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 Number 2025-06, effective date 10/01/2025. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 337211, with a small business size standard of 1,000 employees. The FSC/PSC is 7125. The Brooklyn VA Medical Center requires stainless steel laboratory cabinets and countertops for the Dental Service 3D printing room. All interested companies shall provide quotations for the following: Scope of Work: Stainless steel laboratory cabinets and countertops are essential components needed to complete the Dental Service's 3D printing room at the Brooklyn Campus. This cabinetry is needed for housing the service s 3D printer, design computer and monitors, wash and cure stations, as well printing resins that are used to generate printed models, guides and other various dental appliances. The printer requires a stable, static environment for accurate printing. These cabinets and countertops offer a combination of durability, resistance to corrosive substances, and easy maintenance, ensuring an efficient and safe working environment. Objectives: To provide an efficient designated space to house a 3D printing equipment for the dental service and to enhance the safety and efficiency of the 3D printing lab by installing stainless steel laboratory cabinets and countertops designed specifically for secure chemical storage and handling. These installations aim to provide a dedicated space for 3D designing and printing, storage of completed projects, and to minimize the risk of chemical spills, prevent contamination, and ensure compliance with safety standards, thereby creating a safer working environment for dental service personnel. To enhance safety, the cabinets are designed with ventilation options to prevent the buildup of fumes from stored chemicals. They are also equipped with fire-resistant properties to add an extra layer of protection in case of accidental spillage or reactions. Item/Quantity Description Sink Base Cabinet Dimensions: 24 W x 30 D x 36 H Quantity: 1 Configuration: Sink base cabinet, open or as specified by VA project drawings Drawer Base Cabinets Dimensions: 24 W x 18 D x 29 H Configuration: Two (2) drawers per cabinet Quantity: 3 Open Wall Shelves Dimensions: 40 L x 24 H x 12 D Quantity: 4 Countertops with Support Mounts Dimensions: 80 L x 20 W Quantity: 2 Countertop with Support Mounts Dimensions: 50 L x 24 W Quantity: 1 Item # Description/Part Number* Qty 1 Stainless Steel Sink Base Cabinet 24 W x 30 D x 36 H 1 2 Stainless Steel Drawer Base Cabinets 24 W x 18 D x 29 H 3 3 Open Wall Shelves 40 L x 24 H x 12 D 4 4 Stainless Steel Countertops with Support Mounts 80 L x 20 W 2 5 Stainless Steel Countertops with Support Mounts 50 L x 24 W 1 Installation: This cabinetry will be installed via on-site labor provided by the Engineering service at the Brooklyn Campus. Place of Performance / Delivery: The cabinets and countertops are to be delivered to the warehouse/loading dock at the Brooklyn campus. Below is the address: New York Harbor Healthcare System Brooklyn Campus Warehouse: 800 Poly Place Brooklyn, NY 11209 Travel/Parking: N/A Government-Furnished Property: Contractor will not need any government furnished equipment or property. Education and Training Requirements: N/A VA Service Point of Contacts: Dr. Lukasz Skomial: 718-836-6600 ex. 23353, 212-686-7500 ex. 13255 Lyndella M. Talamanco, HSS, Executive Office: 718-836-6600 ex. 23673 The equipment will be assembled in the Dental Suite at the Brooklyn campus. Room 1-403A. Recalls: The Vendor shall immediately notify all affected VA Medical Centers and designated POC in the event of a device recall, removal, required adjustment, or required modification that is suggested or mandated by the Vendor, distributor, manufacturer, or any regulatory or government agency. The following information shall be included in this notification: A complete item description and identification (to include lot and serial numbers where applicable); Administrative identification data including order numbers and order date; Reasons for recall, removal, adjustment, or modification; and Instructions for appropriate corrective action. Defective Items/Warranty: A limited warranty will be included. The purchase order/contract period of performance is to be delivered within 45 days after award. 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: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (DEVIATION AUG 2025) *The Government will not consider offers for award from offerors that do not provide the Buy American certification with their bid, quotation, or proposal, and all such responses will be deemed ineligible for evaluation and award. Certificate must be filled out, signed, and submitted with proposal. *The Government will not consider offers for award from offerors that do not provide the Limitations of Subcontracting document with their bid, quotation, or proposal, and all such responses will be deemed ineligible for evaluation and award. Document must be filled out, signed, and submitted with proposal. (a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include (1) The solicitation number; (2) The name, address, telephone number of the Offeror; (3) The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; (4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation; (5) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and (6) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2) Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4) Offerors may withdraw their offers by written notice to the Government received at any time before award. (d) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror s initial offer should contain the Offeror s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. (e) Debriefings. If a post award debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1) The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer. (2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award. (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. (End of provision) 52.225-2 Buy American Certificate. As prescribed in 25.1101(a)(2), insert the following provision: Buy American Certificate (Oct 2022) (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, "domestic end product," "end product," and "foreign end product" are defined in the clause of this solicitation entitled "Buy American-Supplies." (b) Foreign End Products: Line Item No. Country of Origin Exceeds 55% Domestic Content (yes/no) (b)[List as necessary] (c) Domestic end products containing a critical component: Line Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of provision) VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) (a)Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1)If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii).The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. or [Contracting officer tailor clause to remove one or other block under subparagraph (iii).] [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. (3)The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4)If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c)The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee:________________________________________ Printed Title of Signee:_________________________________________ Signature:___________________________________________________ Date:_____________________ Company Name and Address:___________________________________ (End of clause) All quoters shall submit the following: One (1) quote in PDF format One (1) Filled out and signed Limitations on Subcontracting in PDF format One (1) Filled out and signed Buy America Certificate in PDF format. All quotes shall be sent to the Contracting Officer at: Jonatan.Rondon@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. 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 shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Comparative Evaluations may be considered for this procurement. The government shall evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. 3. NOTE: RFO FAR 52.212-3 is RESERVED and replaced with: Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. www.Sam.gov registration is required to be complete at time of submission of response. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) 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 January 28th, 2026, at 1600 EST at Jonatan.Rondon@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: Jonatan Rondon Contracting Officer Network Contracting Office (NCO2) Margaret Cochran Corbin VA Campus 423 East 23rd Street, 14045-W New York, NY 10010 212-686-7500 ex. 16490 Jonatan.rondon@va.gov