Introduction: 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 and VAAR Update 2008-36. The full text of the provisions and clauses can be obtained from the following websites: https://www.acquisition.gov/browse/index/far and http://www.va.gov/oal/library/vaar/. This solicitation is set-aside entirely for competition among Service-Disabled Veteran Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 541620. The FSC/PSC is B510. The VA Office of Engineering is seeking to purchase an Environmental Assessment for the Huntington VA Medical Center s Proposed Boiler Plant (See attachment: Statement of Work). The contract period of performance is three (3) months. Base Year: 15 August 2025 15 November 2025 Place of Performance/Place of Delivery Address: 1540 Spring Valley Drive, Huntington, WV Postal Code: 25407 Country: UNITED STATES All quoters shall submit the following: Offeror must submit its quote via Email to Ethan.Mauzy@va.gov by July 28th, 2025 at 09:00AM EST. Offeror must provide the following information with its quote: Offeror s legal entity name, address, SAM Unique Entity Identifier (UEI) number; Information that demonstrates your company s technical capability to conduct Environmental Assessment services. Information that demonstrates your company s past performance performing similar, relevant services. Completed Price Schedule - Offeror must enter its unit price for the entire job as a firm-fixed-price to complete the assessment in its entirety (See Attached Price Cost Schedule). Acknowledge and comply with the Cabell County Wage Determination (attached). Date and time quotes and questions are due: Quotes are due by July 28th, 2025 at 09:00AM Eastern Standard Time. Questions are due by July 22nd, 2025 at 09:00AM Eastern Standard Time. **NOTE** Late submissions will not be accepted. Evaluation-Commercial Items. The Government intends to award the acquisition based on the quote received as: Lowest Price Technically Acceptable (LPTA). The Government will award a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government Technically acceptable at fair & reasonable pricing. The evaluation will consider the following: technical capability, past performance, and price. Description of Work: Please see the attached Statement of Work. Contract Line-Item Numbers, quantities, unit of measure: (see the accompanying Price_Cost_Schedule Attachment). The provision at 52.212-1, Instructions to Offerors Commercial Services (MAR 2023), applies to this acquisition, including the following addenda: 52.204-7, System for Award Management (OCT 2018); 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021); 52.209-7, Information Regarding Responsibility Matters (OCT 2018); 52.233-2, Service of Protest (SEPT 2006). Fill-in information: the Contracting Officer at Ethan.Mauzy@va.gov; 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); 852.233-71, Alternate Protest Procedure (OCT 2018); and Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), applies to this acquisition, including the following addenda: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020); 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.204-13, System for Award Management Maintenance (OCT 2018); 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); 52.227-14, Rights in Data General (MAY 2014); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021); 852.201-70, Contracting Officer s Representative (DEC 2022); 852.203-70, Commercial Advertising (MAY 2018); 852.211-72, Technical Industry Standards (NOV 2018); 852.232-72, Electronic Submission of Payment Requests (NOV 2018); and 852.242-71, Administrative Contracting Officer (OCT 2020). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JUN 2023), applies to this acquisition, including the additional FAR clauses cited in the clause: 52.204-14, Service Contract Reporting Requirements (OCT 2016); 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) 52.219-27, Notice of Set-Aside for, or Sole Source to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) (15 U.S.C. 657f). 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 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); 52.222-50, Combating Trafficking in Persons (NOV 2021); 52.222-54, Employment Eligibility Verification (MAY 2022); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); 52.224-3, Privacy Training (JAN 2017); 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); 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 (Multiple Year and Option Contracts) (AUG 2018); 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). 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.) Point of Contact Contracting Officer Ethan Mauzy Ethan.Mauzy@va.gov