Request for Quote (RFQ) #: 36C25925Q0800 Portable Generator This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm ET, 9/12/2025 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to joseph.wurmstein@va.gov no later than 4:00pm ET, 9/18/2025 Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25925Q0800. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 effective August 7, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 335312 with a small business size standard of 1250. This requirement is 100% full and open with no small business set-aside. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 500kW Portable Trailer Mounted Generator (see SOW for salient characteristics) 1 EA $ $ Grand Total $ Description of Requirements for the item to be acquired: STATEMENT OF WORK (SOW) Portable Generator Background Due to requirements related to electrical power, scheduled maintenance, and outages, the Grand Junction VA Medical Center needs an additional mobile (portable) trailer mounted power generator system. Description 500kW Portable Trailer Mounted Generator. Scope The contractor will have the requested products delivered to the Grand Junction VAMC at 2121 North Avenue, Grand Junction CO, 81501. Contractor is responsible for installation of all accessories, pick-up, freight, and delivery from point of origin to delivery at the Grand Junction VAMC. Machine must be able to be locally maintained by a factory-certified repair facility. The C&A requirements do not apply. A Security Accreditation Package is not required. Minimum Salient Characteristics Standard Features: Diesel Engine: US Tier IV 500kW portable trailer mounted generator that meets emissions limits without the use of a diesel particulate filter 4-cycle industrial diesel Electronic engine controls with fuel efficiency while reducing emissions High-pressure common rail fuel system reduces engine noise and smoke 2-stage fuel filtration with optimum particle and water separation Automated SCR health management system Equipped with heavy duty air cleaners, bypass-type oil filters, and dual-element fuel/water separation filtration system with 4-way valve Alternators: 2-lead reconnectable alternators fitted with link board Voltage reconnectable - 480/277 VAC high Wye, 240/139 VAC low Wye and 208/120 VAC low Wye standard Alternators designed for improved motor starting Permanent magnet excitation for improved performance in non-linear load applications Mobile Generator package enclosure includes: Sound attenuated, white powder coated lockable enclosure 23-hour fuel tank (75% prime) with leak detection sensor UL 142 fuel tank with 110%+ fluid containment basin Cooling system rated for 113°F (45 °C) at 100% standby ambient Complete engine fluid containment reservoir Camlock & busbar distribution panel Removable 1600A link board makes switch from 480V, 240V and 208V simple Shore power (15A/125 VAC) battery charger & (50A/240VAC) Jacket water heater & shore power Auxiliary Fuel connection (2) 120V GFCI and (3) 50 amp 240VAC Recep Engine Specification: Engine model: Equivalent to X15-G17 Alternator data sheet: Equivalent to ADS-308 Tier rating: Tier IV Design: 4 cycle, In-Line, turbocharged and after-cooled Bore: 136.9 mm (5.39 in.) Stroke: 168.9 mm (6.65 in.) Displacement: 15 liters (912 in3) Cylinder block: Cast iron, In-Line 6 cylinder Battery capacity: Equivalent to 1750 Ams @32F Battery charging alternator: Equivalent to 110 amps Starting voltage: 24 volt, negative ground Fuel system: Extra high pressure injection Fuel filter: Diesel Air cleaner type: Dry element with restriction indicator Lube oil filter type(s): Spin-on, full flow filter Standard cooling system: 104 °F (40 °C) ambient radiator Alternator Specifications: Design: Brushless, 4 pole, drip proof revolving field Stator: Double layer concentric, 2/3 winding pitch Rotor: Singe bearing, flexible disc Insulation system: Class H per NEMA MG1-1.65 Standard temperature rise: 125/40 ºC prime Exciter type: PMG (permanent magnet generator) Phase rotation: A (U), B (V), C (W) Alternator cooling: Direct drive centrifugal blower fan AC waveform total harmonic distortion: < 1.5% no load, < 5% non-distorting balance linear load Telephone influence factor (TIF): < 50 per NEMA MG1-22.43 Telephone harmonic factor (THF): < 2% END OF STATEMENT OF WORK Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at: Grand Junction VA Medical Center, 2121 North Avenue, Grand Junction, CO 81501 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) - Technical capability or quality of the item offered to meet the Government requirement; (II) - Completion of Attachment FAR provision 52.225-2 Buy American Certificate ; and (III) Price Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II - Completion of Attachment - FAR Provision 52.225-2 Buy American Certificate The offeror shall complete the Attachment - FAR Provision 52.225-2 Buy American Certificate and submit as part of the quote. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Completion of Attachment - FAR Provision 52.225-2 Buy American Certificate Factor 3. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Completion of Attachment - FAR Provision 52.225-2 Buy American Certificate : The Government will evaluate the responses an offeror makes to Attachment - FAR Provision 52.225-2 Buy American Certificate for completeness. The Government will evaluate quotes of foreign and domestic offers IAW FAR Part 25. If an offeror fails to complete Attachment - FAR Provision 52.225-2 Buy American Certificate their quote will be determined ineligible for award. Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. (End of Addendum to 52.212-2) 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025), applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(s). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW FAR 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the FAR or VAAR. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (SEP 2006) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.229-12 Tax on Certain Foreign Procurements (JUN 2020) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 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. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to joseph.wurmstein@va.gov by 4:00pm ET, 9/18/2025 Name and email of the individual to contact for information regarding the solicitation: Joseph B. Wurmstein joseph.wurmstein@va.gov