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 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 2024-07 This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a small business size standard of $19M. The Product or Service Code is J045. The VA Connecticut Healthcare Systems (VACHS) requires inspection, calibration and testing services for Underground Storage Tanks (UST) and Above Ground Storage Tanks (AST) (Bulk Storage) and all associated components (e.g., Piping, Day tanks, Automatic Tank Gauging (ATG) systems, overfill protection, spill prevention) to comply with local, state and federal UST and AST regulatory requirements. The Environmental Protection Agency (EPA) and Connecticut Department of Energy and Environmental Protection (CTDEEP). All interested companies shall provide quotations for the following services: Line Item Description Period of Performance Quantity UoM Total Price 0001 Base Year: Inspection, Calibration, Testing, and Training Services in accordance with the SOW. 1 Year from Date of Award 1 Job - 0002 Option Year 1: Inspection, Calibration, Testing, and Training Services in accordance with the SOW. 1 Year from Date of Option Exercise 1 Job - 0003 Option Year 2: Inspection, Calibration, Testing, and Training Services in accordance with the SOW. 1 Year from Date of Option Exercise 1 Job - 0004 Option Year 3: Inspection, Calibration, Testing, and Training Services in accordance with the SOW. 1 Year from Date of Option Exercise 1 Job - 0005 Option Year 4: Inspection, Calibration, Testing, and Training Services in accordance with the SOW. 1 Year from Date of Option Exercise 1 Job - The Statement of Work (SOW) is provided in Attachment (1). Qualifications In addition to meeting the requirements of the SOW, all quoters must demonstrate the following qualifications 1. Quoters shall have a field service representative located within 200 miles of VA Connecticut Healthcare System (VACHS) West Haven and/or Newington Campuses. 2. Quoters shall have 3 years minimum work experience related to commercial and/ or industrial fuel storage system and all aspects of inspections, calibration and testing as well as being able to demonstrate effective awareness of applicable CTDEEP Rules and Regulations. 3. Quoters shall submit evidence of field office location within proximity of facilities, evidence of work experience with fuel storage systems, evidence of EPA and CTDEEP rules and regulations knowledge (e.g., training records, certificates) and documentation of factory certified service/maintenance training on specific equipment under the terms of this contract. Furnish all certifications, credentials, and qualifications prior to starting work. 4. Quoters and/or assigned project staff members shall be certified by the Steel Tank Institute (STI), the American Petroleum Institute (API), or have equivalent qualifications approved by the CTDEEP. Place of Performance VA Medical Center West Haven VA Medical Center Newington 950 Campbell Avenue 555 Willard Avenue West Haven, CT 06516 Newington, CT 06111 Provisions The following solicitation provisions apply to this acquisition: FAR 52.204-7 System for Award Management (NOV 2024) FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services as outlined in Attachment (2). FAR 52.212-2 Evaluation-Commercial Products and Commercial Services outlined in Attachment (3). FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 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. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. Clauses The following contract clauses apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel 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 (JAN 2025) (Deviation FEB 2025) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (b)(4), (b)(5), (b)(9), (b)(12), (b)(13) (b)(23), (b)(25), (b)(26), (b)(31), (b)(33), (b)(34), (b)(35), (b)(36), (b)(37), (b)(38), (b)(39), (b)(46), (b)(47), (b)(51), (b)(55), (b)(59), (b)(63), (c)(1), (c)(3), and (c)(8). FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend Term of the Contract (MAR 2000) FAR 52.252-2 Clauses incorporated by Reference (FEB1998) VAAR 852.201-70 Contracting Officer s Representative (DEC 2022) 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 Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (Deviation) (Attachment 4) Vendors are to submit the certificate of compliance (Attachment 4) along with their quotes. VAAR 852.222-71, Compliance with Executive Order 13899. (DEVIATION) (APR 2025) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaar/ Wage Determination The following wage determination applies to this solicitation and is provided as Attachments (5 & 6): Wage Determination 2015-4127 (Revision No.: 31) Wage Determination 2015-4119 (Revision No.: 30) All quoters shall submit responses in accordance with FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services as outlined in Attachment (2). Award will be based upon a comparative evaluation as outlined in Attachment (3). Responses should contain your best terms and conditions. Submission of your response shall be received not later than 19 August 2025 at 4:30 PM EST. All quotes shall be emailed to Maurice Diaz at Mauricio.Diaz@va.gov. 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: Maurice Diaz, 401-228-4743, Mauricio.Diaz@va.gov