P100--Atlanta Office Furniture Removal and Disposal - Decommissioning
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Request for Quote (RFQ) #: Atlanta Office Furniture Removal and Disposal (36C25926Q0118)
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.
*A site visit is strongly encouraged to ensure accurate bid submissions. The site visit will occur at 11AM MST, December 16th, 2025. Please contact Mr. Jeffery Johnson via email Jeffery.Johnson202d5d@va.gov to confirm your company will be attending as well as to obtain the meeting location information.
* The deadline for all questions is 3:00pm MST, December 17th, 2025.
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.
* Quotes are to be provided to stephanie.cahill@va.gov no later than 12:00pm MST, December 19th, 2025.
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make the award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.
This is a Request for Quote (RFQ), and the solicitation number is 36C25926Q0118. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 effective October 01, 2025.
The North American Industrial Classification System (NAICS) code for this procurement is 561210 with a business size standard of $47 million. This solicitation is 100% set-aside for SDVOSB concerns.
List of Line Items;
Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
0001
Removal and Disposal of Office Equipment along with Facility cleaning in accordance with the Performance Work Statement (PWS)
Period of Performance: 1/26/2026 2/6/2026
1
JB
$
$
Grand Total
$
Description of Requirements for the Services to be acquired:
*Cut sheets and specification sheets proving the offered services meets all specifications and PWS shall be included with the quote.
*Quotes packages shall include an estimated timeline for the entirety of the project
*Failure to meet the PWS below will result in the offeror s quote not being considered for award.
*Failure to provide ALL required documents or information (see factors 1-4 in section (ix) below for required information and documents) by the quote deadline will result in the offeror s quote not being considered for award.
Performance Work Statement (PWS)
General Background: The VHA Health Eligibility Center requires office furniture removal and disposal as well as some clean up services (vacuum immediate area, remove trash, etc.) for an 86,750 square feet (5 floors) building. There are no anticipated hazardous waste/materials onsite since the work areas involved contained VA staff performing administrative work in nature. As of December 2025, this space is in the process of being vacated by current VA staff for a new facility. As of January 26, 2026 the building should be empty of almost all VA staff except the VA POC that will assist the awarded contractor with access to the building throughout the project. Vendor staff will be able to use two mid-size (3 ½ wide and 8 tall) elevators with access to all five (5) floors without issue or conflict. This facility does not have a loading dock and does not have space for temporary storage.
Requirements:
Decommissioning of the space must start on January 26th, 2026, and MUST be completed no later than February 6th, 2026 (2 weeks). Access to the facility will only be during the work week (Mondays-Fridays) from 0700 to 1800 MST.
Extended may be available contingent upon the VA POC s, Jeffery Johnson, availability. The Contractor must communicate in advance if additional hours on one or more days is needed during the project.
The station shall not provide any means of disposal vendors will be expected to provide this within their quotes. The awarded Contractors should plan to have the waste containers/dumpsters monitored daily during workdays and emptied frequently based on the pace of removal of items from the facility. The Contractor shall coordinate with the VA POC for dumpster placement prior to work start.
The contractor is responsible for properly disconnecting and disposing of all electrical power cords, cubicle whips, and any other power cables that provide electrical power to all furnishings will be removed.
Upon furniture removal, Contractor shall clean, vacuum, remove all trash, residue, furniture waste and any other remaining debris remaining in the vacated areas.
Contractor is responsible for ensuring that there is no damage to the facility as a result of contractor operations. The contractor will be prepared to take all protective measures to ensure there is no damage to any walls, corners, flooring, baseboards, ceilings, and elevators. Any damage to the facility caused by Contractor activity or negligence, shall result in all needed repairs be made at the contractor expense
Note: The main entrance flooring is marble, and it is the Contractor s responsibility to ensure that the main entrance flooring is not damaged in any way. Any damage to the marble flooring caused by Contractor activity or negligence, shall result in all needed repairs will be completed at the contractor s expense.
The Contractor will designate an onsite Project Manager (PM) responsible for managing, coordinating, and directing contractor team resources, and serve as the single point of contact for the contract duration. The PM is required to be always onsite while the work is being performed.
The Contractor shall provide all specialty moving materials, tools, and supplies; including but not limited to padding, packing, crating, dollies/hand trucks, or any other type of equipment commonly used for moving heavy furnishings.
Contractor shall provide, operate, manage, and maintain sufficient personnel based on workload to accomplish all assigned tasks for this requirement. The Contractor shall ensure that contractor provided employees have the technical capability to disassemble, carry, remove, and dispose of all types of furniture.
Contractor is responsible for providing adequate Personnel Protective Equipment (PPE), i.e., safety boots, gloves, etc. for contractor supplied employees and will be worn when completing this requirement.
The following is an estimate of the amount of furniture that needs to be removed and disposed of within the building:
Description
Qty
Description
Qty
Full Cubicle
228
Metal Office Chair
328
Wood Desk with Wood Hutch
207
Metal Draw Table
2
Wood Corner Desk
26
Metal Coat Rack
11
Wood Sit Stand Desk
157
Metal Storage Tray
1
Wood Overhead Storage Cabinet
91
Metal Filing Cabinet
14
Wood Desk Extension
60
Metal Four-Sided Paper Turn Bend
2
Wood Large Bookshelf
15
Metal Tall Chair
14
Wood Table Various Lengths & Shapes
189
Metal Rolling Cart
1
Wood Cabinet Various Heights
137
Metal Trash Cans
3
Small Wood Trash Can
1
Cloth Chairs Lobby
2
Wood Office Chair
76
Cloth Sofa Chair Lobby
1
Wood Podium
2
Leather Seat Sofa Chair
1
Wood Blood Pressure Booth Gym
1
Cloth Sofa Chair Lobby
1
Wood Lobby Desk L-Shape 35 ft
1
Leather Square Foot Stool
1
Wood Serving Cart
2
Large Recliner Chair Cloth
1
Wood Counter w/ Drawers Various Lengths
9
Glass Round Table
1
Boards on Office Walls
144
Large Cushion Lounges Chair
4
Metal Cabinet Various Heights
123
Plastic Drawer File
1
Metal Desk with Wheels
1
Plastic Trash Can Various Sizes
389
Metal Desk Chair
573
Plastic Table Various lengths
2
A comprehensive list of items has been provided as an attachment to this solicitation as well as a floor plan although a site visit will be strongly encouraged
(End of the Performance Work Statement)
Location of Performance:
VHA Health Eligibility Center
2957 Clairmont Road NE,
Atlanta, GA 30329
52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition
Any award made as a result of this solicitation will be made on an All or Nothing Basis.
State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.
If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS): https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.
Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.
All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.
All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.
ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) - Completion of Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services (DEVIATION) ; (III) Price; and (IV) Project Service Timeline.
Volume I - Technical capability or quality of the services offered to meet the Government requirement
The offeror shall submit specifications, cut sheets, or brochures confirming the ability of the vendor to provide the needed services specified in this solicitation. Vendors should provide an estimated timeline for the project based on a start date of January 26th, 2026, and an end date no later than February 6th, 2026.
Volume II - Completion of Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services (DEVIATION)
The offeror shall complete the provision VAAR 852-219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction.
Offeror must list any/all subcontractors (and their size standard IAW NAICS 561210) if they will be utilized for this requirement AND what they will be performing. How is your firm going to comply with Limitations on Subcontracting requirements? If no subcontractors will be used, please state No Subcontractors will be used for this requirement in the response.
Volume III Price
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.
Volume IV Project Service Timeline
The offeror shall state the required number of calendar days to provide the services and provide an estimated timeline to complete the project. Vendors should be able to start on 1/26/2026 and complete all services no later than 2/6/2026.
(End of Addendum to 52.212-1)
52.212-2, Evaluation--Commercial Items applies to this acquisition.
ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS:
The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors.
The following factors shall be used to evaluate quotations:
Factor 1. Technical capability or quality of the services offered to meet the Government requirement
Factor 2. Completion of Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Services (DEVIATION)
Factor 3. Price
Factor 4. Project Service Timeline
Evaluation Approach. 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. The Government will use comparative analysis. The following factors will be used to evaluate offers:
Factor I. Technical capability or quality 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.
Factor 2. Completion of Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services (DEVIATION) : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services (DEVIATION) for completeness. If an offeror fails to fully complete VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services (DEVIATION) their quote will be determined ineligible for award.
Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price.
Factor 4. Project Service Timeline: Vendors will provide an estimated timeline including project start and end dates for the entirety of the project. The Government will review the timeline of each vendor as part of the quote package in order to determine/confirm a vendor is able to comply with the specified time period of 1/26/2026 2/6/2026 in addition to other evaluation factors specified above and select the quoter/offer whose bid is most advantageous to the Government.
**The Government may consider an award to other than the lowest priced quoter/offeror if it s in the best interest of the Government.**
If offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered nonresponsive.
(End of Addendum to 52.212-2)
52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR.
The following RFO clauses are incorporated by reference:
Applicable (X)
Number
Title
Source
52.203-6 with Alt I
Restrictions on Subcontractor Sales to the Government
Statute
X
52.203-13
Contractor Code of Business Ethics and Conduct
Statute
X
52.203-17
Contractor Employee Whistleblower Rights
Statute
X
52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
Statute
X
52.204-9
Personal Identity Verification of Contractor Personnel
Other
X
52.204-13
System for Award Management Maintenance
Statute
52.204-91
Contractor identification
Other
X
52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
Statute
X
52.209-9
Updates of Publicly Available Information Regarding Responsibility Matters
Statute
X
52.209-10
Prohibition on Contracting with Inverted Domestic Corporations
Statute
52.219-4
Notice of Price Evaluation Preference for HUBZone Small Business Concerns
Statute
52.219-6
Notice of Total Small Business Set-Aside
Statute
52.219-6 with Alt I
Notice of Total Small Business Set-Aside, with Alternate I
Statute
X
52.219-8
Utilization of Small Business Concerns
Statute
52.219-9
Small Business Subcontracting Plan
Statute
52.219-9 with Alt I
Small Business Subcontracting Plan, with Alternate I
Statute
52.219-9 with Alt II
Small Business Subcontracting Plan, with Alternate II
Statute
52.219-9 with Alt III
Small Business Subcontracting Plan, with Alternate III
Statute
52.219-9 with Alt IV
Small Business Subcontracting Plan, with Alternate IV
Statute
X
52.219-14
Limitations on Subcontracting
Statute
52.219-16
Liquidated Damages Subcontracting Plan
Statute
52.219-33
Nonmanufacturer Rule
Statute
X
52.222-3
Convict Labor
EO
X
52.222-19
Child Labor Cooperation with Authorities and Remedies
EO
X
52.222-35
Equal Opportunity for Veterans
Statute
52.222-35 with Alt I
Equal Opportunity for Veterans, with Alternate I
Statute
X
52.222-36
Equal Opportunity for Workers with Disabilities
Statute
52.222-36 with Alt I
Equal Opportunity for Workers with Disabilities, with Alternate I
Statute
X
52.222-37
Employment Reports on Veterans
Statute
X
52.222-40
Notification of Employee Rights Under the National Labor Relations Act
EO
X
52.222-41
Service Contract Labor Standards
Statute
52.222-42
Statement of Equivalent Rates for Federal Hires
Statute
52.222-43
Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)
Statute
52.222-44
Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment
Statute
X
52.222-50
Combating Trafficking in Persons
Statute
52.222-50 with Alt I
Combating Trafficking in Persons, with its Alternate I
Statute
52.222-51
Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements
Other
52.222-53
Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements
Other
X
52.222-54
Employment Eligibility Verification
EO
X
52.222-62
Paid Sick Leave Under Executive Order 13706
EO
52.223-9
Estimate of Percentage of Recovered Material Content for EPA-Designated Items
Statute
52.223-9 with Alt I
Estimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate I
Statute
52.223-11
Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
Statute
X
52.223-12
Maintenance
Statute
X
52.223-23
Sustainable Products and Services
Statute
52.224-3
Privacy Training
Statute
52.224-3 with Alt I
Privacy Training, with Alternate I
Statute
52.225-1
Buy American-Supplies
Statute
52.225-1 with Alt I
Buy American-Supplies, with Alternate I
Statute
52.225-3
Buy American-Free Trade Agreements-Israeli Trade Act
Statute
52.225-3 with Alt II
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate II
Statute
52.225-3 with Alt III
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate III
Statute
52.225-3 with Alt IV
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate IV
Statute
52.225-5
Trade Agreements
Statute
52.225-19
Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States
Other
52.225-26
Contractors Performing Private Security Functions Outside the United States
Statute
52.226-4
Notice of Disaster or Emergency Area Set-Aside
Statute
52.226-5
Restrictions on Subcontracting Outside Disaster or Emergency Area
Statute
X
52.226-8
Encouraging Contractor Policies to Ban Text Messaging While Driving
EO
52.229-12
Tax on Certain Foreign Procurements
Statute
52.232-29
Terms for Financing of Commercial Products and Commercial Services
Statute
52.232-30
Installment Payments of Commercial Products and Commercial Services
Statute
X
52.232-33
Payment by Electronic Funds Transfer System for Award Management
Statute
52.232-34
Payment by Electronic Funds Transfer Other than System for Award Management
Statute
52.232-36
Payment by Third Party
Statute
X
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
Statute
52.232-90
Fast Payment Procedure
Statute
X
52.233-3
Protest After Award
Statute
X
52.233-4
Applicable Law for Breach of Contract Claim
Statute
X
52.240-91
Security Prohibitions and Exclusions
Statute
52.240-91 with Alt I
Security Prohibitions and Exclusions, with Alternate I
Statute
52.240-92
Security Requirements
Other
52.240-92 with Alt II
Security Requirements with Alternate II
Other
52.240-93
 Basic Safeguarding of Covered Contractor Information Systems
Â
X
52.244-6
Subcontracts for Commercial Products and Commercial Services
Statute
52.247-64
Preference for Privately Owned U.S.-Flag Commercial Vessels
Statute
52.247-64 with Alt I
Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I
Statute
52.247-64 with Alt II
Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate II
Statute
Additional contract requirements or terms and conditions:
52.217-8 Option to Extend Services (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
52.219-14 Limitations on Subcontracting
(a)Â This clause does not apply to the unrestricted portion of a partial set-aside.
(b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that
(1)Â Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and
(2)Â Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract.
(c) Applicability. This clause applies only to
(1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3);
(2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3);
(3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15;
(4) Orders expected to exceed the simplified acquisition threshold and that are
(i) Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or
(ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii);
(5)Â Orders, regardless of dollar value, that are
(i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or
(ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and
(6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference.
(d) Independent contractors. An independent contractor shall be considered a subcontractor.
(e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for
(1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract;
(2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract;
(3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or
(4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.
(f) The Contractor shall comply with the limitations on subcontracting as follows:
(1)Â For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause
 By the end of the base term of the contract and then by the end of each subsequent option period; or
XÂ By the end of the performance period for each order issued under the contract.
(2)Â For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order.
(g)Â A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants.
(1) In a joint venture comprised of a small business protégé and its mentor approved by the Small Business Administration, the small business protégé shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business protégé in the joint venture must be more than administrative functions.
(2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions.
(End of clause)
852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items:
VAAR Clauses are incorporated by reference as follows:
VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.219-73
VA Notice of 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 852.246-71
Rejected Goods (OCT 2018)
VAAR 852.222-71
Compliance with Executive Order 13899. (DEVIATION) (APR 2025)
VAAR Provisions are incorporated as follows:
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
RFO 52.252-1 Solicitation Provisions Incorporated by Reference
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at RFO 52.252-1, Solicitation Provisions Incorporated by Reference. Copies may also be obtained from the contracting officer.
http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar
The following RFO provisions are to be incorporated by reference:
Applicable (X)
Number
Title
Source
X
52.203-11
Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
Statute
X
52.203-18
Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation
Statute
X
52.204-7
System for Award Management Registration
Statute
52.204-7 with Alt I
System for Award Management Registration, with Alternate I
Statute
52.204-90
Offeror Identification
Statute
52.207-6
Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts)
Statute
52.209-12
Certification Regarding Tax Matters
Statute
52.219-2
Equal Low Bids
Statute
52.222-18
Certification Regarding Knowledge of Child Labor for Listed End Products
E.O.
52.222-48
Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification
Other
52.222-52
Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification
Other
52.222-56
Certification Regarding Trafficking in Persons Compliance Plan
Statute
52.223-4
Recovered Material Certification
Statute
52.225-2
Buy American Certificate
Statute
52.225-4
Buy American-Free Trade Agreements-Israeli Trade Act Certificate
Statute
52.225-6
Trade Agreements-Certificate
Statute
52.225-20
Prohibition on Conducting Restricted Business Operations in Sudan-Certification
Statute
52.225-25
Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
Statute
52.226-3
Disaster or Emergency Area Representation
Statute
52.229-11
Tax on Certain Foreign Procurements Notice and Representation
Statute
X
52.240-90
Security Prohibitions and Exclusions Representations and Certifications
Statute
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due to stephanie.cahill@va.gov by 12:00pm MST, December 19th, 2025.
Name and email of the individual to contact for information regarding the solicitation:
Stephanie Cahill
Stephanie.Cahill@va.gov