Combined Synopsis/Solicitation SBA Due Soon

7910--SHERIDAN VAMC Riding Floor Scrubber Replacement

Solicitation Number: 36C25925Q0726 Response Deadline: August 22, 2025 at 12:00 PM (6 days from now)

Description

Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 1 of 3 Page 1 of 9 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 4 of 9 Combined Synopsis/Solicitation for Ride-On Floor Scrubber This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested, and a written solicitation document will not be issued. Solicitation number 36C25925Q0726 is issued as a request for quotes (RFQ). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. This acquisition is issued as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 333310 Commercial and Service Industry Machinery Manufacturing with a small business size of 1,000 Employees. The Product Code is 7910 Floor Polishers and Vacuum Cleaning Equipment. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be considered for award. Department of Veterans Affairs, Network Contracting Office 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Sheridan, WY. VA Medical Center. The Contractor shall submit prices for one (1) Ride-On Floor Scrubber. The estimated delivery date for this requirement is 120 Days After Receipt of Order (ARO). Description and Pricing Schedule: All interested Businesses shall provide quotations on the Pricing Schedule below, IAW the Salient Characteristics. All prices shall include delivery Free-On-Board (FOB) Destination to the following location: SHERIDAN VA MEDICAL CENTER 1898 FORT ROAD SHERIDAN, WY 82801 Brand Name or Equivalent: Line Item Description Unit Qty Unit Price Ext Amount 0001 Ride-On Floor Scrubber Each 1 Total Price: $_______________ FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items 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. OFFER SUBMITTAL INSTRUCTIONS: 1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered. 2) Offerors shall acknowledge all amendments to the solicitation as part of their quote. 3) Offerors shall complete the Price Schedule in section VI. 4) Offerors shall provide item technical specifications (not to exceed six pages). Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) Technical (2) Price (c) 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 the 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: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements identified in the Salient Characteristics. (2) Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum. (End of Addendum to 52.212-2) FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023) 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. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.201-1 Acquisition 360: Voluntary Survey (SEPT 2023) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees of Whistleblower Rights (NOV 2023) FAR 52.204-3 Taxpayer Identification FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-12 Unique Entity Identifier Maintenance (OCT 2016) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.225-1 Buy American-Supplies 52.225-2 Buy American Certificate FAR 52.226-7 Drug-Free Workplace FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-2 Service of Protest (SEPT 2006) Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.209-70 Organizational Conflicts of Interest (Oct 2020) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (Nov 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (Feb 2023) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (Oct 2018) VAAR 852.273-70 Late Offers (Nov 2021) (End of Addendum to 52.212-4) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (DEC 2023) (DEVIATION JAN 2024) apples to this requirement. The additional clauses below are incorporated by reference. FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021). FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.222-3, Convict Labor (JUN 2003). FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020). FAR 52.222-50, Combating Trafficking in Persons (NOV 2021). FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.226-7 Drug-Free Workplace (May 2024). FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (End of Addendum to 52.212-5) VAAR 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. FAR 52.225-2 Buy American Certificate This is not a Defense Priorities and Allocations System (DPAS) rated requirement. Notice: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. Offers are due August 22nd, 2025, by 12:00 p.m., Local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than August 18th, 2025, by 12:00 p.m., Local Mountain Time. Submit offers or questions to the attention of the Contract Officer, Barron Long via email at: barron.long@va.gov Inquiries submitted via telephone will not be accepted. STATEMENT OF WORK Riding Floor Scrubber Replacement Sheridan VAHCS 666 1. Purpose: Replacement of riding floor scrubber at the Sheridan VAMC 2. Background: Currently the Sheridan VAHCS Housekeeping team uses riding scrubbers to clean large floor areas according to cleaning standards and infection control needs. The riding scrubber allows the housekeeping team to clean and disinfect large floor areas to help prevent the spread of contagions in the facility and meets the following specifications. 3. Salient Characteristics: Shall have a 26 inch cleaning path. Shall have a squeegee width of least 31 inches. Shall have 2 disc brushes that are 13 inches each Shall have a solution tank with a capacity of at least 14 gallons and a recovery tank with a capacity of 14.5 gallons. Shall have 2 brush motor with at least 24 volts/500 watts. Shall have a brush motor operating at 150 RPM/min. Brush pressure should be 88-132 lbs. Unit shall have a gradeability factor of 10% and productivity at 28,000 square feet/hour. Battery type should be maintenance free (TPPL), 12 volt/128AH and should come with the unit. Unit should also come equipped with battery cables, shelf charger, and POD device. 4. General: Equipment to be delivered to the Sheridan VA Medical Center. FMS personnel will accept the equipment. End of Statement of Work

Award Information

0

Awardees

Notice Timeline

Combined Synopsis/Solicitation

Aug 14, 2025

Place of Performance
DEPARTMENT OF VETERANS AFFAIRS SHERIDAN VA MEDICAL CENTER
1898 Fort Road
Sheridan, Wyoming 82801
USA

Contacts

primary
BARRON LONG

CONTRACTING OFFICER

BARRON.LONG@VA.GOV

303-712-5741

Agency
VETERANS AFFAIRS, DEPARTMENT OF
VETERANS AFFAIRS, DEPARTMENT OF
NETWORK CONTRACT OFFICE 19 (36C259)
Classifications
NAICS: 333310
PSC: 7910
Set Aside: SBA
Dates
Posted (1 day ago)
Aug 14, 2025
Last Updated (8 hours ago)
Aug 15, 2025
Due (6 days from now)
Aug 22, 2025 12:00 PM