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 10/01/2025.. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127, with a small business size standard of 500 employees. The FSC/PSC is 7110. The Albany VAMC is seeking to purchase a single, Brand name or equal Furniture system wall that will be purchased and installed creating two sides to this space. All interested companies shall provide quotations for the following: Supplies/Services CGS1 Team Stations:  Salient Characteristics: To include minimum of the following specifications:  a.     Coordinating fixed workstation in rectangular top designs, 30 deep. Plastic Laminate finishes with standard colors TBD. With grommet holes, sleeves and covers as required b Structural framing at wall system to include ceiling rails, floor tracks, side wall bracing connections, base covers, door/window glazing frames, operable window tracks, wall posts, transom/header frames, connecting members and countertop supports. Wing walls perpendicular to main wall support on staff & patient side. Power coat finishes all exposed sides, standard color TBD c Sliding/operable tempered glass transaction window ¼ thick, clear. With locks. d.    Tiled, stacking panel system of 3 min. thickness to support worksurfaces and provide patient privacy at Registration. Heights up to 96 with acoustical fabric, hard surface painted metal, perforated metal, hard surface vinyl, wood veneer, laminate, and glass or acrylic clear, frosted, or patterned tile options.  e.     Ability to contain and distribute power and data with UL listed products. Electrical and data outlets compatible. Pre-wired whips with 24 length above panels and 18 extension with pigtail for wiring to junction box (by others)  Related sections: Services- Modular Installation Crews  f.     Glides on each leg to move on hard floors without marring.  g.     Surfaces must be hard, and durable to be heat, scratch, and mar resistant, and cleanable with healthcare cleaners.  h.       Meets or exceeds SCS Indoor Air Quality standards (SCS EC10.2-2007/ANSI/BIFMA M7.1-2001).  i.      Limited Lifetime Warranty Albany Stratton VA Medical Center 113 Holland Ave., Albany, NY 12208 2 Core MSA Check-In VA Point of Contact: Nicole Maurer- Interior Designer STATEMENT OF WORK 1.0 GENERAL SCOPE The Veterans Health Administration (VHA) has a requirement for healthcare furniture for the 2 Core MSA Check-In that meet the specifications and high-quality threshold while integrating excellent environmental stewardship. This requirement includes healthcare furniture, design, project management, professional installation, and maintenance/warranty services. Service required is detailed in Healthcare Furniture technical requirements per VHA Healthcare Furniture multiple award IDIQ. The Contracting Officer Representative (COR) is Nicole Maurer. The project is to create a new MSA Check-in area with Waiting Room for visitors who use the 2nd floor of the medical center. A single, furniture-system wall will be purchased and installed, creating 2 sides for this space: staff side with administration area and waiting room with check-in side for all visitors. The healthcare furnishings include a modular panel systems with glass pass-thru access and related services. The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of each ordering activity. 2.0 PERFORMANCE REQUIREMENTS The contractor shall provide and be responsible for technical assistance, development and generation for final specifications. Furniture delivery and installation will be required by February 1, 2026 Duty hours will be 7:30am-3:30pm. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. The contractor shall: Coordinate and provide project management of all products and services to manage, design, order, ship, deliver and install new furniture from the manufacturer until final acceptance by the Contracting Officer Representative (COR)/ VA Point of Contact Contractors are required to have on site staff supervisor with OSHA 10 certification. Describe tasks to be performed on systems/modular furniture. Project phasing and scheduling requirements to include planning, manufacturing, project management and installation. Prepare and provide as built furniture drawings in PDF and AutoCAD. Provide maintenance manuals for all products specified. 3.0 KICKOFF MEETING The prime contractor(s) shall participate in a kickoff meeting within ten (10) days of task order issuance, virtual or at 113 Holland Ave., Albany, NY 12208. Time and date will be determined by VA Point of Contact. 4.0 SUBMISSION OF QUESTIONS Questions: All questions must be received by TBD by Contracting Officer. All questions submitted for this solicitation must be electronically sent to the email address of the Contracting Officer to be assigned. Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer. 5.0 SUBMISSION OF QUOTATION Quote Submission: The contractors shall submit complete emailed electronic copy portable document format (.pdf) or Microsoft Excel (.xls) format of: Volume 1: (technical) Drawings Complete manufacturer s product specifications Bill of Materials tagged per CLIN/ floorplan department and room etc. Quantity of man hours for labor/installation Project management plan Product literature Physical finish samples, only for substitutions Complete testing results / certificates Warranty Self-certifying statement confirming ability to meet project deadlines. Volume 2: (pricing) Price quote with separate line for labor/installation Bill of Materials with subtotals Submissions can be sent in multiple emails to avoid computer system email size limitation, to the Contracting Officer as assigned. Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote. Pricing must be within the established IDIQ Pricing. 6.0 EVALUATION CRITERIA Task order will be evaluated on: Bill of Materials with subtotals and tagged per CLIN / floorplan department and room etc. PDFs of detailed and dimensioned: Plan, 2-D and 3-D drawings of workstations (and/or) products with multiple parts lists to represent exactly what is being included in task order and to determine accuracy. Cut sheets with product detail for each line item. Labor/Services appropriate to the scope of work. (no pricing included) Project management plan appropriate to scope of work. 7.0 PRODUCT General All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. See attachment for technical requirements of products. 8.0 SERVICES Service required is detailed in SV1, see attachment 1. Design Contract Tasks/Requirements The contractor shall attend a minimum of one meeting virtual or at the Albany Stratton VA Medical Center to review final award with VA Interior Designer and End Users and to make necessary revisions. During first meeting the contractor shall review drawings with the Interior Designer showing layouts of awarded product. The product must not be placed into production without clearance from the VA COR. The contractor shall be responsible for taking and applying accurate field measurements to ordered product for verification of correct sizing. Auto-Cad drawings may not be accurate finished dimensions and may not be used in place of field measurements. The Vendor shall be liable for any incorrect field measurements leading to incorrect product order. The contractor shall provide final, clean [1/4 1/8 ] scaled drawings of product layout for sign-off prior to scheduling manufacturing. The contractor shall track manufacturing schedule and notify VA Interior Designer with updates of estimated completion date by email. The contractor shall attend a post-installation meeting to assess, address, and document any punch-list items and shall submit to the VA Interior Designer a remediation plan within 5 business days. The contractor shall provide 30 days free storage. The Government maintains the option to modify the normal work week, days and hours, as necessary for the accomplishment of VHA mission. Work Required by Others All work required by other trades shall be identified under this section by the Bidder. 9.0 Attached for Minimum Technical Requirement of Products MSA Check-in Workstation, 1 wall with window and counter/transaction tops 10.0 Basis of Design Imagery, KI Genius Wall Corresponding Floor Plan (attached) The contract period of performance is 02/01/2026-04/01/2026. Delivery shall be provided FOB Destination and installed by March 03/01/2026. Place of Performance/Place of Delivery Address: 113 Holland Avenue Postal Code: 12208-3410 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 and clause apply to this acquisition: 52.212-4 Contract terms and conditions-Commercial products and Commercial services. 52.212-5 Contract terms and conditions required to implement statutes or executive orders-Commercial products or Commercial services. 52.240-91 Security prohibitions and exclusions. 852.219-73 VA Notice of total set aside for certified Service Disabled Veteran Owned small businesses. 852.219-76 VA notice of limitations on subcontracting-certificate of compliance for supplies and products. 852.232-72 Electronic submission of payment requests. 852.242-71 Administrative Contracting Officer 852.247-73 Packing for domestic shipment 52.252-2 Clauses incorporated by reference FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services 52.212-3 Offeror representations and certifications-commercial products and commercials services. 52-216-1 Type of Contract 52.240-90 Security prohibitions and Exclusions Representations and certifications. 52.252-1 Solicitation provisions Incorporated by Reference Contract Clauses All quoters shall submit the following: Quotes that itemize and list all requirements according to statement of work and include all items and onsite delivery and installatio. All quotes shall be sent to the Contracting Officer-Lorraine Hussain emailed only to Lorraine.Hussain@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. [CO will include basis of evaluation in the quote/offer, e.g., 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.] 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: The quote that meets the combined synopsis requirements and the best value to the government as well as delivery and install timelines. 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 . 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." Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 01/22/2026 at 3pm Eastern Standard time emailed to Lorraine.Hussain@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 Contracting Officer Lorraine Hussain, Lorraine.Hussain@va.gov