Description
The above referenced solicitation is hereby amended as follows: 1. EXTENSION OF OFFER DUE DATE The due date for receipt of offers is hereby extended. Original Due Date: April 24, 2026 at 4:00 PM EST New Due Date: May 1, 2026 at 4:00 PM EST 2. QUESTIONS AND ANSWERS (Q&A) Question 1: Would the Government consider an offer from a Service-Disabled Veteran-Owned Small Business (SDVOSB) prime contractor that proposes to utilize a subcontractor to perform on-site destruction services, including issuance of the Certificate of Destruction? Answer 1: Yes. The Government will consider offers submitted by SDVOSB prime contractors that propose the use of subcontractors. However, offerors must comply with the limitations on subcontracting in accordance with VAAR 852.219-75. For services, the SDVOSB prime contractor is required to perform at least 50 percent of the cost of personnel for contract performance. The prime contractor must remain responsible for overall contract performance and demonstrate in its proposal how it will meet this requirement. Question 2: May the requirement to maintain NAID AAA certification (or equivalent) be satisfied through the subcontractor s qualifications and processes, or must the prime contractor itself hold the certification? Answer 2: The Government will accept certification held by the entity performing the on-site destruction services, provided all applicable standards are met. Offerors are responsible for clearly demonstrating in their proposal how all requirements, including certification and performance responsibilities, will be satisfied. Additional Information: The Government will evaluate proposals for compliance with all solicitation requirements, including limitations on subcontracting. Question 3: Waycross VA Outreach Clinic did not have a frequency listed. Would this location fall under weekly, bi-weekly, or every 4 weeks services? Answer 3: The Waycross VA Outreach Clinic shall be serviced on an every six (6) weeks basis. Offerors shall base their pricing on this service frequency. Any changes to service frequency after award will be coordinated by the Government in accordance with the terms of the contract. Question 4: There are two (2) CLINs for each location. Can you please clarify the distinction between the two CLINs? For example, what is the distinction between CLIN 0047 and CLIN 0047AA? Answer 4: Each location includes a primary CLIN and a corresponding subCLIN (e.g., 0047 and 0047AA), which serve different purposes within the pricing structure. The primary CLIN (e.g., 0047) is provided for informational purposes only and identifies the location and required service frequency (e.g., weekly, bi-weekly, every four weeks, etc.). The corresponding subCLIN (e.g., 0047AA) identifies the quantity and size of containers assigned to that location. Offerors shall enter pricing in the subCLINs only (e.g., 0047AA). The primary CLINs (e.g., 0047) shall not be separately priced. Pricing submitted in the subCLINs shall represent the total monthly cost to perform all required services for that location, including all pickups and servicing of the containers identified in the subCLIN. Additional Clarifications: For all locations, pricing shall be inclusive of all labor, equipment, transportation, supervision, and any other costs necessary to perform the services in accordance with the Performance Work Statement (PWS). END OF QUESTIONS AND ANSWERS 3. ALL OTHER TERMS AND CONDITIONS All other terms and conditions of the solicitation remain unchanged.