Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2025 SAM #8686
SOLICITATION NOTICE

H -- FY26: Diesel Fuel Quality Testing

Notice Date
9/5/2025 1:26:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24825Q1126
 
Response Due
9/17/2025 7:00:00 AM
 
Archive Date
10/17/2025
 
Point of Contact
Elder Vazquez, Contract Specialist, Phone: 939-321-7682
 
E-Mail Address
elder.vazquezmelendez@va.gov
(elder.vazquezmelendez@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Items Page 12 of 12 A.1 DESCRIPTION This is a combined synopsis and solicitation for commercial items, prepared following the guidelines in Federal Acquisition Regulation (FAR) subpart 12.6, which addresses streamlined procedures for evaluating and soliciting commercial items. Additional information is provided in this notice. Please note that this announcement serves solely as a solicitation; quotes are currently being requested, and a formal written solicitation document will not be issued. The solicitation number is 36C24825Q1126, which is issued as a Request for Quote (RFQ). The document includes provisions and clauses that are currently in effect as of Federal Acquisition Circular (FAC) 2025-05, effective August 7, 2025. You can access the full text of the FAR provisions or clauses electronically at https://www.acquisition.gov/browse/index/far. This solicitation is being conducted under FAR Part 13 Simplified Acquisition Procedures and FAR Part 12, Acquisition of Commercial Items. This combined synopsis-solicitation is issued as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a small business size standard of $19.0 M. The PSC is H966. The Network Contracting Office (NCO) 8, San Juan Services Team, is seeking to purchase non-personal services for FY26 Diesel Fuel Quality Testing. Detailed specifications and requirements are provided in Attachment 1-RFQ 36C24825Q1126 Diagnostics Medical Physics Services. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Deviation Aug 2025). The document is attached. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Deviation Aug 2025). The document is attached. 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:"" The award will be determined through a comparative evaluation of quotes, following the Simplified Acquisition Procedures outlined in FAR part 13. This process involves a side-by-side comparison of quotes based on specific factors, leading to a decision by the Contracting Officer in favor of the quote that is most advantageous to the Government. A.2 EVALUATION FACTORS FOR AWARD: TECHNICAL FACTOR The offeror shall comply with all applicable rules and regulations while delivering quality services promptly. In this regard, the offeror shall demonstrate adherence to the requirements specified in the solicitation. Therefore, the offeror shall possess and maintain the necessary permits, employ adequately trained staff, and have the required parts and equipment to perform the services as specified in the Performance Work Statement (PWS). The quotation will be evaluated based on its ability to meet or exceed the Government's requirements outlined in the solicitation and the evaluation factors. At a minimum, your technical quotation shall include the following: Prospective contractors shall submit all required certifications and licenses to perform the services. This includes both company-level certifications and individual technician licenses, as well as ISO and ASTM certifications, in accordance with the Performance Work Statement (PWS). The Quoter shall provide the proposed number of personnel assigned to fulfil the contract, along with their individual qualifications, certifications, and specific responsibilities related to the contract. The qualifications shall demonstrate sufficient experience for their respective positions and, when applicable, include relevant experience in repairing and replacing fuel equipment of the same or similar manufacturer and models as those to be serviced (referring to the Performance Work Statement, or PWS). The contractor shall have at least five years of successful experience in this field. The quote shall include a narrative statement (such as an action plan, brochures, capability statement, etc.) that outlines how the requirements of the Performance Work Statement (PWS) will be met. It shall describe the methods for accomplishing these objectives. The quoter must provide adequate documentation to enable an evaluation of how services will be delivered in accordance with government requirements, quality standards, and established business practices as detailed in the PWS. Additionally, the quoter shall demonstrate experience in managing a similar service in a facility that operates continuously without interruptions, specifically regarding boilers and power generators that support life-critical equipment, as accredited by the Joint Commission. Past Performance Factor: An offeror's past performance is important in determining its ability to perform the services described in the PWS successfully. The Government is interested in ensuring that the offeror has a successful history of recent and relevant past performance. To be considered related and recent, all references shall be similar in scope to the solicitation requirement, and services performed within the last five (5) years preceding the submission of this quote. Prospective contractors (quoters) shall submit three (3) references of past or current contract performance, preferably hospital-related. References may include Federal, State, Local Government, and/or private sector. References shall include company name, telephone number, point of contact, e-mail address, contract amount, and performance period. Past Performance will be evaluated to assess its relative merit with respect to the solicitation requirements. Evaluation will be based on both current and past performance information provided by the quoter, along with data from available sources such as other government agencies and suppliers. Past Performance information to be considered includes: Timeliness: Met or exceeded the contract schedule of services. Quality of Product and Services: Quoter s ability to comply with the contract requirements, effectiveness of its quality control system, field-associated quality control problems, and corrective action taken. Safety: Quoter s compliance with safety regulations and resolution of safety problems encountered. Customer Satisfaction: Satisfaction of prior customers and end users. This includes the willingness of previous customers to do business with the quoter again if given the choice. In the case of a quoter without a record of relevant past performance or for whom information on past performance is not available, the quoter will not be evaluated favorably or unfavorably on past performance. PRICE FACTOR: Price will be evaluated to determine price reasonableness. The award will be made to the proposal that is most advantageous to the government. Proposals shallinclude your best terms and conditions. Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. As part of the price evaluation, the government will also consider extending services (see FAR Clause 52.217-8) by adding six months to the total price proposed by the quoter. Thus, the quoter s total price for evaluation will include the base period, all options, and six months using the price the quoter incorporated for the last option period listed in the Price Schedule. Evaluation of options shall not oblige the Government to exercise the option(s). The price quoted shall be limited to a maximum of two (2) decimal places. If the quoter's price includes more than two (2) decimals, the government reserves the right to round the amount up or down to limit it to two decimal places. Questions about this acquisition shall be emailed to the Contracting Officer, Elder Vazquez, at elder.vazquezmelendez@va.gov. All questions shall be submitted as a Word document. The deadline for submitting questions is September 11, 2025, at 10:00 AM EST. Offers are due on Wednesday, September 17, 2025, by 10:00 AM EST. Submissions shallbe sent via email to: elder.vazquezmelendez@va.gov. Late submissions will be handled in accordance with FAR 52.212-1(f). A3. QUOTE PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, prospective contractors (quoters) shall follow the instructions contained herein. Quoters are required to meet all solicitation requirements. The quoter response shall consist of a technical, past performance, and price submission. Submit to the Contracting Office by the time and place indicated in the solicitation. Price quote Submission: Quoters shall price all line items listed in the price schedule. AND add prices to the attachment equipment list. Technical Submission: To demonstrate compliance with solicitation requirements, quoters shall meet and submit all requisite technical factors, along with their quote, as outlined in the PWS and section A.2 Evaluation Factors for Award above. Fill-up -VAAR 852.219-75 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION) See attached document: S02-ATTACHMENT S02 RFQ FY26 DIESEL FUEL QUALITY TESTING S02-COPY OF VACHS EQUIPMENT LIST FOR DIESEL QUALITY SERVICES CONTRACT
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/acd958e110494f70b03fafa241fbdc63/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS NETWORK CONTRACTING OFFICE 8 (NCO 8) #10 CALLE CASIA SUITE, San Juan, PR 00691, USA
Zip Code: 00691
Country: USA
 
Record
SN07579825-F 20250907/250905230041 (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.