B.2 STATEMENT OF WORK INTRODUCTION: The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the vendor in supplying and delivering the following:  SCOPE: VA GLA requests that contractors produce brand name or equivalent products that meet or exceed the physical, functional, and performance requirements of the salient qualities mentioned in this section. The equipment characteristic is vital to meeting the government's technical requirements. The contractor is responsible for both providing and installing equipment.  PHYSICAL CHARACTERISTICS: Equipment must have physical characteristics to enable the government to perform the capabilities:  Equipment must meet these requirements (BRAND NAME OR EQUAL): Clarke Carpet Master 218 Dual Motor Upright Vacuum Commercial Grade MFR PART #: 9060508010 The cleaning path must be 18 inches wide for efficient commercial carpet coverage. Unit must have dual motors: one dedicated to the vacuum fan and one to the brush for optimal performance. Motor power must meet or exceed 1,000 W (combined motor power). Brush motor must be at least 200 W and designed for deep carpet agitation. Vacuum motor must deliver a minimum of 93 CFM airflow and 110 inches of water lift. Vacuums must include HEPA-level filtration or better, with multi-stage filtration for improved indoor air quality. The filtration system must include a sealed bag system with a bag capacity of 4.2 quarts or higher. Brush height must be adjustable to accommodate various carpet pile heights. Vacuums must include tool-free access to brush rolls and belt for easy maintenance. The power cord must be 50 feet, heavy-duty, and safety yellow, with strain relief. Unit must be ETL or UL Listed for operator and facility safety. Handle must be ergonomic with fingertip controls and low fatigue grip design. Must include onboard accessories: stretch hose, wand, and crevice tool. Weight must not exceed 20 lbs., ensuring ease of use for daily commercial cleaning. The operating sound level must be 70 dB(A) or lower, suitable for healthcare or quiet environments. Must comply with applicable OSHA and ANSI safety standards. Designed for commercial and institutional use, including healthcare and VA environments. ADVOLUTION(TM) 20XP Cord Electric Burnishers MRF PART #: 01520A The cleaning path (Pad size) must be 20 inches wide for rapid coverage of large floor areas in commercial and healthcare environments. Machine (Pad speed) must operate at 2000 RPM or higher, delivering a high-gloss finish on hard floor surfaces. The unit must be equipped with active dust control, including a vacuum motor and dust collection filter or bag. Motor must have power output meeting or exceeding 1.5 HP for continuous duty. Must include flexible pad driver or floating head design to maintain consistent floor contact across uneven surfaces. Frame must be heavy-duty die-cast aluminum or steel, designed for durability and long-term use. Handle must be ergonomic and fully adjustable, with fingertip controls and padded grip for operator comfort. Must include an integrated safety lock-out switch and circuit breaker to protect against overload. Power cord must be 50 feet or longer, 14-gauge, safety yellow, and heavy-duty with strain relief. Burnisher must operate at a sound level of 70 dB(A) or lower, suitable for use in noise-sensitive areas. Total machine weight must be 90 lbs. with variation of +/- 5 lbs. to ensure proper pad pressure and polishing performance. Unit must include non-marking transport wheels for smooth mobility without scuffing floors. Must be UL or ETL Listed, meeting safety certification standards for healthcare and government facility use. Must comply with OSHA and ANSI safety codes applicable to powered floor care equipment. Designed for daily or routine floor maintenance in commercial, institutional, and VA medical center settings. All operator maintenance points must be tool-free accessible, including pad driver and dust control components. ES300 XP Self Contained Carpet Extractors MFR PART #: 56265500 OR 56265502 The cleaning path of the extractor must be 16 inches, designed for medium to large area carpet cleaning. The solution tank must have a minimum capacity of 9 gallons, with a separate recovery tank for dirty water. Unit must include a dedicated 10 or longer floor wand kit and compatible hoses for spot cleaning, stairs, and tight areas. Vacuum motors must deliver 1.5 hp of power or higher, generating strong suction for maximum soil recovery. Pump pressure must be 120 PSI or higher, ensuring deep penetration of cleaning solution into carpet fibers. Brush system must include a motorized roller brush, rotating at sufficient RPM to lift and agitate embedded soil. Brush motor must deliver 1/3 hp of power or higher. Units must allow for separate activation of brush, vacuum, and pump functions for operator control and flexibility. Recovery tanks must have an easy-access drain hose or port for hygienic emptying. Power cord must be 50 feet or longer, safety-rated, and secured with cord wrap or management feature. Must include transport wheels suitable for maneuvering across carpets, tiles, and thresholds. Sound level must be 70 dB(A) or lower, appropriate for daytime use in occupied healthcare facilities. Unit must be ETL, CE, or UL listed for safety compliance in commercial environments. Compatible with standard carpet detergents and extractant solutions, with clear chemical intake and rinse system. Handle must be adjustable for ergonomic operation and compact storage. Must include clear hose visibility for monitoring solution and recovery flow. Designed for commercial and institutional use, including use in VA Medical Centers and large healthcare facilities. SC450 - Battery Operated Scrubber MRF PART #: 56383129 OR 56383128 The cleaning path (Scrub width) must be 20 inches, designed for efficient coverage in medium to large areas. Scrubber must include traction drive for reduced operator fatigue and improved maneuverability. Solution tank capacity must be 10.5 gallons or greater, with separate recovery tanks for dirty water. Recovery tank capacity must be 11 gallons or greater. Recovery tanks must be equal to or greater than solution tanks and have easy drain access for hygiene and maintenance. Unit must come with pad driver compatible with standard 20 floor pads. Batteries must be maintenance - free AGM batteries, minimum 2 of the 98 Ah maintenance free (gel) batteries OR 2 of 105 Ah wet batteries. Must include an onboard charger compatible with supplied battery configuration. Brush/pad pressure must be at least 66 lbs. for effective scrubbing performance. Scrubbing speed must allow for cleaning productivity of up to 15,000 sq. ft. per hour or more. Control panels must be intuitive, waterproof, and provide clear status indicators for battery level. Unit must include 24V safety-rated operator controls with shock-proof features (No Shock Risk). Equipment must be UL Listed and OSHA/ANSI (Z245.2 or equivalent) compliant for use in healthcare facilities. Scrubber must include sealed electrical components and corrosion-resistant construction suitable for institutional environments. Must have JIC & O-Ring fittings throughout hydraulic system for reliability and serviceability. Must include oil sight gauge indicating fluid level and operating temperature where applicable (if hydraulic). Scrubber must have Ultra High Molecular Weight Polyethylene (UHMW) or similar durable, replaceable guides and wear com- ponents. Must have NEMA 4-rated electrical controls, resistant to dust and water pressure for reliable operation in demanding environments. Must be designed for quiet operation, with a decibel level below 70 dB(A) to support daytime cleaning in patient care areas. Intended for use in VA Medical Centers, hospitals, and institutional cleaning programs. VL500 75 WET/DRY Vacuums MRF Model #: 56383408 Vacuum must have an 18-gallon or bigger recovery tank capacity for extended operation without frequent emptying. Unit must be designed as a wet/dry vacuum suitable for both liquid and solid debris recovery. Must include a front mount squeegee assembly for efficient water pickup over large floor areas. Must be supplied with a complete accessory kit, including: Tube holder Drain hose Accessory Storage Adjustable handle Folding Transport Handle Dust Filter System Suction Power at the End of Tube must be 185W or greater delivering strong suction for commercial cleaning applications. The airflow must be 100 CFM and the water lift must be 72 inches, ensuring high-performance wet pickup. Tank construction must be rotationally molded polyethylene, impact- and corrosion-resistant for long-term durability. Units must feature large rear wheels and front casters for easy mobility across various floor types. Must include drain hose or rear drain port for easy emptying of recovery tank without lifting. The power cord must be at least 50 feet, heavy-duty, and grounded for operator safety. The control panel must be clearly labeled and water-resistant, with simple on/off functionality. Unit must be UL or ETL Listed, ensuring compliance with applicable safety standards. Must comply with OSHA and ANSI standards for use in healthcare and institutional environment. Sound level must be 82 dB(A) or lower for daytime use in noise-sensitive healthcare areas. Units must be designed for commercial or institutional use, such as in VA hospitals, healthcare, or industrial environments. Accessories and components must be easily replaceable, with tool-free access where applicable. Pacesetter 20HD Floor Machine MFR Model: 01460A The cleaning path must be 20 inches wide to provide efficient floor coverage in commercial environments. Motor must be 1.5 HP or powerful, continuous duty, with overload protection for durability and sustained performance. Machine speed must operate at 175 RPM, ideal for stripping, scrubbing, and buffing hard floors. Must include a pad driver compatible with standard 20 pads for immediate deployment. Transmission must use a triple planetary all-steel gear system for long-term reliability under heavy-duty use. Frame must be constructed of die-cast aluminum or steel, offering strength with corrosion resistance. The unit must include a safety lock-out switch and easy-access controls on the handle. Handle must be fully adjustable with ergonomic grip and control levers for operator comfort. The power cord must be 50 feet or longer, safety yellow, and industrial grade with strain relief. Total machine weight must be 100 lbs. or more, providing effective pad-to-floor contact pressure. Must include non-marking wheels for easy transport without floor damage. Must be UL or ETL Listed, compliant with electrical and operator safety standards. Machines must be designed for commercial and institutional use, including healthcare and VA facilities. Must operate at 70 dB(A) for low-noise environments, suitable for daytime use in occupied areas. Must comply with applicable OSHA and ANSI safety standards for floor care equipment. All maintenance points, including belt and brushes, must be easily accessible without special tools. FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: Equipment must provide the functional and performance capability as listed above in the above.  TRAINING: Contractor is to provide a one-time training at installation of equipment (if applicable). The government will not require additional training.  WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. The government does not accept an extended warranty, which requires advance payment.    PERFORMANCE:  All deliveries and services must be communicated & agreed with VA facility POC prior to execution. Hours: Normal duty hours are 7:30 a.m. through 5:00 p.m., Monday through Friday, not including federal holidays. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR, POC or designer. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays  New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Last Monday in January Memorial Day Last Monday in January Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Waste Removal: The contractor is responsible for removing and properly disposing of all waste related to the services provided on-site at all VA facilities. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. All shipping for parts will be included in the cost of the contract.  PLACE OF DELIVERY:  11301 Wilshire Blvd Los Angeles, CA 90073                                                SECURITY Information Security The vendor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The vendor s firewall and web server shall meet or exceed the government s minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA Project Manager and the VBA Headquarters Information Security Officer as soon as possible. The vendor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation.  The contractor shall follow The Veterans Affair Acquisition Regulation (VAAR) security clause VAAR- 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES sited in section C. Contract Clauses The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov  To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov  Contract Personnel Security All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004, and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident.  E.2 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 Monday, September 08, 2025, 10:00 a.m. PST. NO EXTRA TIME WILL BE GIVEN. All quotes must be electronically sent to sam.choo@va.gov. Please reference RFQ 36C26225Q1410 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 THURSDAY, August 28, 2025, by 1:00 pm EST. All questions submitted for this solicitation must be electronically sent to sam.choo@va.gov with RFQ 36C26225Q1410 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: 1. SF1449 a. Complete 30a, b and c; Signature, Print Name & Title of Signer, Date Signed 2. B.1 3. B.3; Unit Price, Amount 4. E.3 6. E.10 7. E.12 8. E.13 10. SF30 Amendments (If Amendments are issued) a. Complete15a, b and c; Signature, Print Name & Title of Signer, Date Signed 11. Other documents required in accordance with guidance provided in Additional Submissions section below. *Electronic Signatures and Dates are acceptable. (or acknowledge via email) 2. Quote Submission: The contractors shall email electronic portable document format(.pdf) or Microsoft Excel (.xls) format. The quote shall be valid for 60 days. The quote must include all line items contained in the solicitation OR will not be accepted for evaluation. 3. ***Additional Submissions: 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. 4. 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.