This is a combined synopsis/solicitation for commercial services 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; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25725Q0535 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. (iv) This solicitation is issued as Unrestricted Full and Open Competition, with the associated NAICS code of 334118, which has a small business size standard of 1,000 personnel. (v) Requested items and services; Replacement PC for EEG-1200R Quantity: 3, PC-UPG-PRO-NS Windows 10 PC Upgrade Quantity: 5, Remote IT Systems Configuration, and Install Solutions (see attached Statement of Work for the contractor qualifications, and description of the required items). Request is for a firm-fixed price contract. (vi) This requirement is for providing the items to the VA South Texas Health Care System (VASTHCS), 7400 Merton Minter Blvd., San Antonio, TX 78229-4404. (vii) The anticipated Delivery Period for the requirement is 25 October 2024 through 24 October 2025. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. This solicitation requires submission of information, other than price; see item xiii below for the additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Evaluation factors for the solicitation are Technical and Price. Technical and Past Performance, when combined, are equal to Price. Evaluation of the offers will be conducted by comparative evaluations of offers. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, applies to this acquisition. Offerors who have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do NOT need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses within FAR 52.212-5 applicable to the solicitation include: 52.204-27, Prohibition on a ByteDance Covered Application, 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-28, Post-Award Small Business Program Representation, , 52.222-3 Convict Labor, 52.222-36, Equal Opportunity for Workers with Disabilities, 52.222-50, Combating Trafficking in Persons, 52.223-23, Sustainable Products and Services, 52.225-13, Restrictions on Certain Foreign Purchases, 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.229-12, Tax on Certain Foreign Procurements, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act Covered Forgien Entities, and 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements. Additional clauses applicable to this procurement include: 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures, 52.216-1, Type of Contract, 52.225-2, Buy American Certificate (xiii) This acquisition includes additional submission requirements. Other additional submission requirements are: This solicitation includes FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. The offeror must have completed the provision on-line at the System for Award Management (SAM https://sam.gov.content.home) prior to providing an offer. This solicitation includes FAR provision 52.225-2, Buy American Certificate. The offeror must have completed the provision within SF 1449 RFQ form 36C25725Q0535. Negative responses are a required submission. Offeror must submit the following for evaluation of the offerors Technical Capability: Offerors must provide products and services in accordance with the Statement of Work (SOW). Offeror should complete page 1 of the attached SF1449; block 12, discount terms, if applicable; blocks 17a., Contractor/Offeror information; and blocks 30, 30a. -Signature of the Offeror/Contractor; 30b., Name and Title of the signer; and 30c. Date signed. Offerors are to provide pricing with their offer. Offerors may complete the price/cost schedule in the attached SF1449 or may provide pricing in their own format (Microsoft or PDF document). Failure to provide all of the submission requirements may determine the offerors offer to be non-compliant to the solicitation. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 24 June 2025, 8:00 AM CST. Offer must be submitted by email to Mariangie Rios Vazquez at mariangie.riosvazquez@va.gov. Due to email constraints by the VA, it is requested that emails sent to the POC be no larger than 12MB in size. Do NOT submit offers in the form of ZIP files; VA servers typically do not transfer all of the contents of ZIP files. If needed, submit the offer content in multiple emails. (xvi) Questions regarding information in the solicitation must be submitted in writing to the solicitation Point of Contact (POC), Mariangie Rios Vazquez, by email at mariangie.riosvazquez@va.gov. It is requested that all questions be submitted no later than 20 June 2025.