Search Contract Opportunities

Repair, Maintenance and Parts Replacement Services for Veterinary Medical Unit Laboratory Equipment   2

ID: 36C24E25Q0048 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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. This is a Request for Quote (RFQ) and the solicitation number is 36C24E25Q0048. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for small business concerns. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. The associated NAICS Code for this procurement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the business size standard is $12.5M. The FSC/PSC is J066. STATEMENT OF NEED (SON) CONTRACT DESCRIPTION AND REQUIREMENTS The Regional Procurement Office (RPO) - East has a requirement to purchase repair and preventive maintenance services for animal research laboratory equipment for the veterinary medical unit (VMU) located at the Atlanta VA Health Care System, Decatur, GA. An indefinite delivery, requirements contract is being considered the purchase of services in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the requirement. The government reserves the right to award without discussions. All work shall be completed in accordance with the Statement of Work, Attachment 1. The contract resulting from this solicitation will be a Firm Fixed Price contract. Period of Performance will be 5 years with anticipated start date of September 1, 2025, and run through August 31, 2030. Offerors are requested to quote Firm Fixed Price for any and all of the line items on the Schedule of Supplies and Services attached to this solicitation. The Schedule of Supplies and Services is included as Attachment 2 to this solicitation. Any award resulting from this solicitation will be issued on a Standard Form 1449. Instructions to the Offeror Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Comparative Evaluation of Quotes will be used, in accordance with FAR 13.106-2. The following are the decision factors: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance - Past Performance will be based on the most current CPARS Report. A lack of relevant past performance will be graded as neutral during evaluation. Factor 3 Price 13.106-2 Evaluation of Quotations or Offers The Government intends to award one purchase order as a result of this Request for Quote to the responsible offeror whose quote conforms to the solicitation requirements and will be most advantageous to the Government, considering price, technical capability and past performance of the service offered. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. The Government is not limited to the Past Performance Record information provided above, but reserves the right to independently seek past performance information through open market contracts, government systems, and other government agencies. The Contracting Officer does anticipate adequate price competition for this RFQ. Should that not happen, the Contracting Officer may need to ask for Data Other than Certified Cost and Price Data to assist with the determination of price reasonableness. Vendors are advised that submitting an unrealistically low price may be grounds for eliminating a quote from competition. This could be on the basis that the vendor does not understand the requirement or has made an incautious quote. The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-05, Effective 08/07/2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications** (SAM registration is required to be complete at time of submission of response) Offerors must complete annual representations and certifications electronically via thein accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required) FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2025) (DEVIATION FEB 2025) applies to this solicitation. The additional FAR clauses cited in 52.212-5 are applicable to this acquisition. In paragraph (a) the following clauses apply: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) In paragraph (b) the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) 52.219-8, Utilization of Small Business Concerns (JAN 2025 52.219-28, Post Award Small Business Program Representation Postaward Small Business Program Rerepresentation (JAN 2025) 52.222-3, Convict Labor (JUNE 2003) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-54, Employment Eligibility Verification (JAN 2025). (E.O. 12989) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (May 2014) 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) All clauses under paragraph (d) and (e) as applicable (End of Clause) FAR 52.219-8 Utilization of Small Business Concerns (JAN 2025) FAR 52.219-14 Limitations on Subcontracting (Oct 2022) FAR 52.233-3 Protest After Award (Aug 1996) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under any Federal Law (MAR 2012) (DEVIATION) FAR 52.216-1 Type of Contract (APR 1984) The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Quotes shall be submitted via email to millicent.covert@va.gov. Offerors must reference Solicitation 36C24E25Q0048 in the subject line of the email. No telephone requests for information will be considered. Incomplete packages will be considered non-responsive. All offers must be received by 11:59 EST, Thursday, August 28, 2025. Quote Submission Instructions: Quotes shall be sent electronically via e-mail. All quotes shall include one (1) separate copy of each of the items listed below. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. No price information shall be included in the technical or past performance section. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. First Attachment - Volume 1 1. Offerors Company Information: Name of Company: UEI Number: Contract Name: Phone Number: Email Address: 2. Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database. 3. Completed Schedule of Supplies and Services (Attachment 2 Pricing, to this solicitation). Completed CLIN price information in the Schedule of Supplies/Services. *Offerors must use the CLINs specified in the Schedule of Supplies/Services. It is not permissible for offerors to use offeror created CLINs or SUBCLINs. 3. Signed Certifications that may be included as Addenda to FAR 52.212-1. 4. Signed acknowledgements of amendments (SF30). Applicable only if any amendments are issued against this solicitation. Second Attachment - Volume 2 Offerors shall provide a narrative (including any descriptive literature and/or certifications) which demonstrates the offeror s ability to meet the technical credentials and capability stated in the Statement of Work (SOW). The narrative shall not exceed ten (10) pages and address the requirements within Item 9 Contractor qualifications and requirements . Third Attachment - Volume 3 Past Performance Record: Vendors shall provide information on Past Performance Record. This information is used in determining the level of confidence the Government has for a successful performance based upon the vendor s actions under previously awarded and/or relevant contracts. The information provided in Volume 3 will be utilized to evaluate the Vendor s Past Performance. To be considered part of the Past Performance record, we ask to provide two (2) or more relevant contracts in the last five (5) years. If a vendor or its major subcontractor determines that they have no relevant past performance data, they shall provide the following statement in lieu of the information provided below: (Insert vendor or major subcontractor s name) has determined that they possess no relevant past performance information in accordance with the RFQ. To be compliant with this factor, vendors shall provide the following information for both the vendor and proposed major subcontractors: (1) A list of Previous Contract Data for the vendor. Please provide two (2) PRIME contracts and relevant subcontracts that the vendor is currently performing or has completed during the last 5 years. The list shall include: - Contractor name - Name of customer/agency - Contract/Purchase Order Number - Customer points of contact (minimum of two; provide name, telephone number, fax number and e-mail addresses) - Length of contract - Period of Performance (dates) - Initial Contract Price - Description of product/service provided (include sufficient detail to demonstrate similarities/dissimilarities to the requirements of this solicitation) (2) A list of Previous Contract Data for all minor subcontractors containing the information listed in (1) above as it relates to relevant Prime and Subcontracts that the major subcontractor is currently performing or has completed during the last 5 years. (3) The Government may utilize the Contractor Performance Assessment Reporting System (CPARS), responses from the Performance Risk Assessment Questionnaire, data submitted by the vendor, and any other information available to determine the quality and relevance of the vendor s past performance. Fourth Attachment Volume 4 Contractors are required to include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items with its proposal. Failure to include the certifications along with the price proposal or complete certifications on the internet may result in elimination from consideration for award. 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. Quotes shall be submitted via email to millicent.covert@va.gov. Offerors must reference Solicitation 36C24E25Q0048 in the subject line of the email. No telephone requests for information will be considered. Incomplete packages will be considered non-responsive. All offers must be received by 11:59 EST, Thursday, August 28, 2025.
Background
The Regional Procurement Office (RPO) - East is issuing this solicitation to procure repair and preventive maintenance services for animal research laboratory equipment at the veterinary medical unit (VMU) located at the Atlanta VA Health Care System in Decatur, GA.

This contract aims to ensure the proper functioning of essential equipment used for sterilization and sanitization in research, which is critical for maintaining biosafety and biosecurity standards. The contract will be a firm-fixed price agreement, set aside for small business concerns, and will be awarded based on the most advantageous quote considering price, technical capability, and past performance.

Work Details
The contractor shall provide all resources necessary to accomplish the deliverables described in the Statement of Work (SOW). Key tasks include:
1. Quarterly preventive maintenance for a total of 11 pieces of equipment including autoclave steam sterilizers, glass washers, cage washers, tunnel washers, and bedding dispensers.
2. Furnishing parts and supplies necessary for repairs.
3. Providing call-back service during regular business hours at no additional charge.
4. All work must comply with local policies and guidelines related to biosafety and biosecurity. The contractor is responsible for travel costs associated with service delivery.

Period of Performance
The period of performance for this contract is anticipated to be five years, starting from September 1, 2025, through August 31, 2030.

Place of Performance
All services will be performed at the Atlanta VA Health Care System located at 1670 Clairmont Road, Decatur, GA 30033.

Overview

Response Deadline
Aug. 28, 2025, 11:59 a.m. EDT Past Due
Posted
Aug. 20, 2025, 4:42 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Joseph Maxwell Cleland Atlanta VA Medical Center Decatur 30033
Source

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
$12,500,000 (value based on agency estimated range)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
The solicitation is open for 7 days, below average for the VISN 4. 55% of obligations for similar contracts within the Veterans Health Administration were awarded full & open.
On 8/20/25 VISN 4 issued Synopsis Solicitation 36C24E25Q0048 for Repair, Maintenance and Parts Replacement Services for Veterinary Medical Unit Laboratory Equipment due 8/28/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC J066.
Primary Contact
Title
Contracting Officer
Name
Ms. Millicent Covert   Profile
Phone
(Phone calls shall not be accepted)

Documents

Posted documents for Synopsis Solicitation 36C24E25Q0048

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 36C24E25Q0048

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 36C24E25Q0048

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C24E25Q0048

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C24E25Q0048

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C24E25Q0048

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > RPO EAST (36C24E)
FPDS Organization Code
3600-00240E
Source Organization Code
100183218
Last Updated
Aug. 20, 2025
Last Updated By
Millicent.Covert@va.gov
Archive Date
Oct. 27, 2025