B.2 STATEMENT OF WORK The Department of Veterans Affairs Network Contracting Office 22 is seeking a contractor to provide 3 Cubic Yard Stationary commercial trash compactor (Charger, ST-3S) and two 40-yard containers or Equivalent for the Greater Los Angeles VAMC, West LA Campus, Los Angeles, CA. The prospective contractor must be able to provide supplies that meet or exceed the following requirements: Salient Characteristics (Requirements) Equipment must have physical characteristics to enable the government to perform the capabilities: Product Description: Cubic Yard Stationary Compactor - COMMERCIAL Load Opening must be 104.40 H X 72.00 W Ram Penetration - 13 inches or more Minimum System Operation Pressure must be 1600 PSI Maximum System Operation Pressure must be 2300 PSI Total Force must meet or exceed 59,400 lb. Motor Power must meet or exceed 10 HP (TEFC) Cycle time must be 53 seconds or less Complete Machine/Equipment must be UL Listed Pump Capacity must be 10.5 gpm or higher Must be compliant with OSHA and ANSI SAFETY CODES (Z245.2, etc.) Hydraulic Cylinder Size must be 6 Bore Shockproof 24 Volt Operator Controls Must have JIC & O-Ring Fittings throughout hydraulic system Must have Oil Sight Gauge indicating oil level & temperature Must have Ultra High Molecular Weight Polyethylene (UHMW) Replaceable Guides Must have NEMA 4 Rated Controls E.1-1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 1.1 SITE VISIT: Not applicable. 1.2 SUBMISSION OF OFFERS: Quotes shall be received no later than Thursday, September 11, 2025, 10:00 a.m. PDT. NO EXTRA TIME WILL BE GIVEN. All quotes must be electronically sent to sam.choo@va.gov. Please reference RFQ 36C26225Q1477 in the subject line. Files should be sent in PDF format and no larger than 10MB or they will be automatically rejected by the server. Vendor shall expect a confirmation e-mail indicating offer was successfully received by the Government. The Government is not responsible for rejected e-mails that exceed the mail capacity. Telephone and fax responses shall NOT be accepted. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Vendor must include the SAM UEI number on their quote. Also, for SDVOSB and VOSB verification, please confirm your business is registered with the U.S Small Business Administration at https://veterans.certify.sba.gov/. 1.3 SUBMISSION OF QUESTIONS: All questions must be received by Monday, August 8, 2025, by 10:00 a.m. PDT. All questions submitted for this solicitation must be electronically sent to sam.choo@va.gov with RFQ 36C26225Q1477 Question in the subject line. Questions received after the stated date and time may be addressed at the discretion of the Contracting Officer. 1.4 DISCUSSIONS WITH OFFERORS: 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 from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be in the best interest of the Government. 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. 1.5 SUBMISSION OF REQUIRED DOCUMENTS: Submission of Required Documents listed herein is a condition precedent to award of a contract. In general, LIMIT your response to no more than ten (10) type written pages with a 11pt font-size and Arial font-type, including, at a minimum, the following documentation: SF1449 Complete 30a, b and c; Signature, Print Name & Title of Signer, Date Signed B.1 B.3; Unit Price, Amount E.2 E.10 E.13 E.14 E.15 SF30 Amendments (If Amendments are issued) Complete15a, b and c; Signature, Print Name & Title of Signer, Date Signed Other documents required in accordance with guidance provided in Additional Submissions section below. *Electronic Signatures and Dates are acceptable. (or acknowledge via email) 1.6 QUOTE SUBMISSION: The contractors shall email electronic portable document format(.pdf) or Microsoft Excel (.xls) format. The quote shall be valid for 60 days. ***ADDITIONAL SUBMISSION: Offeror must be an authorized dealer, authorized distributor or authorized reseller for the proposed supplies at the time quotes are due. Offeror must submit, WITH ITS QUOTE, an authorization letter or other documents from the OEM demonstrating its authorized status that is dated no more than 90 days prior to the date established in this solicitation as the Submission of Offers deadline. *F.O. B is Destination, shipping cost must be included in item prices. Offer/Quote must include pricing for all items specified in B.2 as the award will be made to one single offeror IAW FAR 25.503(c). Submissions can be sent in multiple emails to avoid computer system email size limitation. Quotes submitted by any other method will not be considered. All proprietary information should be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation unless determined to be in the best interest of the Government. The contractor is responsible for confirming the Government s receipt of the contractor s quote.