09-05-2025 Posting of Amendment 0001 - Please see the attachments section below.
Effective Date: 04/18/2025 Revision: 02 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 2025-05 August 7, 2025. This solicitation is set-aside for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 336999, with a small business size standard of 1,000 employees. The FSC/PSC is 2310. The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 10; 2780 Airport Dr, Suite 340; Columbus, OH 43219 is seeking to purchase five (5) gas powered gold carts required to arrive assembled and ready to drive (fuel will be provided by the VA). All interested companies shall provide quotations for the following (on a brand name or equal basis) See the salient characteristics directly below. Supplies/Services ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 5.00 EA __________________ __________________ GAS POWERED TWO PASSENGER GOLF CART - - Salient characteristics: 1)Engine: gas-powered, unleaded only 2) Horsepower: 14.0 maximum 3) Battery: 12 volt, must have a 5 year unlimited hour warranty 4) Speed Range: 12-15 mph, but no more than 20 mph maximum 5) Fuel tank Capacity: maximum of 6.0 gallons 6) Parking Brake foot operated, multi-lock system 7) 2 seats 8) Color: Green 9) Canopy 10) Windshield 11) Driver s rearview mirror LOCAL STOCK NUMBER: GRAND TOTAL __________________ DELIVERY SCHEDULE ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE 0001 SHIP TO: Battle Creek VA Medical Center Supply Chain Warehouse Building 145 5600 W. Dickman Rd Battle Creek, MI 49037 USA 5.00 MARK FOR: Channon Malkin 269-966-5600 ext. 33234 channon.malkin@va.gov Statement of Work Statement of Need or Work Battle Creek VAMC GAS POWERED GOLF CARTS General: This requirement is to supply five gas-powered golf carts to the Battle Creek (Michigan) VA Medical Center (VAMC). All five carts must have identical physical dimensions, arrive fully assembled, and ready to drive (except for fuel). Warranty Requirements: Manufacturer s warranty must completely transfer to the Battle Creek VAMC Technical Specifications (minimum requirements): Salient Characteristics: See Supplies/Services Heading within this document Place of Delivery/Performance: Final delivery will take place at the Battle Creek (Michigan) VAMC, Supply Chain Warehouse facility, building 145, located at 5600 W. Dickman Road in Battle Creek, Michigan, 49037. Receiving dock and forklift capability are onsite, there are no special requirements for the delivery company; offloading will be performed by VA warehouse personnel. Hours of warehouse operation are 8:00am to 3:30pm ET, Monday to Friday. Closed on weekends and all federal holidays (including those declared by the President of the United States). Shipping cost must be clearly specified in quote/offer Period of Performance: 90 calendar days after receipt of order (ARO) until delivery of all carts to the address specified immediately above in item 4. END OF STATEMENT OF WORK This is a request for quote (RFQ), and the solicitation number is 36C25025Q0893. The Government anticipates awarding a firm-fixed price purchase order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2025-05, effective 08/07/2025. The associated NAICS Code is 336999, All Other Transportation Equipment Manufacturing. The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from small businesses to supply the Battle Creek (Battle Creek, MI) VA Medical Center (VAMC) with equipment. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. Respondents should also note that this procurement is based upon salient characteristics. Any potential respondent should ensure that the product meets all of the listed salient characteristics and provide adequate documentation to support their offer. The respondent must be able to acquire the items in a manner so that all manufacturer provided warranties and protections transfer to the Battle Creek VAMC and provide proof, from the manufacturer, that it is an authorized distributor/installer. There will be a Request for Information (RFI) window, for potential respondents. Questions/RFI should be sent to shelton.beasley@va.gov with Gas Powered Golf Carts included in the title of the email. The deadline for questions to be submitted from potential offerors regarding this specific procurement is,09-04-2025 at 3:00 PM. Late RFI questions will only be answered if doing so, benefits the VA. Quotes are to be provided to Shelton Beasley, Contracting Officer, via email at shelton.beasley@va.gov, no later than 09-10-2025, by 11:59 AM ET. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted. Delivery shall be provided no later than 60 days after receipt of order (ARO). Delivery shall be FOB origin. Place of Performance/Place of Delivery Address: Battle Creek VA Medical Center Supply Chain Warehouse Building 145 5600 W. Dickman Rd Battle Creek, MI 49037 USA 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 (MAY 2024) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is 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 (see 12.602); or (2) Include a similar provision containing all evaluation factors required by 13.106, subpart 14.2 or subpart 15.3, as an addendum (see 12.302(d)).] 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) (END OF PROVISION) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (NOV 2024) FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) FAR 52.204-20 PREDECESSOR OF OFFEROR (AUG 2020) FAR 52.204-29 FEDERAL ACQUISTION SUPPLY CHAIN SECURITY ACT ORDERS- REPRESENATION AND DISCLOSURES (DEC 2023) FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (SEP 2023) FAR 52.225-2 BUY AMERICAN CERTIFCATE (OCT 2022) FAR 52.225-18 PLACE OF MANUFACTURE (AUG 2018) VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (END OF PROVISION) VAAR 852-214-71 ALTERANTE ITEM(S) (MAY 2018) VAAR 852.273-70 LATE OFFERS (NOV 2021) The following contract clauses apply to this acquisition: FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services 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): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) FAR 52.225-1 BUY AMERICAN SUPPLIES FAR 52.237-2 PROTECTION of GOVERNMENT BUILDINGS EQUIPMENT AND VEGETATION (APR 1984) VAAR 852.247-71 DELIVERY LOCATION (OCT 2018) Shipment of deliverable items, other than reports, shall be to: Battle Creek VA Medical Center Supply Chain Warehouse Building 145 5600 W. Dickman Rd Battle Creek, MI 49037 UNITED STATES (END OF CLAUSE) VAAR 852.247-75 BILLS OF LADING (OCT 2018) The purpose of this clause is to define when a commercial bill of lading or a Government bill of lading is to be used when shipments of deliverable items under this contract are f.o.b. origin. (a) Commercial bills of lading. All domestic shipments shall be made via commercial bills of lading (CBLs). The Contractor shall prepay domestic transportation charges. The Government shall reimburse the Contractor for these charges if they are added to the invoice as a separate line item supported by the paid freight receipts. If paid receipts in support of the invoice are not obtainable, a statement as described below must be completed, signed by an authorized company representative, and attached to the invoice. I certify that the shipments identified below have been made, transportation charges have been paid by [company name], and paid freight or comparable receipts are not obtainable. Contract or Order Number: __________________ Destination: _________________. (b) Government bills of lading. (1) International (export) and domestic overseas shipments of items deliverable under this contract shall be made by Government bills of lading (GBLs). As used in this clause, domestic overseas means non-continental United States, i.e., Hawaii, Commonwealth of Puerto Rico, and possessions of the United States. (2) At least 15 days before shipment, the Contractor shall request in writing GBLs from: Battle Creek VA Medical Center Supply Chain Warehouse Building 145 5600 W. Dickman Rd Battle Creek, MI 49037 UNITED STATES If time is limited, requests may be by telephone: 313-576-1000 Requests for GBLs shall include the following information. (i) Item identification/description. (ii) Origin and destination. (iii) Individual and total weights. (iv) Dimensional weight. (v) Dimensions and total cubic footage. (vi) Total number of pieces. (vii) Total dollar value. (viii) Other pertinent data. (END OF CLAUSE) VAAR 852.201-70 CONTRACTING OFFICER S REPRESENTATIVE (DEC 2022) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018) VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) VAAR 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023) VAAR 852.215-70 SERVICE DISABLED VETERAN-OWNED AND VETERAN- OWNED SMALL BUSINESS EVALUATION FACTORS (OCT 2019) VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (OCT 2019) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.237-72 CRIME CONTROL ACT-REPORTING OF CHILD ABUSE (OCT 2019) VAAR 852.239-76 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY (FEB 2023) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) VAAR 852.246-71 REJECTED GOODS (OCT 2018) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) The following subparagraphs of FAR 52.212-5 are applicable: & (b) To include 52.203-17, 52.204-10, 52.204-27, 52.209-6, 52.219-6, 52.219-28, 52.219-32, 52.219-33, 52.222-3, 52.222-19, 52.222-36, 52.222-50, 52.223-23, 52.225-1, 52.225-13, 52.226-8, 52.232-33, 52.240-1 All quoters shall submit the following with their quote: Business name, business physical and mailing addresses, SAM unique entity ID, email address of primary POC authorized to contractually commit the business If the offeror provides a quote for a proposed equal item, it is the offeror s responsibility to provide enough information to the VA in a concise format so that the VA can determine if the product offered meets all of the salient characteristics detailed in the Supplies/Services heading above All quotes shall be sent to Shelton Beasley (shelton.beasley@va.gov) Network Contracting Office 10 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: Adherence to the salient characteristics as detailed under the Supplies and Services heading of this document. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits an quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified in this solicitation. Quotes may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show (1) The solicitation number. (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Quotation Amendments; (10) Past performance information will not be considered in simplified acquisition procurements. (11) Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. Not Required (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2) Any quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the Request for Quote, 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 quotes 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. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h) Multiple awards. The Government may accept issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the quotation, offers may not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote. (i) Availability of requirements documents cited in the solicitation: Not applicable (j) Unique entity identifier.(Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the Request for Quote (RFQ) requires the Contractor to be registered in the System for Award Management (SAM).) The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Quoter's name and address. The Quoter also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Quoter does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Quoter should indicate that it is an planning to submit a quote for a Government Request for Quote (RFQ) when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (END OF PROVISION) 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 3:00 PM on 09-10-2025. Hand delivered quotes will not be accepted. 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 Shelton Beasley, (614) 257-5829, shelton.beasley@va.gov * 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.