Combined Synopsis-Solicitation for Commercial Products and Commercial Services 36C24225Q0438 Effective Date: 03/15/2023 Revision: 01 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. RFQ Reference number 36C24225Q0438. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, dated 01/17/2025. This solicitation is set-aside for: Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990, All Other Specialty Trade Contractors , with a small business size standard of $19 Million. The Bath VA Medical Center is seeking to establish a Firm-fixed-price contract for exercise equipment installation on an existing concrete slab to include proper installation per MFG specifications, testing for safety and proper installation. A Site visit shall be available on 05-06-2025 at 10am at the Bath Facility. All specs and photos of the area of installation and further requirements shall be in the attached Performance Work Statement. The estimated period of performance is: Base Period: April 5/14/2025- 6/30/2025. All interested companies shall complete the Price Schedule below. Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Base Year: Installation of VA pre-purchased outdoor exercise equipment (located onsite). Contractor shall be responsible for furnishing all labor, tools & equipment, and other ancillary items needed to ensure proper installation per OEM (Original Equipment Manufacturer) specifications. Contractor shall also perform proper safety testing of the installed equipment to ensure its safe operation prior to use. (Note: the equipment has already been purchased by the VA and is on-site in storage ready to be installed. See below for equipment models and information). 1 JB The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Sep 2023) 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: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 2.201-1 Acquisition 360: Voluntary Survey. (SEPT 2023) 52.204-7 System for Award Management (NOV 2024) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 2.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) 52.233-2 Service of Protest (SEPT 2006) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.239-75 Information and Communication Technology Notice (FEB 2023) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (End of Addendum to 52.212-1) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (May 2024) 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 Products and Commercial Services . If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Clauses 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 clauses are incorporated into 52.212-4 as an addendum to this contract: 52.252-2, Clauses Incorporated by Reference (FEB 1998) 52.203-16, Preventing Personal Conflicts of Interest (JUN 2020) 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-8, Option to Extend Services (NOV 1999) 52.217-9, Option to Extend the Term of the Contract (NOV 1999) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120, Supplemental Insurance Requirements 52.232-18, Availability of Funds (APR 1984) 852.201-70, Contracting Officer s Representative (DEC 2022) 852.203-70, Commercial Advertising (MAY 2018) 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020) 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) 852.232-72, Electronic Submission of Payment Requests (NOV 2018) 852.242-71, Administrative Contracting Officer (OCT 2020) (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) The following subparagraphs of FAR 52.212-5 are applicable: 52.203 6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655). 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-14, Service Contract Reporting Requirements (OCT 2016) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) 52.219-8, Utilization of Small Business Concerns (JAN 2025) 52.219-14, Limitations on Subcontracting (OCT 2022) 52.219-6, Notice of Total Small Business Set-Aside. (FEB 2024) 52.219-28, Post Award Small Business Program Rerepresentation (JAN 2025) 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.222-54, Employment Eligibility Verification (JAN 2025) 52.223-23, Sustainable Products and Services (May 2024) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.229 12, Tax on Certain Foreign Procurements (FEB 2021) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 52.240 1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act Covered Foreign Entities (NOV 2024) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (End of Clause) Submission instructions & Evaluation Criteria: All quoters shall submit the following: 1. A technical submission to describe the offeror s capability and experience in delivering the services in the Statement of Work via 52.212-2 Evaluation of Commercial Items section. 2. Past performance information via 52.212-2 Evaluation section. 3. Completed Price Schedule. 4. Completed and signed 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (attached) 52.212-2 Evaluation Commercial Products and Commercial Services (Nov 2021) Basis for Award. 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. 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: TECHNICAL CAPABILITY: Technical capability to meet all of the requirements of the PWS, provide a maximum 20- page capability statement. Contractor must provide one redacted (remove all company information) and one unredacted copy of their proposal Technical Capabilities. Contractor must address specifically the following evaluation: Experience: Please provide documentation and evidence where you have performed services of similar scope and magnitude for installation of same or similar exercise equipment. This summary should show work performed of a similar nature, scope, complexity, difficulty, and size to that which will be supplied under the prospective contract contemplated by this solicitation. The offeror must have a minimum of five (5) years working experience with specialty equipment installation services. Training and Certification: If required by MFG Service and/or installation personal shall provide proof of certification to safely install the required equipment. Management And Schedule Plan: Please provide a management plan with a list of proposed POC s for daily operations as well as supervisor information. Detail the role of each individual would play and the duties each individual would perform. Provide a proposed schedule for all requirements. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Please provide detail on no more than 3 projects of similar size, scope, and complexity as required by this PWS, including technical points of contact for each project. Past performance projects can be for previous or ongoing task orders, work assignments, or contracts. Please provide three references for contract of similar scope and magnitude to be evaluated. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Options (if applicable). The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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. Important Due Dates and Times -Site visit will be available on May 9th at 10:00AM-12:00PM at the Bath VAMC, POC for this site visit shall M. Labarr Acquisition Utilization Specialist. -Requests for information (RFI) / Questions regarding this solicitation shall submitted and received by the contracting office no later than May 12, 2025 by 12:00PM EST. Answers to all questions shall be posted in Contact Opportunities no later than May 13 at 1:00PM EST. -Final Submission of your quote/response shall be received not later than May 14 ,2025 by 12:00PM EST to: jason.rundle@va.gov. Telephonic communication will not be accepted, any and all additional questions/matters regarding this combined synopsis/solicitation must be sent by email to jason.rundle@va.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via email to the contract specialist Jason Rundle at jason.rundle@va.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via email to the Point of Contact listed below. Point of Contact Jason Rundle, Title: Contract Specialist E-Mail: Jason.rundle@va.gov