Request for Quote (RFQ) #: 36C25925Q0691 Police Optics 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, 9/3/2025 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, 9/5/2025 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 36C25925Q0691. 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 332994 with a small business size standard of 1000. This solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Brand name or equal: ROMEO-X REFLEX SIGHT, OPEN, PRO FOOTPRINT, 3 MOA RED DOT, BLACK (see SOW for salient characteristics) 65 EA $ $ Grand Total $ Description of Requirements for the items to be acquired: STATEMENT OF WORK (SOW) Police Optics Sig Sauer P320 Firearms-Optics INTRODUCTION: VA Salt Lake City HCS, has been mandated to replace their firearms. The current firearms are being replaced VHA wide. This procurement request is for the supporting Optics that are not available on the National Firearms BPA compatible with the new Sig Sauer P320 Pistols. BACKGROUND: The current Sig Sauer duty pistols have high round counts and have experienced multiple weapon malfunctions and catastrophic failures. The August 21, 2024 VA Police Firearms Program Modernization memorandum from the Director, VA Law Enforcement Training Center (07B/NLR), states specifically which optics are approved to be utilized for the new Sig Sauer 320 VA police service firearms. The memorandum lists specific manufacturers and models that are compatible and are the only optics approved to be procured and utilized. SCOPE OF WORK: This procurement is a one-time buy for the approved optics of the Sig Sauer P320 VA Police Service firearms and will fulfill the requirements of the VA Police Firearms Program Modernization. It is critical that VA Salt Lake City HCS VA Police officers have the correct and proper equipment available to provide the officers personal safety and ability to provide a safe and secure environment for all Veterans, Staff, and visitors at the VISN 19 Medical facilities. The contractor shall deliver all items listed below. It is critical that all items meet the specifications and salient characteristics as defined. This procurement involves accessories to a firearm, so it is imperative that only the items listed are procured. SPECIFICATIONS/SALIENT CHARACTERISTICS: The VA Salt Lake City HCS is requesting to procure the following optics per the October 01, 2024, approved firearm, ammunition, holsters, and optics memo. This one-time procurement is for VA Salt Lake City HCS for 65 of the brand name or equal ROMEO-X REFLEX SIGHT, OPEN, PRO FOOTPRINT, 3 MOA RED DOT, BLACK. The Sig Sauer Romeo-X Pro Electro-Optics 3MOA must meet the following salient characteristics: Fit the Sig Sauer P320 Full and Carry size firearms. Color: Black Anodized to match the Sig Sauer P320, with dark adaptive reticles and coatings. 1x Magnification Reticle: a minimum of 2 MOA (Minutes of Angle) red dot, and 32 MOA red circle multi-reticle Mount type: R1P/R2/DeltaPoint Pro footprint for Sig Sauer P320 (optics-ready slide) Side mount controls push button power activation Distortion free aspherical lens Open emitter 24mm Objective 1.50 MOA Adjustment size 80 MOA Windage Adjustment Adjustable Windage elevation 12 Daytime, and 3 Night Vision brightness, with motion activated illumination. Battery life: 20,000 hours. Can be in conjunction with solar power, but the optics relying solely on solar power are NOT authorized. DELIVERY: Delivery and installation will be coordinated through the onsite point of contact (POC) and the facility warehouse POC as follows: Procurement POC: Amber Andrews Amber.Andrews3@va.gov 801-582-1565 x1134 Warehouse POC: Cody Reynolds Cody.Reynolds@va.gov 801-582-1565 x1984-X Delivery Location: Contractor shall deliver all equipment to: VA Salt Lake City HCS 500 Foothill Dr. Bldg. 7a (Stop 90NX) Salt Lake City, UT 84148 Delivery Documentation: Deliveries shall include a copy of the packing list, clearly marked with the Procurement POC s name, the Contract number, and the PO#. Delivery Markings: Contractor shall deliver items in the manufacturer s original sealed containers with the manufacturer s name marked thereon. The delivery timeframe is to be within 30 days of the award unless specified differently by the Contracting Officer. OPERATION AND MAINTENANCE MANUALS: A compilation of all manufacturer s recommended maintenance schedule(s) and operation materials/manuals will be packaged in binder(s) to the On-Site POC upon delivery. The contractor shall provide: 2 each of the above-mentioned Operation Manual/Maintenance Schedule Binder(s) for the brand name or equal Sig Sauer Romeo-X Pro Electro-Optics 2MOA. A minimum of 1 each Digital Copy of the above mentioned Operation Manual/Maintenance Schedule Binder(s) for the brand name or equal Sig Sauer Romeo-X Pro Electro-Optics 2MOA. WARRANTY: The contractor shall provide all manufacturer s warranties on all parts and labor at the time of delivery. The warranties shall include any, and all travel and shipping costs associated with any warranty repair as applicable. SECURITY REQUIREMENTS: Security and background checks are not required on this equipment/supplies request. 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: VHA Salt Lake City Health Care System, 500 Foothill Drive, Salt Lake City UT 84148 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. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Search website: https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. 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 both Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products AND 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 - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products The offeror shall complete the Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products and submit as part of the quote. AND 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 - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Supplies and Products AND 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 - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products AND completion of Attachment - FAR Provision 52.225-2 Buy American Certificate : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products AND Attachment - FAR Provision 52.225-2 Buy American Certificate for completeness. If an offeror fails to complete Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products OR 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 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 52.204-16 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 52.219-6 Notice of Total Small Business Set-Aside (NOV 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 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 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 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. (JAN 2023) (DEVIATION) 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) 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) 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, 9/5/2025 Name and email of the individual to contact for information regarding the solicitation: Joseph B. Wurmstein joseph.wurmstein@va.gov