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; October 1, 2025. This solicitation is set-aside for VOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a small business size standard of $19 Million. The FSC/PSC is B533. The Manchester VAMC 718 Smyth Rd, Manchester, NH 03104 is seeking to purchase Fall 2025 Environmental Testing. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Sr. Staff Engineer, labor 0002 Associate, Labor 0003 Equipment, consumables 0004 Per diem 0005 Mileage 0006 Laboratory Sample Analysis: VOC s 0007 Laboratory Sample Analysis: PAH s 0008 Laboratory Sample Analysis: TPH, DRO, GRO 0009 Laboratory Sample Analysis: Metals 0010 Laboratory Sample Analysis: Waste Disposal 0011 Preparation of Status Report for NHDES 0012 Coordination, Communication, Management STATEMENT OF WORK Fall 2025 Environmental Testing INTRODUCTION In March 2023, the VA discovered soil contamination in the area surrounding the facility s fuel dispenser. As part of the investigative and remediation process, groundwater sampling is required in the fall of 2025. A January 24, 2025, letter from New Hampshire Department of Environmental Services (NHDES) requires sampling and reporting the results. SCOPE Provide all materials, equipment, tools, labor, and support services required to complete groundwater testing as required by the New Hampshire Department of Environmental Services (NHDES) and report the results to NHDES. Collect groundwater samples from 14 existing monitor wells. Measure the groundwater depth of each well. Submit ground water samples for laboratory analysis for volatile organic compounds, polycyclic aromatic compounds, total petroleum hydrocarbons (gasoline and diesel range), and total and dissolved arsenic, iron and manganese. Submit a status report to NHDES. The report shall be submitted to the VA for review prior to submitting it to NHDES. Participate in meetings with the VA and NHDES. Manage communication between the VA and NHDES regarding sampling. Advise the VA as needed on applicable NHDES regulations. PERFORMANCE REQUIREMENTS All shall be completed in accordance with applicable NHDES and OSHA standards. All work shall be scheduled a minimum of one week in advance. DELIVERABLES Status report to NHDES containing laboratory analysis of groundwater samples. PERIOD OF PERFORMANCE The period of performance is 30 calendar days. The contract period of performance is 11/03/2025 to 12/02/2025 CONTRACT REQUIREMENTS Contract shall be a firm and fixed price. Place of Performance/Place of Delivery Address: 718 Smyth Rd, Manchester, NH Postal Code: 03104 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 (Sep 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (Oct 2025) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Oct 2025) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020), 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023), 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025), 52.219-28, Post Award Small Business Program Representation (FEB 2024), 52.219-33, Nonmanufacturer Rule (SEP 2021), 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (SEP 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020), 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024), 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021), 52.222-41, Service Contract Labor Standards (AUG 2018), All quoters shall submit the following: Questions: Any questions must be submitted in writing no later than Thursday 23 October 2025 at 3:00 PM EST. Answers to the questions will be posted by the following week. Quote: Offeror shall provide a quote using the Line item table above. Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. All quotes shall be sent to the Contract Specialist, Shawn Lawrence at Shawn.Lawrence@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. The following are the decision factors: Price: Quotes will be compared by price. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner. Past Performance The award will be made to the response most advantageous to the Government. Responses should contain your best terms and 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 exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 30 October 2025 at 3:00:00 PM All quotes shall be emailed to Shawn Lawrence at Shawn.Lawrence@va.gov. 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. Point of Contact Shawn Lawrence, Shawn.Lawrence@va.gov