuring full integration with the existing AV VTC system. Work must be performed during specific hours (6:00 AM to 6:00 PM, Monday-Friday, PST), excluding federal holidays, and not impact patient care. Contractors must adhere to security requirements, obtain VA identification badges, and follow parking and smoking policies. Quotes are due by December 29, 2025, 5:00 PM PST, to daniel.kneizeh@va.gov. A site visit is scheduled for December 15, 2025, and questions are due by December 18, 2025. Award will be based on cost, technical capability, testing, training, support plan, equipment quality, ergonomic design, and past experience.
This document outlines instructions for offerors submitting quotes for commercial products and services to the government, specifically tailored for Simplified Acquisition Procedures. It details requirements for quote submission, including NAICS codes, small business size standards, content of quotes (solicitation number, technical description, price, warranties, certifications), and procedures for acceptance, product samples, multiple quotes, and handling of late submissions. The document also provides guidance on the issuance of purchase orders, potential multiple awards, and where to obtain referenced requirements documents. Key administrative points include the necessity of a Unique Entity Identifier (UEI) for quotes exceeding the micro-purchase threshold and the process for requesting information on resulting purchase orders. An addendum specifies a requirement for the replacement of a CAT Emergency Generator Day Tank for the Veterans Integrated Service Network (VISN) 22, Veterans Administration Greater Los Angeles VA Healthcare System (GLAVAHCS), set aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Offerors must complete all required information by the specified deadlines, with quotes to be submitted via email.
This document, an addendum to FAR 52.212-1, outlines instructions for offerors submitting quotes for commercial products and services under Simplified Acquisition Procedures, specifically for the Replacement of CAT Emergency Generator Day Tank for the Veterans Integrated Service Network (VISN) 22. It details requirements for quote submission, including NAICS codes, small business size standards (500 employees for non-manufacturers in certain set-asides), content of quotes (solicitation number, technical description, price, certifications), acceptance periods (30 days), and procedures for product samples and multiple quotes. It also addresses late submissions, issuance of purchase orders, multiple awards, and the availability of requirements documents. A key requirement is the inclusion of a Unique Entity Identifier (UEI) for quotes exceeding the micro-purchase threshold. The solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due via email by December 29, 2025, at 5:00 pm PST, and must include all requested documentation and certifications.
This government file outlines the evaluation criteria for commercial products and services, emphasizing that awards will be based on the most advantageous quotation to the Government, considering price and other factors. Key evaluation factors include Price, Technical Capability, and Additional Standards. The evaluation approach compares quotations to determine the best benefit, allowing for proposals that exceed minimum requirements. Specific evaluation considerations are Past Experience, which assesses a quoter's likelihood of success, Price, calculated by summing all line-item prices and options, Additional Standards covering Testing, Training, Support Plans, and Quality of Equipment with ergonomic designs, and Technical Capability, ensuring vendors can perform the Statement of Work. The document also details how options, including those under FAR 52.217-8, will be evaluated by adding their total price to the basic requirement.
This government file outlines the evaluation criteria for commercial products and services, emphasizing a basis for award that considers both price and other factors. The evaluation approach prioritizes quotations that offer the best benefit to the Government, potentially exceeding minimum requirements. Key evaluation factors include Past Experience, assessing the quoter's likelihood of success; Price, calculated by totaling all line-item prices and options; Special Standards, focusing on Testing, Training, Support Plans, Quality of Equipment, and Ergonomic Designs; and Technical Capability, ensuring vendors can perform the Statement of Work. Options, including those under FAR 52.217-8 for extending services, will be included in the total evaluated price.
The VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) outlines the requirements for businesses to qualify for and be awarded VA contracts. To be eligible, a business must be at least 51% owned and controlled by service-disabled Veterans (or eligible spouses/caregivers), meet federal small business size standards, and be certified and listed in the SBA certification database. Offers from non-certified entities will not be considered. SDVOSBs awarded contracts must comply with VAAR and SBA regulations, including limitations on subcontracting (LOS). These limitations specify the maximum percentage of the contract amount that can be paid to non-certified firms for services, supplies, and construction, with variations based on the type of work. Joint ventures must also adhere to specific requirements. This clause emphasizes that the VA Veterans First Contracting Program takes precedence in case of inconsistencies and warns against misrepresentation of SDVOSB status, which can lead to debarment.
The VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) outlines the requirements for businesses to qualify for VA contracts. To be eligible, a business must be at least 51% owned and controlled by one or more service-disabled Veterans (or eligible surviving spouses/caregivers), meet federal small business size standards, and be certified and listed in the SBA certification database. Offers from non-certified entities will not be considered, and awards will only be made to certified SDVOSBs. The clause also details limitations on subcontracting, requiring specific percentages of work to be performed by certified SDVOSBs, depending on the type of contract (services, supplies, construction). Joint ventures must comply with specific regulations, and the VA's Veterans First Contracting Program takes precedence in case of inconsistencies. Misrepresentation of SDVOSB status can lead to debarment.
The document, "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction," outlines the subcontracting limitations for contractors working with the Department of Veterans Affairs (VA). Under 38 U.S.C. 8127(l)(2), contractors must certify compliance with these limitations. For services, contractors cannot pay more than 50% of the government-paid amount to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Similar limitations apply to general construction (85%) and special trade construction (75%), with material costs excluded. The certification is crucial for offerors, as failure to provide it renders their bid ineligible. Non-compliance can lead to severe penalties, including criminal prosecution under 18 U.S.C. 1001, fines, and debarment. The VA reserves the right to request documentation to verify compliance at any time.
This document outlines the VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION). It mandates that offerors certify compliance with subcontracting limits if awarded a contract. For services, contractors cannot pay more than 50% of the government-paid amount to non-certified SDVOSBs/VOSBs. For general construction, this limit is 85%, and for special trade construction contractors, it's 75%. Materials costs are excluded in construction contracts. The certification acknowledges penalties for false statements and outlines consequences for non-compliance, including referral to the VA Suspension and Debarment Committee, fines, and prosecution. Contractors must provide documentation to VA upon request to demonstrate compliance, and failure to do so may result in remedial action. The certification must be completed, signed, and returned with the offeror's bid, or the offer will be deemed ineligible.
The Long Beach Veterans Affairs Healthcare System (LBVAHCS) requires an upgrade to the Audio/Visual System in its Egg Conference Room. This Statement of Work (SOW) outlines the need for a Crestron-based solution that integrates with the existing AV VTC system, focusing on improving usability, mobility, and audience interaction. The contractor will be responsible for providing all labor, parts, materials, equipment, installation, and supervision. Specific tasks include replacing gooseneck podium microphones, adding four wireless handheld microphones, two catch-box foam wireless microphones, and two wireless lapel microphones. All new components must be integrated and tested for full functionality, with basic user instruction provided. Work is to be performed on-site during weekdays, 6:00 AM to 6:00 PM PST, excluding federal holidays, and must not impact patient care. Contractors must adhere to security requirements, including obtaining and wearing VA-provided ID badges, and are responsible for any damages incurred. The contract duration is one year upon award.
The Long Beach Veterans Affairs Healthcare System (LBVAHCS) requires an upgrade to the Audio/Visual System in the Egg Conference Room. The project focuses on improving usability, mobility, and audience interaction without replacing existing projectors, monitors, or video equipment. The contractor must provide and install new gooseneck podium microphones, four wireless handheld microphones, two catch-box foam wireless microphones, and two wireless lapel microphones. All new components must integrate with the current Crestron-based AV VTC system. The contractor is responsible for all labor, parts, materials, equipment, testing, installation, and any damages incurred. Work must be performed at the LBVAHCS facility between 6:00 AM and 6:00 PM, Monday-Friday, excluding federal holidays, and must not impact patient care services. Contractor personnel must obtain and wear VA-provided identification badges, park in designated areas, and adhere to smoking policies. The contract period is one year upon award.
This document outlines the key dates for a solicitation process, likely an RFP or grant application. It provides a schedule for important milestones, including a site visit on December 15th, a deadline for questions on December 18th, and a final proposal submission deadline on December 29th. The document explicitly clarifies that the December 29th date for proposals supersedes any conflicting dates, such as the December 22nd date mentioned in block 20.
This document outlines the key dates for a solicitation, likely a Request for Proposal (RFP) or similar government procurement. Important deadlines include a mandatory site visit on December 30th at 10:00 AM PST, the due date for all questions on January 8, 2026, and the final submission deadline for proposals on January 22, 2026. These dates are crucial for potential bidders to ensure timely participation and compliance with the solicitation requirements.