Opportunity

SAM #36C25926Q0343

Medical Cache Maintenance, Storage, Setup, and Transportation for VA Eastern Colorado FCC

Buyer

VHA Network Contracting Office 19

Posted

March 24, 2026

Respond By

April 03, 2026

Identifier

36C25926Q0343

NAICS

624230, 493190, 484220, 493120, 488510

The Department of Veterans Affairs is seeking a contractor to provide comprehensive Medical Cache Maintenance, Storage, Setup, and Transportation services for the VA Federal Coordination Center (FCC) at the Eastern Colorado VA Healthcare System. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 19, Eastern Colorado VA Healthcare System - Scope of Services: - Storage and maintenance of a large government-furnished medical cache, including climate-controlled storage within 25 miles of Denver International Airport - Inventory management, battery rotation, and conditioning for medical and office equipment - Transportation and setup of the medical cache for emergency response, training, and exercises - Support staffing for FCC functional exercises, training, and real-world activations - Digital inventory management system with secure website access - Post-activation reporting and assistance with equipment replacement - Products and Equipment: - Extensive list of medical and office supplies, including (but not limited to): - Litters, IV poles, N-95 masks, gloves (multiple sizes), stretchers, IV sets, triage equipment, two-way radios, laptops, barcode scanners, folding cots, and various medical consumables - Key part numbers include: 60-0001 (Litters), 3M 1860 (N-95 Mask), IV4173-15 (Primary IV Set), DTR650 (Two-way Radio), SH11C (Folding Cot), and many more - Quantities: - Quantities range from single units (e.g., 1 Thermoscan) to bulk items (e.g., 400 Lanyards, 94 Syringes, 400 Earplugs) - Notable Requirements: - Storage must be climate-controlled and secure - Contractor must participate in at least one functional exercise per year - All services must comply with VA limitations on subcontracting (VAAR 852.219-75) - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Insurance certification and past performance documentation required - All proprietary information must be properly marked - Period of Performance: - Base year plus four option years (total up to 5 years) - Place of Performance: - Rocky Mountain Regional VA Medical Center, 1700 N. Wheeling St., Aurora, CO 80045 - Storage facility must be within 25 miles of Denver International Airport - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation; products include items from well-known manufacturers such as 3M (N-95 masks), Motorola (barcode scanners), and Accu-Chek (glucometer), but these are referenced by product type/part number only.

Description

Request for Quote (RFQ) #: 36C25926Q0343 VA Federal Coordination Center (FCC) Medical Cache Maintenance, Storage, Setup and Transportation for Eastern Colorado Healthcare System (ECHCS) For a base year plus 4 additional option years. 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. Deadline for all questions: 12:00pm MT, Mar 30, 2026. 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 Submission: Quotes are to be provided to thaddeus.gray@va.gov no later than 12:00pm MT, Apr 03, 2026. 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 36C25926Q0343. 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) 2026-01 effective March 13, 2026. The North American Industrial Classification System (NAICS) code for this procurement is 624230 - Commercial and Industrial Machinery and Equipment Repair and Maintenance with a business size standard of $41.5 Million. This solicitation is 100% set-aside for service-disabled veteran owned small businesses (SDVOSB). List of Line Items Line Item Description Quantity Unit of Measure Unit Price ($) Total Price ($) 0001Storage of Government Property Medical Cache - BASE YEAR POP: 7/26/2026-7/25/2027.12MO 0002FCC Functional Exercise and Training Support Staffing x 4-6 - BASE YEAR POP: 7/26/2026-7/25/2027.6EA 0003Mobilization of Medical Cache (Semi & Mileage) - BASE YEAR POP: 7/26/2026-7/25/2027.1EA 1001Storage of Government Property Medical Cache - OPTION YEAR 1: 7/26/2027-7/25/2028.12MO 1002FCC Functional Exercise and Training Support Staffing x 4-6 - OPTION YEAR 1: 7/26/2027-7/25/2028.6EA 1003Mobilization of Medical Cache (Semi & Mileage) - OPTION YEAR 1: 7/26/2027-7/25/2028.1EA 2001Storage of Government Property Medical Cache - OPTION YEAR 2: 7/26/2028-7/25/2029.12MO 2002FCC Functional Exercise and Training Support Staffing x 4-6 - OPTION YEAR 2: 7/26/2028-7/25/2029.6EA 2003Mobilization of Medical Cache (Semi & Mileage) - OPTION YEAR 2: 7/26/2028-7/25/2029.1EA 3001Storage of Government Property Medical Cache - OPTION YEAR 3 POP: 7/26/2029-7/25/2030.12MO 3002FCC Functional Exercise and Training Support Staffing x 4-6 - OPTION YEAR 3 POP: 7/26/2029-7/25/2030.6EA 3003Mobilization of Medical Cache (Semi & Mileage) - OPTION YEAR 4: 7/26/2029-7/25/2030.1EA 4001Storage of Government Property Medical Cache - OPTION YEAR 4 POP: 7/26/2030-7/25/2031.12MO 4002FCC Functional Exercise and Training Support Staffing x 4-6 - OPTION YEAR 4 POP: 7/26/2030-7/25/2031.6EA 4003Mobilization of Medical Cache (Semi & Mileage) - OPTION YEAR 4 POP: 7/26/2030-7/25/2031.1EA Grand Total ($): [To be filled] Description of Requirements The requirement is for VA Federal Coordination Center (FCC) Medical Cache Maintenance, Storage, Setup and Transportation. Please reference attached Performance Work Statement (PWS). Delivery and Acceptance Delivery and acceptance are to be F.O.B Destination (RFO 52.247-34) at the VA Eastern Colorado Health Care System (ECHCS), located at: Eastern Colorado VA Healthcare System Rocky Mountain Regional VAMC 1700 N. Wheeling St. Aurora, CO 80045 Instructions to Offerors 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 is found to be prejudicial to competing contractors, 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: Technical capability or quality offered to meet the Government requirement; Price; Past Performance; Completion of VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. Volume I - Technical capability or quality to meet the Government requirement The offeror shall submit its quote demonstrating how it meets the requirements of the Performance Work Statement (PWS) and solicitation. Offeror shall include bond coverage, insurance certification, and company’s authorized personnel list, as needed. Volume II - Price The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. The offeror shall price the base and all option year line items. Volume III - Past Performance Offerors shall provide up to three (3) recent and relevant past efforts to demonstrate how well it performed the contract. If a completed Contractor Performance Assessment Reporting System (CPARS) evaluation is available, it shall be submitted. If not providing CPARS evaluation, past performance references must include contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract. To be relevant, the effort must be similar in nature of work, size, magnitude, complexity, and scope of this procurement. To be recent, past performance is defined as not more than five years from the RFQ release date of this solicitation. Volume IV - VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction 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 624230) 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. (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: Technical capability or quality offered to meet the Government requirement Price Past Performance 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. 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 II. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. 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 service offered to the Government requirement, as stated in Factor 1 shall not be selected regardless of price. Factor III. Past Performance: The Government will evaluate on how well the offeror identified performance relates to the requirement procured under the PWS for this procurement to determine relevancy. How well the offeror performed on identified contracts shall be used to assess performance confidence. The Government may use other methods to evaluate past performance, including but not limited to review of Contractor Performance Assessment Reporting System (CPARS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials; and as appropriate, the Defense Contract Management Agency (DCMA) Acquisition Information Repository, accessible through the Defense Technical Information Center website. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. If offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered nonresponsive. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s). (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. Incorporated RFO Clauses by Reference Applicable Number Title Source X52.203-6 with Alt IRestrictions on Subcontractor Sales to the GovernmentStatute X52.203-13Contractor Code of Business Ethics and ConductStatute X52.203-17Contractor Employee Whistleblower RightsStatute X52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or StatementsStatute X52.204-9Personal Identity Verification of Contractor PersonnelOther X52.204-13System for Award Management MaintenanceStatute 52.204-91Contractor identificationOther X52.209-6Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentStatute X52.209-9Updates of Publicly Available Information Regarding Responsibility MattersStatute X52.209-10Prohibition on Contracting with Inverted Domestic CorporationsStatute 52.219-4Notice of Price Evaluation Preference for HUBZone Small Business ConcernsStatute X52.219-6Notice of Total Small Business Set-AsideStatute X52.219-6 with Alt INotice of Total Small Business Set-Aside, with Alternate IStatute X52.219-8Utilization of Small Business ConcernsStatute 52.219-9Small Business Subcontracting PlanStatute 52.219-9 with Alt ISmall Business Subcontracting Plan, with Alternate IStatute 52.219-9 with Alt IISmall Business Subcontracting Plan, with Alternate IIStatute 52.219-9 with Alt IIISmall Business Subcontracting Plan, with Alternate IIIStatute 52.219-9 with Alt IVSmall Business Subcontracting Plan, with Alternate IVStatute X52.219-14Limitations on SubcontractingStatute 52.219-16Liquidated Damages Subcontracting PlanStatute 52.219-33Nonmanufacturer RuleStatute X52.222-3Convict LaborEO X52.222-19Child Labor Cooperation with Authorities and RemediesEO X52.222-35Equal Opportunity for VeteransStatute 52.222-35 with Alt IEqual Opportunity for Veterans, with Alternate IStatute X52.222-36Equal Opportunity for Workers with DisabilitiesStatute 52.222-36 with Alt IEqual Opportunity for Workers with Disabilities, with Alternate IStatute X52.222-37Employment Reports on VeteransStatute X52.222-40Notification of Employee Rights Under the National Labor Relations ActEO X52.222-41Service Contract Labor StandardsStatute X52.222-42Statement of Equivalent Rates for Federal HiresStatute X52.222-43Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)Statute 52.222-44Fair Labor Standards Act and Service Contract Labor Standards-Price AdjustmentStatute X52.222-50Combating Trafficking in PersonsStatute 52.222-50 with Alt ICombating Trafficking in Persons, with its Alternate IStatute 52.222-51Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment RequirementsOther 52.222-53Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services RequirementsOther X52.222-54Employment Eligibility VerificationEO X52.222-62Paid Sick Leave Under Executive Order 13706EO 52.223-9Estimate of Percentage of Recovered Material Content for EPA-Designated ItemsStatute 52.223-9 with Alt IEstimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate IStatute 52.223-11Ozone-Depleting Substances and High Global Warming Potential HydrofluorocarbonsStatute 52.223-12MaintenanceStatute 52.223-20AerosolsStatute 52.223-21FoamsStatute X52.223-23Sustainable Products and ServicesStatute 52.224-3Privacy TrainingStatute 52.224-3 with Alt IPrivacy Training, with Alternate IStatute 52.225-1Buy American-SuppliesStatute 52.225-1 with Alt IBuy American-Supplies, with Alternate IStatute 52.225-3Buy American-Free Trade Agreements-Israeli Trade ActStatute 52.225-3 with Alt IIBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IIStatute 52.225-3 with Alt IIIBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IIIStatute 52.225-3 with Alt IVBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IVStatute 52.225-5Trade AgreementsStatute 52.225-19Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United StatesOther 52.225-26Contractors Performing Private Security Functions Outside the United StatesStatute 52.226-4Notice of Disaster or Emergency Area Set-AsideStatute 52.226-5Restrictions on Subcontracting Outside Disaster or Emergency AreaStatute X52.226-8Encouraging Contractor Policies to Ban Text Messaging While DrivingEO 52.229-12Tax on Certain Foreign ProcurementsStatute 52.232-29Terms for Financing of Commercial Products and Commercial ServicesStatute 52.232-30Installment Payments of Commercial Products and Commercial ServicesStatute X52.232-33Payment by Electronic Funds Transfer System for Award ManagementStatute 52.232-34Payment by Electronic Funds Transfer Other than System for Award ManagementStatute 52.232-36Payment by Third PartyStatute X52.232-40Providing Accelerated Payments to Small Business SubcontractorsStatute 52.232-90Fast Payment ProcedureStatute X52.233-3Protest After AwardStatute X52.233-4Applicable Law for Breach of Contract ClaimStatute X52.240-91Security Prohibitions and ExclusionsStatute 52.240-91 with Alt ISecurity Prohibitions and Exclusions, with Alternate IStatute 52.240-92Security RequirementsOther 52.240-92 with Alt IISecurity Requirements with Alternate IIOther 52.240-93Basic Safeguarding of Covered Contractor Information Systems X52.244-6Subcontracts for Commercial Products and Commercial ServicesStatute 52.247-64Preference for Privately Owned U.S.-Flag Commercial VesselsStatute 52.247-64 with Alt IPreference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate IStatute 52.247-64 with Alt IIPreference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate IIStatute 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. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.245-1 GOVERNMENT PROPERTY (SEP 2021) (a) Definitions. As used in this clause: Cannibalize: to remove parts from Government property for use or for installation on other Government property. Contractor-acquired property: property acquired, fabricated, or otherwise provided by the Contractor for performing a contract, and to which the Government has title. Contractor inventory: (1) Any property acquired by and in the possession of a Contractor or subcontractor under a contract for which title is vested in the Government and which exceeds the amounts needed to complete full performance under the entire contract; (2) Any property that the Government is obligated or has the option to take over under any type of contract, e.g., as a result either of any changes in the specifications or plans thereunder or of the termination of the contract (or subcontract thereunder), before completion of the work, for the convenience or at the option of the Government; and (3) Government-furnished property that exceeds the amounts needed to complete full performance under the entire contract. Contractor's managerial personnel: the Contractor's directors, officers, managers, superintendents, or equivalent representatives who have supervision or direction of (1) All or substantially all of the Contractor's business; (2) All or substantially all of the Contractor's operation at any one plant or separate location; or (3) A separate and complete major industrial operation. Demilitarization: rendering a product unusable for, and not restorable to, the purpose for which it was designed or is customarily used. Discrepancies incident to shipment: any differences (e.g., count or condition) between the items documented to have been shipped and items actually received. Equipment: a tangible item that is functionally complete for its intended purpose, durable, nonexpendable, and needed for the performance of a contract. Equipment is not intended for sale, and does not ordinarily lose its identity or become a component part of another article when put into use. Equipment does not include material, real property, special test equipment or special tooling. Government-furnished property: property in the possession of, or directly acquired by, the Government and subsequently furnished to the Contractor for performance of a contract. Government-furnished property includes, but is not limited to, spares and property furnished for repair, maintenance, overhaul, or modification. Government-furnished property also includes contractor-acquired property if the contractor-acquired property is a deliverable under a cost contract when accepted by the Government for continued use under the contract. Government property: all property owned or leased by the Government. Government property includes both Government-furnished and Contractor-acquired property. Government property includes material, equipment, special tooling, special test equipment, and real property. Government property does not include intellectual property and software. Loss of Government property: unintended, unforeseen or accidental loss, damage or destruction to Government property that reduces the Government's expected economic benefits of the property. Loss of Government property does not include purposeful destructive testing, obsolescence, normal wear and tear or manufacturing defects. Loss of Government property includes, but is not limited to: (1) Items that cannot be found after a reasonable search; (2) Theft; (3) Damage resulting in unexpected harm to property requiring repair to restore the item to usable condition; or (4) Destruction resulting from incidents that render the item useless for its intended purpose or beyond economical repair. Material: property that may be consumed or expended during the performance of a contract, component parts of a higher assembly, or items that lose their individual identity through incorporation into an end item. Material does not include equipment, special tooling, special test equipment or real property. Nonseverable: property that cannot be removed after construction or installation without substantial loss of value or damage to the installed property or to the premises where installed. Precious metals: silver, gold, platinum, palladium, iridium, osmium, rhodium, and ruthenium. Production scrap: unusable material resulting from production, engineering, operations and maintenance, repair, and research and development contract activities. Production scrap may have value when re-melted or reprocessed, e.g., textile and metal clippings, borings, and faulty castings and forgings. Property: all tangible property, both real and personal. Property Administrator: an authorized representative of the Contracting Officer appointed in accordance with agency procedures, responsible for administering the contract requirements and obligations relating to Government property in the possession of a Contractor. Property records: the records created and maintained by the contractor in support of its stewardship responsibilities for the management of Government property. Provide: to furnish, as in Government-furnished property, or to acquire, as in contractor-acquired property. Real property: See Federal Management Regulation 102-71.20 (41 CFR 102-71.20). Sensitive property: property potentially dangerous to the public safety or security if stolen, lost, or misplaced, or that shall be subject to exceptional physical security, protection, control, and accountability. Examples include weapons, ammunition, explosives, controlled substances, radioactive materials, hazardous materials or wastes, or precious metals. Unit acquisition cost: (1) For Government-furnished property, the dollar value assigned by the Government and identified in the contract; and (2) For contractor-acquired property, the cost derived from the Contractor's records that reflect consistently applied generally accepted accounting principles. (b) Property management. (1) The Contractor shall have a system of internal controls to manage (control, use, preserve, protect, repair, and maintain) Government property in its possession. The system shall be adequate to satisfy the requirements of this clause. In doing so, the Contractor shall initiate and maintain the processes, systems, procedures, records, and methodologies necessary for effective and efficient control of Government property. The Contractor shall disclose any significant changes to its property management system to the Property Administrator prior to implementation of the changes. The Contractor may employ customary commercial practices, voluntary consensus standards, or industry-leading practices and standards that provide effective and efficient Government property management that are necessary and appropriate for the performance of this contract (except where inconsistent with law or regulation). (2) The Contractor's responsibility extends from the initial acquisition and receipt of property, through stewardship, custody, and use until formally relieved of responsibility by authorized means, including delivery, consumption, expending, sale (as surplus property), or other disposition, or via a completed investigation, evaluation, and final determination for lost property. This requirement applies to all Government property under the Contractor's accountability, stewardship, possession or control, including its vendors or subcontractors (see paragraph (f)(1)(v) of this clause). (3) The Contractor shall include the requirements of this clause in all subcontracts under which Government property is acquired or furnished for subcontract performance. (4) The Contractor shall establish and maintain procedures necessary to assess its property management system effectiveness and shall perform periodic internal reviews, surveillances, self assessments, or audits. Significant findings or results of such reviews and audits pertaining to Government property shall be made available to the Property Administrator. ... (Text truncated for brevity) ...

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in