Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2025 SAM #8651
SOLICITATION NOTICE

72 -- 07-15-2025 | Bathroom Caddy Cleaner | VA-25-00036068 | Brand Name or Equal Solicitation

Notice Date
8/1/2025 2:42:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325612 — Polish and Other Sanitation Good Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0668
 
Response Due
8/22/2025 12:00:00 PM
 
Archive Date
09/21/2025
 
Point of Contact
Jason Lawrence, Contract Specialist, Phone: 000-000-0000
 
E-Mail Address
jason.lawrence3@va.gov
(jason.lawrence3@va.gov)
 
Awardee
null
 
Description
Page 10 of 10 Combined Synopsis/Solicitation for Bathroom Caddy Cleaner This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 the only solicitation; quotes are being requested, and a written solicitation document will not be issued. Solicitation number 36C25925Q0668 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This Brand Name or Equal acquisition is 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code is NAICS 325612 Polish and Other Sanitation Good Manufacturing with a small business size of 900 employees. The PSC is 7240 Household And Commercial Utility Containers. Department of Veterans Affairs, Network Contracting Office (NCO) 19 located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of Sheridan VA Medical Center campus at 1898 Fort Road, Sheridan, WY 82801. They are seeking to procure supplies in accordance with the Attachment 1 Statement of Work and Line Items Section VI. The Contractor shall price for all travel expenses. In addition to following Offer Submittal Instructions below, all interested Businesses shall provide quotations for the following Brand Name or Equal supplies: Item # Description Qty Unity Price 0001 HIL99247 Bathroom Caddy Trident CC17XPC EER#248299 10 EA 0002 HIL99248 TRIDENT CC17 RECOVER UNIT EER# 248299 10 EA TOTAL Description of Requirements for the items to be acquired are as follows: Please see attachment 1 Statement of Need for complete list of salient characteristics for the Brand Name or equal Hillyard Trident CC17XPC. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Sheridan VA Medical Center campus at 1898 Fort Road, Sheridan, WY 82801. The provision at� 52.212-1, Instructions to� Offerors-Commercial Products� and� Commercial Services, applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS 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. (a) 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. (b) 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. (c) 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. (d) 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 -- i. Meet the salient physical, functional, or performance characteristic specified in this solicitation; ii. Clearly identify the item by- 1. Brand name, if any and 2. Make or model number, iii. Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and iv. 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. (e) 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. (f) 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. (g) 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. (h) 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. (i) 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. (j) Any award made as a result of this solicitation will be made on an All or Nothing Basis. REQUIRED: OFFER SUBMITTAL INSTRUCTIONS: Note: Failure to comply with instructions 1-5 will eliminate the vendor from the competition. Submit offers by Due Date/Time specified in section XV. Late quotes will not be considered. Sign acknowledgement of all amendments (if available), as part of their quote. Demonstrate Technical Capability Documents. Submit a clear description, including make, model, specifications, recovery unit, accessories, and advertised scale of workload for a bathroom caddy that matches Brand Name or Equal Hillyard Trident CC17XPC. See Attachment 1 Statement of Work. This replacement includes both the caddy unit and the additional recovery unit. Responses to this notification must account for the functions of both the unit and the recovery unit. The caddies must have a chemical dispensing system compatible with the Hillyard cleaning chemicals VA already uses. This action will not replace Hillyard dispensing systems. The VA will not accept quotes that seek to replace Hillyard dispensing systems because of an active contract and extra cost. Therefore, replacements should either include dispensing systems compatible with Hillyard chemicals, at no extra cost or provide caddies compatible with Hillyard dispensing systems. These caddies must be capable of both cleaning and disinfection of bathrooms, shower rooms, and locker rooms. Fill out the Price Schedule Table from section VI. Completion of FAR Provision 52.225-2 Attachment 1 Buy American Certificate Important: 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. (End of Provision) The provision at� 52.212-2 Evaluation Commercial Items applies to this acquisition. Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES (a) Basis of Award: 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, price and other factors considered. The Government will evaluate offers based on price and other non-priced factors. Evaluation of quotes will be conducted utilizing Simplified Acquisition Procedures in accordance with FAR 13.106-2(b)(3), Evaluation of Quotations or Offers, using comparative evaluation. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most beneficial to the Government. The Government reserves the right to consider a quotation other than the lowest price. Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides a benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each offer must meet the requirements of the solicitation to be considered for evaluation. Please read each factor below carefully for the submittals and information required as part of the evaluation. Offers missing the requested information below, as well as the items listed in the Addendum to FAR 52.212-1, Instructions to Offerors, shall be considered non-compliant and your quote may be removed from the evaluation process. a) Factor 1 - Technical Capability or quality of the item offered the 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. b) Factor 2 - 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. c) Factor 3- Completion of Attachment -FAR Provision 52.225-2 Buy American Certificate: The Government will evaluate the responses an offeror makes to Attachment - FAR Provision 52.225-2 Buy American Certificate for completeness. If an offeror fails to complete Attachment - FAR Provision 52.225-2 Buy American Certificate their quote will be determined ineligible for award. (End of Provision) FAR 52.212-3 OFFERORS REPRESENTATION AND CERTIFICATIONS COMMERCIAL ITEMS (May 2024) 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 COMMERIAL ITEMS (Nov 2023) applies to this requirement. Addendum to XI. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERIAL ITEMS (Nov 2023) Clauses 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-7 System for Award Management (Nov 2024) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.239-1 Privacy or Security Safeguards (AUG 1996) 852.203-70 Commercial Advertising (MAY 2018) 852.209-70 Organizational Conflicts of Interest (OCT 2020) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) 852.233-71 Alternate Protest Procedure (SEP 2018) 852.273-70 Late Offers (NOV 2021) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAY 2024), apples to this requirement. The additional clauses below are incorporated by reference. 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note) 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, Proposed for Debarment, or Voluntarily Excluded (Jan 2025) (31 U.S.C. 6101 note) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020) 52.219-28 Postaward Small Business Program Rerepresentation (Jan 2025) (15 U.S.C 632(a)(2)) 52.219-33 Nonmanufacturer Rule (Sep 2021) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2025) 52.222-36 Equal Opportunity for Workers with Disabilities (June 2020) (29 U.S.C. 793). 52.222-50 Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-23 Sustainable Products and Services (May 2024) 52.225-1 Buy American-Supplies (Oct 2022) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) 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) (E.O. 13706) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled There are no additional contract requirement(s) or terms and conditions. This is not a Defense Priorities and Allocations System (DPAS) rated requitement. Offers are due Wednesday 08-22-2025 @ 1:00 PM MST. All questions/inquiries must be submitted to the Contracting Officer via electronic mail (e-mail) not later than Wednesday 08-13-2025 @ 1:00 PM MST. Answers to questions will post to SAM.gov as an amendment (See VIII-2). Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of Jason Lawrence via email to: jason.lawrence3@va.gov Note: 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f56497ec3c24fafa41cd3e9cee98867/view)
 
Place of Performance
Address: Sheridan VA Medical Center 1898 Fort Road, Sheridan 82801
Zip Code: 82801
 
Record
SN07533917-F 20250803/250801230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.