Attachment 1: Combined Synopsis-Solicitation for Commercial Products and Commercial Services Description: This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, 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 (eff. 10/01/2025), FAR Deviation NOV 2025 (eff. 11/19/2025), VAAR DEVIATION APR 2025 (eff. 04/01/2025), VAAM Alert 26-01 (eff. 10/01/2025), and Acquisition Policy Flash 26-23 eff. 11/19/2025) FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022). 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. All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. This is This is mandatory and the sole method for submitting invoices and accomplished through the Tungsten Network located at: http://www.fsc.va.gov/einvoice.asp. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380 Testing Laboratories, with a small business size standard of $19.0 Million (per SBA). The FSC/PSC is H945 Quality Control, Testing, and Inspection: Plumbing, Heating, and Waste Disposal Equipment. The VA Loma Linda Healthcare System (VALLHCS), Station 605, located at 11201 Benton Street, Loma Linda, CA 92357, is seeking to purchase qualified contractor services to provide Inspection and Certification of Fume Hoods, Ventilators, Biological Safety Cabinets, and Isolators in accordance with the attached Statement of Objectives (SOO) and applicable regulatory standards. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 1001 Bi-Annual Inspection/Certification & Testing Two cycles/year for 59 units each cycle, including travel, accreditation, hazmat handling, reporting, and labeling. 118 EA ________ 1002 Monthly Viable Surface & Air Sampling 10 locations × 12 months, including travel, accreditation, hazmat handling, and reporting. 120 EA ________ 1003 Over-and-Above Repairs Labor Annual contingency. 200 HR (NTE) ________ 1004 Over-and-Above Repairs Materials/Parts Annual contingency ceiling. 1 LOT (NTE) ________ 1001 Bi-Annual Inspection/Certification & Testing Two cycles/year for 59 units each cycle, including travel, accreditation, hazmat handling, reporting, and labeling. 118 EA ________ 1002 Monthly Viable Surface & Air Sampling 10 suites × 12 months, including travel, accreditation, hazmat handling, and reporting. 120 EA ________ STATEMENT OF OBJECTIVES (SOO) TITLE: VA Loma Linda Healthcare System s (VALLHCS) Inspection & Certification of Fume Hoods, Ventilators, Biological Safety Cabinets, and Isolators. BACKGROUND INFORMATION: VA LOMA LINDA HEALTHCARE CENTER provides high quality care while ensuring the safety of its staff, patients, and visitors. A critical component of this commitment involves ensuring that all fume hoods, ventilators, biological safety cabinets, and isolators within the VA facilities are functioning optimally and meet applicable regulatory standards. Regular inspection and certification of this equipment are essential for supporting clinical, research, and pharmaceutical operations while protecting personnel and the environment from hazardous materials. PARTS and EQUIPMENT LIST: The contractor shall provide semi-annual inspections, certifications and testing on the equipment listed below: Location Manufacturer Model Serial Number Item Number 2C05 Labconco 36209-04 020119684E 26754 2C05 Laboratory Equipment Company (LEC) H7-48 H7-48H 40092 2C07 LEC H7-48G H7-48G Unknown 2C07 Labconco 36209-00 247536 40138 2C22 Fisher Scientific FB-PCR2 1591080398158 41427 2C24 LEC H7-48D H7-48D 40096 2C22 LEC H7-48E H7-48E 40094 2C25 LEC H7-48C H7-48C 40095 2C26 LEC H7-48B H7-48B 40097 2C27 Labconco Premier 160729357B Unknown 2C28 Labconco Premier 160729358B Unknown 2C29 Labconco 3440000 70976549 39977 2C30 Labconco Premier 160729356B Unknown 3C28 LEC H7-48S H7-48S 40112 3C27 LEC H7-48R H7-48R 40111 4C22B Labconco H7-48CC H7-48CC 40122 4C22B ThermoFisher Scientific 1284 18565-370 45031 4C22B Labconco 36209-08 257688 16334 4C25 LEC H7-48AA H7-48AA 40124 4C02 LEC H7-48V H7-48V Unknown 4C02 Labconco 36209-00 214517 9615 4C03 LEC H7-48U H7-48U 40118 4C04 LEC H7-48Y H7-48Y Unknown 4C04 Labconco 3620904 010916879E 45029 4C05 LEC H7-48W H7-48W Unknown 4C05 AirClean Systems, Inc AC648LFUVC 42337 44237 4C06 LEC H7-48X H7-48X 40121 4C06 Fisher Scientific PCR - Unknown 1B25 Mopec ME400 ME400L09002 45782 4C07 LEC H7-48Z H7-48Z 6946 4C07 Labconco 3440000 70976500 39976 1B28 BMC 6315-08 1DLA-26 45027 4C07 Labconco 3440809 080891842B 45030 1B49 LEC H3-72 143-72 45022 4C07 Labconco 36209-01 192918 8742 1B28C NuAire, Inc LabGard NU-629 12697011108 43090 1B51A BMC 6315-08 1LLB-38 45018 1B51A BMC 6315-08 1LLB-28 45019 1B51H BMC 6315-08 1LLC-2 45020 1B50A BMC 6315-08 1LLB-15 45017 1B50 BMC 6315-08 1LLB-9 45016 1B50 BMC 6315-08 1LLA-21 45015 1B30 NuAire, Inc LabGard NU-629 126966111008 43091 1B21 NuAire, Inc LabGard NU-629 126965111008 43092 1B22 NuAire, Inc LabGard NU-629 126971111008 43090 1B22 NuAire, Inc LabGard NU-629 126967111008 43093 1B23 NuAire, Inc NU-612-SPEC 80565103002 45023 1B22 NuAire, Inc LabGard NU-602-400 11674091301 40299 1B25 Labconco 36209-04 990906254 28319 2C-125 Germfree Laboratories, Inc LFGI-6USP 6S-15-LGU-16441 67087 (Pharmacy - Bldg. 31 Cancer CTR) 2C-125 Germfree Laboratories, Inc LFGI-6USP 6S-15-LGU-16440 67088 (Pharmacy - Bldg. 31 Cancer CTR) 1C-27 Baker Co EdgeGard HF EGB6252 67642 40255 (Pharmacy - Main) 1C-27 Baker Co EdgeGard HF EGB6252 67643 40168 (Pharmacy - Main) 1C-27 Germfree Laboratories, Inc LFGI-6USP 6S-15-LGU-13405 41505 (Pharmacy - Main) 1C-27 Germfree Laboratories, Inc LFGI-4USP 4S-15-LGU-13340 41506 (Pharmacy - Main) IV-Trailer Germfree Laboratories, Inc (Hazardous) BBF-3SSRX 3S-15-BR-16215 (Pharmacy) IV-Trailer Germfree Laboratories, Inc (Hazardous) BBF-3SSRX 3S-15-BR-16216 (Pharmacy) IV-Trailer Germfree Laboratories, Inc (Non-Hazardous) Vertical Laminar BVBI-3SSRX 3S-15-BVBI-16217 (Pharmacy) IV-Trailer Germfree Laboratories, Inc (Non-Hazardous) Vertical Laminar BVBI-3SSRX 3S-15-BVBI-16218 (Pharmacy) OBJECTIVES: The objective of this contract is to engage a certified contractor with proven expertise to provide monthly, bi-annual inspections, certification, testing and maintenance services for all fume hoods, ventilators, biological safety cabinets, Viable Particle Surface and Air Sampling and Analysis for medium risk facilities and isolators within (VALLHS) facilities. The contractor will ensure all equipment meets or exceeds current regulatory and safety standards, including but not limited to those set by the National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA), and United States Pharmacopeia (USP) SCOPE: The Contractor shall provide all parts labor, transportation, equipment, supervision, and certified personnel to perform on-site bi-annual and monthly inspections and certifications of Government-Owned Fume Hoods, Ventilation Devices, Biological Safety Cabinets (BSC), Laminar Flow Devices, Isolators, Biosafety Hazard Hoods, Sterile Workbenches, Radiation, Safety Hoods, Buffer, Ante Spaces, and Pharmacy Clean Rooms (see section 6.1). The Contractors shall be responsible for perform Hazmat disposal and testing including airflow, HEPA filter leakage, static pressure, site assessment, environmental conditions, smoke pattern, and particle counting. Contractor shall perform the following testing: Bi-annual Down flow velocity Inflow Velocity Airflow Smoke Pattern Test HEPA Filter leakage Static Pressure Reading (unit & Duct) Site Assessment Environmental conditions for temperature, humidity, and pressure Smoke test Pattern. Airborne non-viable particle counting The viable surface contamination survey was performed as per Reference 1 (USP 797-2022 Pharmaceutical Compounding Sterile Preparations), and Reference 2 (CETA-CAG-009-2020 Viable Environmental Monitoring for Sterile Compounding Facilities). The contractor shall provide monthly inspections, certifications and testing on the equipment listed below: Monthly Viable Particle Surface and Air Sampling and Analysis for medium risk facilities Contractor shall provide a Field Service Report (FSR) via email to the contracting officer Representative (COR within ten (10) days of completed service. Contractor shall provide the fallowing information: Type of equipment (i.e. Fume Hood) Manufacture Model Number Class (i.e. AII) Serial Number VA Equipment Entry (EE) number Building and Room the equipment is located in. Test date. Pass or Fail Date of next inspection Compliance Matrix Task Standard/Guideline Frequency Inspect & certify fume hoods, BSCs, isolators NSF/ANSI 49, USP <797>, USP <800> Bi-annual Viable particle sampling & analysis USP <797>, CETA CAG-009 Monthly Airflow & HEPA filter testing ISO 14644, IEST-RP-CC002 Bi-annual Environmental monitoring USP <1116>, ISO Class 5,7,8 Bi-annual Personnel accreditation NSF Biohazard Certifier Program Continuous The contractor shall revalidate the data if any equipment is added or removed. The contractor shall affix label to each unit that passes certification. The contractor shall affix labels on the day the inspection was passed or the certification date. The contractor shall provide label that includes: Company Name Mailing Address Telephone Number Certificate Name (Certificate of Environmental Compliance to CAL or OSHA and NFS standard NO.49) Equipment Manufacturer Equipment Name Inspection Date Date of Next Inspection Signature of Inspector Full Printed Name of Inspector Status: Certified Unit ID Number from contract The contractor shall affix label to each unit that fails certification. The contractor shall affix labels on the day of the failed inspection or certification. The contractor shall provide label that includes: Company Name Mailing Address Telephone number. Equipment manufacture Equipment Name Inspection Date Signature of inspector Full printed name of inspector Status: Failed Unit ID number from contract Company Name Mailing Address Telephone Number Equipment Manufacturer Equipment Name Inspection Date Signature of Inspector Full Printed Name of Inspector Status: Failed Unit ID Number from contract Contractor shall submit a written statement of repairs needed (to be referred to as Failed Inspection Report), including an itemized listing of parts deemed necessary to certify the unit. This must be submitted to the COR prior to leaving the facility on the day of attempted certification. This information must be written in detail so that the COR may pass it to a Repair Contractor (if selected to be different from the Certification Contractor) thus enabling this other contractor to bring all materials and parts needed at the time of service to effect repairs rendering the unit certifiable. If a hood is deemed non-repairable, not meeting industry standards, and failing the test requirements, the Contractor shall provide the COR with the Failed Inspection Report outlining specific non-repairable/replaceable parts that prevents certification on the same day of the inspection. The Contractor shall notify the COR verbally and through a written report of any equipment not being repaired to the COR prior to leaving the Government premises. Emergency line item - Over and above repairs. Over and Above Repairs - For the emergency services, repairs and maintenance that are over and above the SOW, if quote pricing is within the COR s Government Purchase Card (GPC) threshold, COR will authorize payment. For emergencies over the COR s GPC threshold, only the Contracting Officer (CO) is authorized to approve contract modifications. Additional services shall be approved by the Contracting Officer prior to the contractor initiating any work. The contractor shall provide an on schedule- quote to both the CO and COR for review and consideration. Additional funding will be provided by the facility as needed for payment. TRAINING The contractor personnel performing inspection and certification services shall be fully accredited and certified to conduct tests, evaluations and certifications of the equipment assigned. The contractor personnel shall have validated certification of Accreditation from National Sanitation Foundation (NSF) International: Biohazard Cabinet Field certifier Accreditation Program. The certificate of accreditation shall specify the initial and expiration dates, and this certification shall be verifiable on the NSF website and shall be provided to the COR ten (10) days following award. The contractor shall be required to update accredited contractor personnel certifications throughout the life of the contract as changes occur to staff. New employee credentials of accreditation for equipment on contract and training certificates must be submitted and approved by the COR prior to the employee commencing any work on this contract. INSPECTIONS The contractor shall perform inspections bi-annually. Inspections, certifications, and testing are to be completed within the first fifteen (15) working days of each scheduled service. Inspections shall be mutually agreed upon by the COR and contractor thirty (30) days prior to the inspection. The contractor is responsible for complying with the inspection schedules. PERIOD OF PERFORMANCE: 30 days from performance start date. Work may be scheduled during the day or night (Depending on load demand), Monday thru Friday and/or Saturday thru Sunday. During Pacific Standard Time periods listed below: Daytime hours: 6:00 AM to 4:00 PM Evening hours: 4:00 PM to 6:00 AM Contractor shall initiate work within 2 weeks of being contacted by the designated Contracting Officer s Point of Contact (POC) or designee. Work shall be scheduled through the POC or designee, who will coordinate with VALLHCS staff. Timelines are subject to change due to VALLHCS operational requirements. PLACE OF PERFORMANCE: VA Loma Linda Healthcare System Station 605 11201 Benton St. Loma Linda, CA 92357 LICENSING REQUIREMENTS: Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. ANSI certification of accreditation ISO/IEC 17025:2017 calibration and testing SPECIFIC REQUIREMENTS: Contractor shall schedule start date with POC or designee five (5) business days in advance. The contractor shall provide bi-annual or monthly inspection, Certifications, and testing on the equipment listed. Contactor personnel shall have valid Loma Linda PIV badges before starting work. Contractor shall coordinate energy source LOCK OUT /TAG OUT procedures with VALLHCS HVAC Supervisor before starting work. When work is complete, Contractor shall notify the VALLHCS HVAC Supervisor that energy sources will be restored and require verification. Contractor s supervisor or lead technician are to check in with VALLHCS HVAC Supervisor, or in their absence, with Graphics Control prior to work each day. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here, to include the following: Standard / Regulation Description Latest Edition / Status Official Source OSHA 29 CFR Occupational Safety and Health Standards Current https://www.osha.gov NFPA 99 Health Care Facilities Code 2024 Edition https://www.nfpa.org California Code of Regulations, Title 8 CAL/OSHA Safety Standards Current https://www.dir.ca.gov/title8/ NSF/ANSI 49 Biosafety Cabinetry Standard 2022 Edition https://www.nsf.org CDC/NIH BMBL Biosafety in Microbiological and Biomedical Laboratories 6th Edition (2020) https://www.cdc.gov/labs/BMBL.html NIH Guidelines Research Involving Recombinant DNA Molecules April 2019 Revision https://osp.od.nih.gov/biotechnology/nih-guidelines/ ASHP Guidelines Handling Hazardous Drugs in Healthcare Settings 2018 Edition https://www.ashp.org FDA Drug and Device Regulations Current https://www.fda.gov Joint Commission Accreditation Standards for Healthcare Current https://www.jointcommission.org CAL/OSHA 5154 Ventilation Requirements for Laboratory-Type Hood Operations Current https://www.dir.ca.gov/title8/5154.html ISO 14644 Cleanrooms and Controlled Environments Latest Edition https://www.iso.org ISO 17025 Testing and Calibration Laboratories Latest Edition https://www.iso.org ISO Class 5, 7, 8 Cleanroom Classification Defined in ISO 14644-1 https://www.iso.org CAG-003 & CAG-009 CETA Application Guides for Controlled Environments Current https://www.cetainternational.org IEST-RP-CC002 Cleanroom Recommended Practices Current https://www.iest.org USP 797 Sterile Compounding 2023 Revision https://www.usp.org USP 800 Hazardous Drugs Handling Current https://www.usp.org USP 1116 Microbial Contamination Risk Current https://www.usp.org Key Performance Indicators (KPI) Measurement Criteria Target Timely Completion of Inspections Percentage of inspections completed within 15 working days of scheduled date >= 95% Certification Accuracy Number of units correctly certified without rework 100% Compliance with Standards Adherence to OSHA, NFPA, USP, ISO, NSF requirements 100% Reporting Timeliness Field Service Reports submitted within 10 days of service >= 95% Labeling Compliance Correct certification labels affixed on all inspected units 100% Personnel Accreditation All technicians maintain valid NSF accreditation 100% AUTHORIZED SERVICES: Only those services specified herein are authorized under this contract. Before permitting and/or performing any service of a non-contract nature, the Contractor shall advise the CO of the reason (s) for the additional work and/or service. The Contractor is cautioned that only the CO or his/her designee may authorize additional service that are within the scope of this contract and that reimbursement shall not be made unless prior authorization is obtained from the CO. All changes to the contract shall be issued through a contract modification in writing from the CO to the Contractor. DELEGATION OF AUTHORITY: No additional service shall be provided without the approval from the Contracting Officer (CO) or his/her designee of this contract. The Contractor shall not accept any instructions issued by any other person(s) other than the CO or his/her delegated representative acting within the limits of his/her authority. GOVERNMENT-FURNISHED EQUIPMENT (GFE) GOVERNMENT FURNISHED INFORMATION (GFI): No Government equipment will be used by the Vendor. RECOGNIZED HOLIDAYS: In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following National holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays : Holiday Actual Date Observed Date Notes New Year s Day Thursday, January 1 Thursday, January 1 Standard holiday. Martin Luther King Jr. Day Monday, January 19 Monday, January 19 Observed on the third Monday in January. President s Day Monday, February 16 Monday, February 16 Observed on the third Monday in February. Memorial Day Monday, May 25 Monday, May 25 Observed on the last Monday in May. Juneteenth Independence Day Friday, June 19 Friday, June 19 Fixed date holiday. Independence Day Saturday, July 4 Friday, July 3 Falls on Saturday; observed on Friday, July 3. Labor Day Monday, September 7 Monday, September 7 Observed on the first Monday in September. Columbus Day Monday, October 12 Monday, October 12 Observed on the second Monday in October. Veterans Day Wednesday, November 11 Wednesday, November 11 Fixed date holiday. Thanksgiving Day Thursday, November 26 Thursday, November 26 Observed on the fourth Thursday in November. Christmas Day Friday, December 25 Friday, December 25 Fixed date holiday. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. CONTRACTOR EMPLOYEES AND BADGES: Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. Examples: wearing distinctive clothing such as uniform, badges, patches, etc. All contractor personnel shall be required to wear VA, always provided identification (I.D.) badges above the waist while on the VA grounds. Contractors shall be required to coordinate with the COR to obtain the VA provided I.D. badges for all staff. All VA provided I.D. badges shall be returned at the end of the contract or upon completion of service. Failure to wear ID badges may result in removal from any of the VA facilities and/or otherwise referring to Government property. SAFETY AND PPE EQUIPMENT: Personal Protective Equipment shall be provided for each Contractor employee by the Contractor. Possession of weapons is prohibited. SMOKING and VAPING POLICIES: Smoking and vaping are prohibited on Government property. PARKING: It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Security Service. The VA shall not invalidate or make reimbursement for parking violations of the Contractor's personnel under any circumstances. COMPLAINTS: Contractor shall promptly and courteously respond to complaints within three (3) working days to the COR. Including complaints brought to the contractor s attention by the CO. Contractor shall maintain a written record of all complaints, both written and oral, showing the identity of the individual, the nature of the complaint, and contractor s response. Contractor shall permit the Government to inspect the written records of complaints upon reasonable notice from the CO. Point of Contact: The contractor shall initiate work within 2 weeks of being contacted by the designated Contracting Officer s Point of Contact (POC) or designee. Work shall be scheduled through the POC or designee, who will coordinate with VALLHCS staff. Timelines are subject to change due to VALLHCS operational requirements. All time shall be approved in advance by the Representative (COR). Allow 5-days for approval of any alternate working hours needed. Contractor Point of Contact: The Contractor shall designate one (1) employee as the Point of Contact (POC) responsible for administrative matters in the performance of services under this contract. The POC shall have authority to act for Contractor on all matters relating to the daily performance of this contract. An alternate may be designated, but the Contractor shall notify the Contracting Officer and COR in writing those times when the alternate shall act as the POC. The Contractor shall provide the name and telephone number of the person designated as Point of Contact and Alternate on the space below: Point of Contact: Name, Title, Email Address, & Telephone Number. Alternate Point of Contact: Name, Title, Email Address, & Telephone Number. The purchase order period of performance is 02/01/2026 01/31/2027 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 following solicitation provisions and clauses apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. 1. FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) (DEVIATION OCT 2025) 2. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) 3. FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) (DEVIATION OCT 2025) 4. FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. (SEP 2024) 5. FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (JAN 2017) 6. FAR 52.204-7, System for Award Management Registration. (NOV 2024) (DEVIATION NOV 2025) 7. FAR 52.240-90, Security Prohibitions and Exclusions Representations and Certifications. (DEVIATION NOV 2025) 8. VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 9. FAR 52.217-5, Evaluation of Options. (JULY 1990) (DEVIATION NOV 2025) The following contract clauses apply to this acquisition: · FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services. (NOV 2023) (DEVIATION OCT 2025) · FAR 52.252-2, Clauses Incorporated by Reference. (FEB 1998) · FAR 52.203-6, ALT I. Restrictions on Subcontractor Sales to the Government. (NOV 2021) · 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 52.204-9, Personal Identity Verification of Contractor Personnel. (JAN 2011) · FAR 52.204-13, System for Award Management-Maintenance. (OCT 2018) (DEVIATION NOV 2025) · FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (DEVIATION NOV 2025) · FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) (DEVIATION NOV 2025) · FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (OCT 2022) (DEVIATION NOV 2025) · FAR 52.219-6, Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (NOV 2020) (DEVIATION NOV 2025) · FAR 52.219-8, Utilization of Small Business Concerns. (JAN 2025) (DEVIATION NOV 2025) · FAR 52.219-14, Limitations on Subcontracting. (OCT 2022) (DEVIATION NOV 2025) · FAR 52.219-33, Nonmanufacturer Rule. (SEP 2021) (DEVIATION NOV 2025) · FAR 52.222-3, Convict Labor. (JUN 2003) (DEVIATION NOV 2025) · FAR 52.222-35, Equal Opportunity for Veterans. (JUN 2020) (DEVIATION NOV 2025) · FAR 52.222-36, Equal Opportunity for Workers with Disabilities. (JUN 2020) (DEVIATION NOV 2025) · FAR 52.222-37, Employment Reports on Veterans. (JUN 2020) (DEVIATION NOV 2025) · FAR 52.222-41, Service Contract Labor Standards. (AUG 2018) (DEVIATION NOV 2025) · FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts). (AUG 2018) (DEVIATION NOV 2025) · FAR 52.222-50, Combating Trafficking in Persons. (NOV 2021) (DEVIATION NOV 2025) · FAR 52.222-54, Employment Eligibility Verification. (JAN 2025) (DEVIATION NOV 2025) · FAR 52.222-62, Paid Sick Leave Under Executive Order 13706. (JAN 2022) (DEVIATION NOV 2025) · FAR 52.223-23, Sustainable Products. (MAY 2024) (DEVIATION 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. (AUG 1996) (DEVIATION NOV 2025) · FAR 52.233-4, Applicable Law for Breach of Contract Claim. (OCT 2004) (DEVIATION NOV 2025) · FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services. (JAN 2025) (DEVIATION OCT 2025) · VAAR 852.203-70, Commercial Advertising (MAY 2018) · VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020) · 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 852.239-74, Security Controls Compliance Testing (FEB 2023) · VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) All quoters shall submit the following: All information required by FAR 52.212-1(a) Submission of Offers. (End of provision and/or clauses) All quoters shall submit the following: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (DEVIATION AUG 2025) Quotes must include: Solicitation number Offeror name, address, phone number UEI and EFT indicator Information necessary to evaluate factors in Section Evaluation Completed representations and certifications (other than those in SAM) Statement of agreement with terms and conditions (see above) Quotes must remain valid for 60 calendar days. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. Basis for Award: The Government will perform a side-by-side comparative evaluation of quotes to determine which quote represents the best value considering the above factors. The Government may award to other than the lowest-priced offeror if determined to be in the best interest of the Government. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: In accordance with RFO FAR 12.201-1 and FAR 12.201-2 when appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services. The following are the decision factors: Award will be made to the vendor whose quotation provides the best value to the Government based on a comparative evaluation of the following factors: Price The total evaluated price for all line items. Technical Capability The extent to which the quoted services meet the requirements of the Statement of Work (SOW), including: Certifications (e.g., NSF/ANSI 49 for Biological Safety Cabinets). Demonstrated ability to inspect and certify fume hoods, ventilators, isolators, and biological safety cabinets in accordance with applicable standards. Past Performance Relevant experience performing similar services for government or commercial clients. Offerors should provide at least two references with contact information. Delivery Schedule Ability to complete all inspections and certifications within the required period of performance (02/01/2026 01/31/2027). Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022); Addendum to FAR 52.212-4: The following VA-specific clauses apply and are incorporated by reference: VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.237-70 Contractor Responsibilities VAAR 852.246-71 Inspection VAAR 852.203-70 Commercial Advertising 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 exception(s) and rationale for the exception(s), if any. Final submission of your response shall be received not later than 02/05/2026, 12:00 PM PST and shall be forwarded in writing via e-mail, subject line should include, RESPONSE TO RFQ 36C26226Q0300, to the Point of Contact listed below only: maria.asher@va.gov 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 SOO, as this is highly scientific and regulated. Submissions not meeting all requirements of the SOO 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 12.201-1 Simplified Procedures. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(c). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below; questions close date is 01/28/2026. Phone calls with questions will not be accepted. Point of Contact Maria C. Asher, NCO 22, TCF Intern, Contract Specialist, maria.asher@va.gov