Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06. This solicitation is set-aside for 100% Service-Disabled Veteran-Owned Small Business concerns IAW FAR 19.1405 SDVOSB Set-aside procedures, and VAAR Subpart 819.70, the VA Veterans First Contracting Program. The associated North American Industrial Classification System (NAICS) code for this procurement is 541620, with a small business size standard of $19.0 Million. The FSC/PSC is F103. The VA Loma Linda Healthcare System (VALLHCS), Jerry L. Pettis VA Medical Center (VAMC), located at 11201 Benton Street, Loma Linda, CA 92357-1000 is seeking to purchase underground storage tank compliance and inspection services. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Underground Storage Tank Compliance and Inspection 1 YR 1001 Underground Storage Tank Compliance and Inspection 1 YR 2001 Underground Storage Tank Compliance and Inspection 1 YR 3001 Underground Storage Tank Compliance and Inspection 1 YR 4001 Underground Storage Tank Compliance and Inspection 1 YR STATEMENT OF WORK (SOW) Contract Title VA Loma Linda Healthcare System s (VALLHS) Underground Storage Tank Compliance & Inspection Service Background The Department of Veteran Affairs Loma Linda Healthcare services system operates multiple sites with underground storage tanks (USTs) used for fuel storage and facility operations. These USTs must be regularly inspected and maintained to ensure compliance with federal, state (California), and local regulations, The VA seeks a qualified contractor to provide full UST compliance inspection services, employee training and regulatory certification in accordance with all applicable laws. Objective The objective of this contract is to procure professional UST compliance and inspection services for five (5) VA sites within the Loma Linda healthcare System. These services are necessary to ensure safe UST operations, maintain environmental compliance, and avoid regulatory violations. Scope The contractor shall provide all labor, equipment, materials, transportation, supervision and administrative support necessary to perform the fallowing services for five (5) USTs at VA Loma Linda Healthcare System. UST Compliance services: Ensure full compliance with EPA, OSHA, CalEPA, California Health and Safety Code, SB989, and San Bernardino County Hazmat standards. Coordinate inspections and services with the VA boiler Plant Supervision Designated Underground Storage Tank Operator Service (Due Every 30 Days): Provide Annual Site-Specific On-The-Job UST Training for Facility Employees with Fuel System Responsibilities. The UST Training to Include the Following: Emergency Contact Information. Spill/Overfill Response Procedures. Monitoring Equipment Operation and Alarm Response. Train VA staff responsible for UST operations and emergency response. Provide training documents, roster and certificates of completion. Operation of the UST in a manner consistent with Best Management Practice (BMP s) 4.4 Perform Visual Inspections of The UST Facility and Record Results on An Inspection Report and Provide to Owner/Operator. Inspections to Include the Following: Review Alarm History for Previous Month and Check That Each Alarm was Responded to Appropriately. Inspect Spill Containers and Under-Dispenser Containment (UDC) Sumps for Water, Debris, and Hazardous Substances. Check That Monitoring Equipment in Under-Dispenser Containment Is Located in the Proper Position for Leak Detection. Inspect Tank Sumps for Water, Debris, Or Hazardous Substances, and for Proper Positioning of the Monitoring Equipment in The Sump (Required Only When There Has Been an Alarm in That Sump Within the Last Month, and There Is No Record of a Service Visit). Check That All Required UST Testing and Maintenance has Been Completed (Annual Monitoring System Certification, Integrity Testing, Secondary Containment Testing, Etc.) Notify the Owner/Operator of Any/All Conditions That Require Follow-Up Action. Document All DUSTO Inspections on Visual Inspection Checklist Forms as Required for Recordkeeping Vapor Recovery Testing Services Complete and Send in the Test Notification of Vapor Recovery Equipment to Applicable Air District. Provide Both Verbal and Written Notification to the Gasoline Dispensing Facility (GDF) Manager for the Upcoming Vapor Recovery Test Date and System Requirements. Perform Pre-Test Inspection on the Entire Vapor Control System to Identify any Potential Failures. Perform Minor Repairs During the Pre-Test Inspection on the Vapor Control System (Excludes Any/All Replacement Parts and Labor More Than 15 Minutes). Perform Final Inspections Per Applicable Executive Order Located on the Permit to Operate. Document All Test Results on the Applicable Jurisdiction Compliance Test Forms as Required for Recordkeeping Annual Monitor Certification: Notify and Coordinate with the Local CUPA Agency. Test and Certify One (1) Tank Monitoring System, and All Associated Leak Sensors in the Presence of a CUPA Inspector. Perform Hydrostatic Testing on the Spill Containers. Perform 3.0 GPH Inspection on the Line Leak Detectors. Install New Certification Labels/Tags on All Components Inspected. Document/Record All Testing Results on (SWCRB) State Approved Inspection Forms. Send One (1) Hard Copy of Annual Monitoring Certification Forms to the Owner/Operator, and the Local CUPA within (30) Thirty Days of the Inspection Date Tri-Annual Secondary Containment (SB-989) Inspection: Notify and Coordinate with The County of San Diego Department of Environmental Health (DEH). Conduct Vacuum Integrity Tests on Interstitial Spaces. Conduct Pressurized Line Test on Secondary Lines. Conduct Hydrostatic Tests on Fill Sumps. Conduct Hydrostatic Tests on Turbine Sumps.\Conduct Hydrostatic Tests on (UDC s) Under Dispenser Containment Pans. Document/Record All Testing Results on (SWCRB) State Approved Inspection Forms. REMOVE All Test Water from Site Upon Completion of the Inspection. Send One (1) Hard Copy of Triennial Secondary Containment Inspection Forms to The Owner/Operator, and County of San Diego - DEH Email as Required for Recordkeeping Within 30-Days of Test Date. 4.8 Triennial Overfill Prevention Equipment Inspection: Notify and Coordinate with The County of San Diego Department of Environmental Health (DEH). Test Audio/Visual Overfill Alarm on (T1: 87 Unleaded) UST. Test Ball Float Valve on (T1: 87 Unleaded) UST. Remove Overfill Prevention Equipment Valves on (T2: Diesel, T3: Bulk Diesel, T4: 10WT New Oil, T5: 30WT New Oil, T6:90WT New Oil) USTs to Perform OPE Inspection. Re-Install All Overfill Prevention Equipment back into their Respective UST s. Document/Record All Testing Results on (SWCRB) State Approved Inspection Forms. Send One (1) Hard Copy of Triennial Overfill Prevention Equipment Inspection Forms to The Owner/Operator, and County of San Diego - DEH Email as Required for Recordkeeping Within 30-Days of Test Date. The purchase order/contract period of performance is one year and four (4) option years, inclusive of all unexercised options. Place of Performance/Place of Delivery Address: Department of Veterans Affairs VA Loma Linda Healthcare System (VALLHCS) Jerry L. Pettis VA Medical Center (VAMC) 11201 Benton Street Loma Linda, CA Postal Code: 92357-1000 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (DEVIATION OCT 2025) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (DEVIATION OCT 2025) FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (JAN 2017) FAR 52.204-7, System for Award Management Registration. (DEVIATION NOV 2025) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (DEVIATION OCT 2025) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017) FAR 52.204-13, System for Award Management-Maintenance (DEV NOV 2025) FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (DEVIATION NOV 2025) FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. (DEVIATION NOV 2025) FAR 52.217-8, Option to Extend Services. (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-6, Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (DEV NOV 2025) FAR 52.219-14, Limitations on Subcontracting. (DEV NOV 2025) FAR 52.222-36, Equal Opportunity for Workers with Disabilities. (DEV NOV 2025) FAR 52.222-37, Employment Reports on Veterans. (DEV NOV 2025) FAR 52.222-41, Service Contract Labor Standards. (DEV NOV 2025) FAR 52.222-50, Combating Trafficking in Persons. (DEV NOV 2025) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706. (DEV NOV 2025) FAR 52.223-23, Sustainable Products. (DEV NOV 2025) FAR 52.225-1, Buy American-Supplies. (DEV NOV 2025) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving. (MAY 2024) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. (OCT 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (MAR 2023) FAR 52.233-3, Protest after Award. (DEVIATION NOV 2025) FAR 52.233-4, Applicable Law for Breach of Contract Claim. (DEVIATION NOV 2025) FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services. (DEVIATION OCT 2025) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.219-73, VA Small Business Subcontracting Plan Minimum Requirements (JAN 2023) (DEVIATION) VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) All quoters shall submit the following: All information required by FAR 52.212-1(b) Submission of Offers. All quotes shall be sent to the Network Contracting Office (NCO) Stephanie.Naron@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The following are the decision factors: Price, and past performance, with price more important. Past performance will be based on CPARS and FAPIIS ratings. No rating in CPARS is equal to a neutral rating. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:" Quoters shall list exceptions and rationale for the exceptions, if any. Questions shall be received in writing no later than 02/04/2026, 10:00 MST at Stephanie.Naron@va.gov only. Subject line should include RESPONSE TO RFQ 36C26226Q0125. Final submission of your response shall be received in writing not later than 02/09/2026, 10:00 MST at Stephanie.Naron@va.gov only. Subject line should include RESPONSE TO RFQ 36C26226Q0125. Submissions shall include your quote using the attached schedule as well as a capabilities statement with qualifications proving all certifications and education required for the work being conducted in the SOW, as this is highly scientific and regulated. Submissions not meeting all requirements of the SOW will be considered ineligible for award. Quotes should be based on the information provided as no discussions will be allowed. This solicitation is being made under FAR 13.106-2(b)(3) using Simplified Acquisition Procedures. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Phone calls with questions will not be accepted. Point of Contact Stephanie Naron, Contract Specialist, Stephanie.Naron@va.gov.