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 Solicitation for Commercial Products or 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. Solicitation Number 36C24W25Q0264. This solicitation is issued as a request for quotation (RFQ). The government requires that all contractors doing business with this office be registered with the System for Award Management (SAM). No award can be made to a company that is not registered in SAM. For additional information and to register in SAM, access the website at https://ww.sam.gov/. Please ensure representations and certifications are complete to allow Contracting Officers to determine your business size and any additional socio-economic categories, if applicable. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2025-04, June 11, 2025 This is an SDVOSB set-aside. NAICS Code 339113. Business size: 800 Line Item Description Quantity 0001 M8078A Lift, Patient, Mobile, Sit to Stand 4 EA 0002 M8085 Lift, Patient, Electric, 600 lbs. capacity 3 EA Description of item: SEE ATTACHED STATEMENT OF WORK Date and Place of Delivery: The VA requires the Contractor to deliver the products no earlier than July 1, 2025, and no later than August 1, 2025. Jack C. Montgomery VA Medical Center 1011 Honor Heights Dr. Muskogee, OK 74401 Each delivery package must be MARKED, FOR: PO# (insert PO# from Award) and PKG 035, EER 248673 . FAR 52.212-1, Instructions to Offerors Commercial Items (SEP 2023), applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL. Please provide the following to Dewana Raynor at
[email protected] Contractor s Administration Data Company Name Contact Person Title Address City/State/Zip Phone Fax E-Mail Tax ID No Unique Entity Identifier (EUI) Provide a complete quote per line items (v) and (vi) listed above. Acknowledge any and all amendments to solicitations. Complete and return provision 52.212-3 with quote. Provide illustration(s) of the product. Submit Sustainability Certification. Complete 52.225-2 Buy American Certificate. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online through www.sam.gov FAR 52.212-2, Evaluation Simplified Acquisition Procedures (NOV 2021), applies to this acquisition. The Government will evaluate offers using the Lowest Price, Technically Acceptable (LPTA) as well as past performance to determine technical capabilities, in accordance with FAR 13.106-2(b)(4)(ii). BASIS FOR AWARD: The Government will select the offeror that represents the best benefit to the Government at a price that can be determined fair and reasonable. 52.212-3, Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, as well as the following addenda: 52.204-7 System for Award Management (NOV 2024) 52.204-13 System For Award Management Maintenance (OCT 2018) 52.204-16 Commercial And Government Entity Code Reporting (AUG 2020) 52.204-20 Predecessor Of Offeror (AUG 2020) 52.211-6 Brand Name Or Equal (AUG 1999) 52.225-18 Place Of Manufacture (AUG 2018) 852.203-70 Commercial Advertising (MAY 2018) 852.246-71 Rejected Goods (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items, applies to this acquisition. 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 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, or Proposed for Debarment. (NOV 2021) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219 28, Post-Award Small Business Program Representation (SEP 2023) 52.222 19, Child Labor Cooperation with Authorities and Remedies (NOV 2023) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-23, Sustainable Products and Services ( MAY 2024 52.225-1 Buy American Supplies (OCT 2022) 52.225-2 Buy American Certificate (OCT 2022) 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 of Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) 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. The submission date and time of quotes are as follows: July 11, 2025 4:00pm Central Standard Time (CST) EMAIL ONLY:
[email protected]