SOLICITATION NOTICE
66 -- Fuel Tanks Monitoring System Chillicothe VA Medical Center (VAMC) Chillicothe, OH Small Business Set-Aside
- Notice Date
- 9/11/2025 4:58:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334514
— Totalizing Fluid Meter and Counting Device Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025Q0879
- Response Due
- 9/15/2025 8:59:00 AM
- Archive Date
- 10/12/2025
- Point of Contact
- Shelton Beasley, Contract Specialist, Phone: 614-257-5829, Fax: N/A
- E-Mail Address
-
shelton.beasley@va.gov
(shelton.beasley@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 09-11-2025 - Amendment 0001 posted - Please see below for details. Effective Date: 04/18/2025 Revision: 02 Description 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 Procedures for Evaluation and Solicitation for Commercial Products and 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. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 August 7, 2025. This solicitation is set-aside for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 334514, with a small business size standard of 850 employees. The FSC/PSC is 6640. The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 10; 2780 Airport Dr, Suite 340; Columbus, OH 43219 is seeking to purchase a tank monitoring system capable of monitoring fluid levels and detecting leaks in several fuel storage tanks (see the Statement of Work (SOW) for details) and have it installed by the contractor. All interested companies shall provide quotations for the following (on a brand name or equal basis) See the salient characteristics in section 4 of the SOW. Supplies/Services ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 YR $________ $________09-15- Labor and material to replace one (1) TLS350 tank monitor console and one (1) Pneumercator TMS3000 with two (2) TLS450 tank monitor consoles, and install one (1) remote display. This includes the following: Two (2)Veeder Root TLS450 tank monitor console w/ touchscreen Two (2)TLS450 application software Three (3)Probe/sensor module (up to 16 channels per module) Two (2)Input/output module (for existing overfill alarm) Two (2)Leak detection probe for 10' tank (boiler tanks) Two (2)Interstitial brine sensor (boiler tanks) Five (5)Sump sensor, non-descriminating (boiler tanks) One (1)Omntec Mini-Me remote display (indoors) ACRN: 1 Requisition Number: 538-25-4-6064-0104 Appropriation: 538-3650162-6064-854200 Nonrecurring M\T\R - Real-2580 Non-Medical Contract \T\ Ag-0100501X2 $__________ GRAND TOTAL $__________ DELIVERY SCHEDULE SHIPPING INFORMATION QUANTITY DELIVERY DATE SHIP TO: Chillicothe VA Medical Center 17273 State Route 104 Chillicothe, OH 45601 USA 1.00 MARK FOR: Rachel Wade (740) 773-1141 Ext. 16145 rachel.wade@va.gov Statement of Work STATEMENT OF WORK (SOW) as of 05/06/2025 1. Contract Title. Chillicothe VA Medical Center Underground Fuel Storage Automatic Tank Gauge Management System Install for boiler plant and vehicle fuel station. 2. Background. The Chillicothe VA facility operates several underground fuel storage tanks to service the VA fleet, grounds maintenance equipment, and emergency reserve fuel for the boiler plant. These tanks are equipped with different types of underground fuel storage tank leak detection and inventory management systems that are not compatible, at end of life, out of OEM service, and that do not automatically produce records that are required for the facility to remain compliant with applicable Federal and State of Ohio regulations. Federal Regulation 40 CFR Part 280 and Ohio Administrative Code, Chapter 1301:7-9.� Rule 1301:7-9-07,� Release detection methods and requirements for UST systems apply. The boiler plant tanks are equipped with a Pneumercator3000. The vehicle fuel station is equipped with a Veeder-Root 350. 3. Scope. Offerors are encouraged to attend a VA hosted site visit prior to submitting quotes. The one time site visit is planned for 09-03-2025 at 10:00 AM, ET - Location Chillicothe VAMC, 17273 State Route 104, Chillicothe, OH 45601 Building 21 Conference Room. Attendees should arrive early enough to allow for navigation of the VAMC campus to locate Building 21 and find parking. The no plans for the VA to host any additional site visits. No pictures/images of VA employees or patients are permitted. Contractor shall completely replace the existing Pneumercator liquid level control systems at the boiler plant, building 261, along with any or all existing sensors that are not compatible with the new system. This system monitors two (2) tanks. Tank # T00018 and tank #T00019 both with 1 each liquid level sensors, tri-state sump sensors, and hydrostatic brine sensors. Existing sensors that are compatible with new equipment may remain in service provided that the contractor produces physical proof that the sensors have been tested and found to be functional and compatible. Any reuse of existing sensors shall be noted in the final operations and maintenance manual submittal. A remote display shall be provided for the boiler plant system. The remote display is to be installed in building 21, adjacent to the tank monitoring system installed there. The remote system shall communicate to the main monitoring station using wireless technology but may not use cellular signals or any other wireless technology that incurs a recuring service fee to operate. The remote display is intended to relay all sensor data, fuel capacities, and system alarms generated at the main panel in building 261 to a remote location in building 21. This requirement will allow for the facility to view all underground fuel storage tank leak detection and inventory management systems in one location, reducing that chances that important information is missed. Long range wireless communications that do not rely on cellular, internet, or subscription-based services are to be used to link the main panel to the display panel. The line-of-sight distance between the two is assumed to be over 2,000 feet. Contractor shall completely replace the existing Veeder-Root 350 system for the fleet fuel station, building 21, along with any or all existing sensors that are not compatible with the new system. This system monitors four (4) tanks. Tank #T00011, tank #T00012, tank and #T00017 all with 1 each liquid line sensors, tri-state sump sensors, and tri-state under pump sensors. As well as tank # T00016 with a liquid line sensor, tri-state sump sensor, tri-state under pump sensor, and interstitial tank sensor. Existing sensors that are compatible with new equipment may remain in service provided that the contractor produces physical proof that the sensors have been tested and found to be functional and compatible. Any reuse of existing sensors shall be noted in the final operations and maintenance manual submittal. Contractor shall provide a written work plan 30 calendar days prior to commencing installation of the new underground fuel storage automatic tank gauge management system. The work plan shall include a detailed schedule for each system and each phase of the work with contingencies for weather or unforeseen conditions. The work plan must address any fuel system outages and traffic control for work around the fleet fuel station areas that are exposed to vehicle traffic. The contractor shall provide one (1) complete hard copy submittal for all equipment and appurtenant components that will be installed under this contract a second copy of the same is to be provided in PDF format electronically by email or VA accessible file share service. In addition, Contractor shall be responsible for submitting and adhering to a written safety plan covering all aspects of work in accordance with applicable local standard operating procedures and policies (Lock Out Tag Out, Dig Permits, Electrical Safety, Utility Outage Requests, Hot Work, attached), and OSHA regulations. VA COR will review and approve the submittal prior before Contractor orders parts or materials for work under this contract. Contractor shall provide additional notification to VA COR a minimum of 7 days prior to commencing each phase of work. Within 30 days of completion of the work, Contractor shall submit one (1) complete hard copy maintenance and operation manual for all equipment and appurtenant components that were installed under this contract a second copy of the same is to be provided in PDF format electronically by email or VA accessible file share service. The maintenance and operation manual shall include documentation that all installed systems and components were tested, passed, and accepted. Permits would not be required unless for some reason digging would need to be done. Most of the boxes could used replacement on the fuel station system. 4. Specific Tasks. 4.1 Task 1: Contractor to furnish all tools, materials, labor, travel time, and miscellaneous expenses and charges to complete the following tasks: 4.1.1 Submit a complete work plan as outlined in section 3. 4.1.2 Contractor and all employees are to report to Building 21, Engineering at beginning of each work shift to sign in and receive contractor credentials. 4.1.3 BUSTR permits 4.1.4 Within 30 days of completion of the work, submit a complete maintenance and operation manual as outlined in section 3. 4.1.5 Contractor to install a new underground fuel storage tank leak detection and inventory management systems in building 261 with remote display installed in building 21. 4.1.5.1 Tank 18: 30,000 Gallon Diesel with compatible sensors. Liquid level sensor, tri-state sump sensor, and hydrostatic brine sensor. 4.1.5.2 Tank 19: 30,000 Gallon Diesel with compatible sensors. Liquid level sensor, tri-state sump sensor, and hydrostatic brine sensor. 4.1.6 Contractor to install a underground fuel storage tank leak detection and inventory management systems in building 21. 4.1.6.1 Tank 11: 8,000 Gallon Diesel with compatible sensors. Liquid level sensors, tri-state sump sensor, and tri-state under pump sensor. 4.1.6.2 Tank 12: 8,000 Gallon Gasoline with compatible sensors. Liquid level sensors, tri-state sump sensor, and tri-state under pump sensor 4.1.6.3 Tank 16: 10,000 Gallon Diesel with compatible sensors. Liquid level sensors, tri-state sump sensor, tri-state under pump sensor, and interstitial tank sensor. 4.1.6.2 Tank 17: 550 Gallon Diesel with compatible sensors. Liquid level sensors, tri-state sump sensor, and tri-state under pump sensor. 4.1.7 New underground fuel storage tank leak detection and inventory management systems shall have the following characteristics: 8 Color Touch Screen Display Onboard Printer 3 Ethernet and Dual USB/Expansion slots Dual RS-232/ RS-485 ports for ethernet Be UL/cUL rated for the application Equipped with preloaded operating application software AC Input Universal AC power supply: 100 to 249 VAC, 60Hz, 2A max 4.1.8 New underground fuel storage tank leak detection and inventory management system remote display for building 261 tanks shall have the following characteristics: 7 Color Touch Screen Display RS-232/ RS-485/TCP/IP with long range (up to 1 mile) wireless enabled Communications without use of cellular or subscription-based services AC Input Universal AC power supply: 100 to 249 VAC, 60Hz 4.1.8 Subtask 8: Contractor will furnish equipment that will store up to 3 years of data and protect it from power outages, battery replacements, or software upgrades. 4.1.9 Subtask 9: Contactor to install equipment that can be monitored remotely for site performance, real-time alerts, compliance data with a cloud-based fuel management program. System will not be required to have an annual subscription for monitoring. 4.1.10 Subtask10: Contractor must install equipment that has easy access to all federal, state, and local agency reports for compliance. Combined tank leak tests periotic and annual, sensor test, line tests delivery reporting, and inventory reporting. 4.1.11 Subtask 11: Contractor will install equipment with sudden lose detection/leak detection capabilities. 4.2 Deliverables : Contractor to maintain daily communication with VA COR/VA Engineering Staff to provide daily status updates and future work plans. Contractor to provide all tools, materials, labor, and equipment to provide the service. 5. Performance Monitoring The request is for replacing and upgrading the automatic tank gauge monitoring systems. As well as new remote monitoring system and all appropriate sensors and probes for the new systems. VAMC COR will be responsible for overseeing project. Final acceptance of completed service to be determined by VAMC COR in coordination with and Chief, Engineering Service. 6. Security Requirements Contractor will not require access to VA sensitive information to fulfill the terms of the contract. Contractor will not require access to any VA Buildings, information systems, or building service equipment during this service. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFE or GFI will be required to complete this service. 8. Other Pertinent Information or Special Considerations. Contractor shall be responsible for entire scope of work to include scheduling and co-ordination, safety planning, testing of operations on new systems, and training for new monitoring systems. a. Identification of Potential Conflicts of Interest (COI). None identified. c. Identification of Non-Disclosure Requirements. Contractor will not have access to any sensitive or proprietary information during contract performance. d. Packaging, Packing and Shipping Instructions. No special packaging, packing, or shipping instructions required. No deliveries are required for the completion of this service. e. Inspection and Acceptance Criteria. Final acceptance of completed services completed to be determined by VAMC COR in coordination with Chief, Engineering Service. 9. Risk Control Contractor to adhere to all stipulations determined by the VAMC Infection Control Department, as included in the PCRA/ICRA. The PCRA/ICRA will be furnished by the VAMC COR prior to commencement of the work. Contractor shall remain in compliance with all applicable standard operating procedures and policies applicable to this service. 10. Place of Performance. The place of performance is Chillicothe VAMC 17273 State Route 104 Chillicothe, Ohio 45601 11. Period of Performance. The period of performance shall be no more than 90 days from the issuance of the Notice to Proceed by the Contracting Officer. 12. Delivery Schedule. See solicitation END OF STATEMENT OF WORK This is a request for quote (RFQ), and the solicitation number is 36C25025Q0879. The Government anticipates awarding a firm-fixed price purchase order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2025-05, effective 08/07/2025. The associated NAICS Code is 334514, Totalizing Fluid Meter and Counting Device Manufacturing. The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from small businesses to supply the Chillicothe (Chillicothe, OH) VA Medical Center (VAMC) with equipment, and installation. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. Respondents should also note that this procurement has a brand name or equal requirement based upon salient characteristics for the Pneumercator, Veeder Root, & Omnitec brands. Any potential respondent who makes an offer of an equal product should ensure that the product meets all of the listed salient characteristics and provide adequate documentation to support their offer. The respondent must be able to acquire the items in a manner so that all manufacturer provided warranties and protections transfer to the Chillicothe VAMC and provide proof from the manufacturer that it is an authorized distributor/installer. There will also be ONE pre-quote site visit (strongly encouraged but NOT mandatory) and a Request for Information (RFI) window, for potential respondents. Questions/RFI should be sent to shelton.beasley@va.gov with Tank Monitoring System included in the title of the email. Late RFI questions will only be answered if doing so, benefits the VA Quotes are to be provided to Shelton Beasley, Contracting Officer, via email at shelton.beasley@va.gov, no later than 09-04-2025, by 11:59 AM ET. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted. Delivery shall be provided no later than 60 days after receipt of order (ARO). Delivery shall be FOB origin. Place of Performance/Place of Delivery Address: Chillicothe VA Medical Center 17273 State Route 104 Chillicothe, OH 45601 The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in 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 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1)� Insert the provision at� 52.212-2, Evaluation-Commercial Products� and� Commercial Services, in� solicitations� for� commercial products� or� commercial services� (see� 12.602); or (2)� Include a similar provision containing all evaluation factors required by� 13.106,� subpart� 14.2� or� subpart� 15.3, as an addendum (see� 12.302(d)).] 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) (END OF PROVISION) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (NOV 2024) FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) FAR 52.204-20 PREDECESSOR OF OFFEROR (AUG 2020) FAR 52.204-29 FEDERAL ACQUISTION SUPPLY CHAIN SECURITY ACT ORDERS- REPRESENATION AND DISCLOSURES (DEC 2023) FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (SEP 2023) FAR 52.225-2 BUY AMERICAN CERTIFCATE (OCT 2022) FAR 52.225-18 PLACE OF MANUFACTURE (AUG 2018) VAAR 852.273-70 LATE OFFERS (NOV 2021) The following contract clauses apply to this acquisition: FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) FAR 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2024) FAR 52.225-1 BUY AMERICAN SUPPLIES FAR 52.237-2 PROTECTION of GOVERNMENT BUILDINGS EQUIPMENT AND VEGETATION (APR 1984) VAAR 852.247-71 DELIVERY LOCATION (OCT 2018) Shipment of deliverable items, other than reports, shall be to: Chillicothe VAMC 17273 State Route 104 Chillicothe, OH 45601 UNITED STATES (END OF CLAUSE) VAAR 852.247-75 BILLS OF LADING (OCT 2018) The purpose of this clause is to define when a commercial bill of lading or a Government bill of lading is to be used when shipments of deliverable items under this contract are f.o.b. origin. (a) Commercial bills of lading. All domestic shipments shall be made via commercial bills of lading (CBLs). The Contractor shall prepay domestic transportation charges. The Government shall reimburse the Contractor for these charges if they are added to the invoice as a separate line item supported by the paid freight receipts. If paid receipts in support of the invoice are not obtainable, a statement as described below must be completed, signed by an authorized company representative, and attached to the invoice. I certify that the shipments identified below have been made, transportation charges have been paid by [company name], and paid freight or comparable receipts are not obtainable. Contract or Order Number: __________________ Destination: _________________. (b) Government bills of lading. (1) International (export) and domestic overseas shipments of items deliverable under this contract shall be made by Government bills of lading (GBLs). As used in this clause, domestic overseas means non-continental United States, i.e., Hawaii, Commonwealth of Puerto Rico, and possessions of the United States. (2) At least 15 days before shipment, the Contractor shall request in writing GBLs from: Chillicothe VAMC 17273 State Route 104 Chillicothe, OH 45601 UNITED STATES If time is limited, requests may be by telephone: 313-576-1000 Requests for GBLs shall include the following information. (i) Item identification/description. (ii) Origin and destination. (iii) Individual and total weights. (iv) Dimensional weight. (v) Dimensions and total cubic footage. (vi) Total number of pieces. (vii) Total dollar value. (viii) Other pertinent data. (END OF CLAUSE) VAAR 852.201-70 CONTRACTING OFFICER S REPRESENTATIVE (DEC 2022) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018) VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) VAAR 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023) VAAR 852.215-70 SERVICE DISABLED VETERAN-OWNED AND VETERAN- OWNED SMALL BUSINESS EVALUATION FACTORS (OCT 2019) VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (OCT 2019) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.237-72 CRIME CONTROL ACT-REPORTING OF CHILD ABUSE (OCT 2019) VAAR 852.239-76 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY (FEB 2023) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) VAAR 852.246-71 REJECTED GOODS (OCT 2018) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) The following subparagraphs of FAR 52.212-5 are applicable: & (b) To include 52.204-27, 52.209-6, 52.219-6, 52.219-28, 52.219-33, 52.222-19, 52.222-36, 52.222-50, 52.223-23, 52.225-1, 52.226-8, 52.232-33, 52.240-1 All quoters shall submit the following with their quote: Business name, business physical and mailing addresses, SAM unique entity ID, email address of primary POC authorized to contractually commit the business If the offeror provides a quote for a proposed equal item, it is the offeror s responsibility to provide enough information to the VA in a concise format so that the VA can determine if the product offered meets all of the salient characteristics detailed in the Supplies/Services heading above All quotes shall be sent to Shelton Beasley (shelton.beasley@va.gov) Network Contracting Office 10 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. The following are the decision factors: Adherence to the salient characteristics as detailed under the Supplies and Services heading of this document. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) 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. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1� Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a)� North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this� acquisition� appear elsewhere in the� Request for Quote (RFQ). However, the small business size standard for a concern that submits an� quote, other than on a� construction� or service� acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for� information technology� value-added resellers under NAICS code 541519, if the� acquisition (1) Is set aside for small business and has a value above the� simplified acquisition threshold; (b)� Submission of� Quotes. Submit signed and dated� quotes� to the office specified in this� Request for Quote (RFQ)� at or before the exact time specified in this� solicitation.� Quotes� may� be submitted on letterhead stationery, or as otherwise specified in the� solicitation. As a minimum,� quotes� must� show (1)� The� solicitation� number. (2)� The time specified in the� solicitation� for receipt of� quotations; (3)� The name, address, and telephone number of the� quoter; (4)� A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the� solicitation. This� may� include product literature, or other documents, if necessary; (5)� Terms of any express� warranty; (6)� Price and any discount terms; (7)� ""Remit to"" address, if different than mailing address; (8)� A completed copy of the representations and certifications at Federal� Acquisition� Regulation (FAR)� 52.212-3� (see FAR� 52.212-3(b) for those representations and certifications that the� offeror� shall� complete electronically); (9)� Acknowledgment of� Quotation� Amendments; (10)� Past performance� information will not be considered in simplified acquisition procurements. (11)� Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the� solicitation.� Quotes� that fail to furnish required representations, or information, or reject the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� Period for acceptance of� Quotes. The� offeror� agrees to hold the prices in its� offer� firm for 30 calendar days from the date specified for receipt of� quotes, unless another time period is specified in an addendum to the� solicitation. (d)� Product samples. Not Required (e)� Multiple� Quotes.� Quoters� are encouraged to submit multiple� quotes� presenting alternative terms and conditions, including alternative� line items� (provided that the alternative� line items� are consistent with FAR� subpart� 4.10), or alternative� commercial products� or� commercial services� for satisfying the requirements of this� solicitation. Each� quote� submitted will be evaluated separately. (f)� Late submissions, modifications, revisions, and withdrawals of� quotes. (1)� Quoters� are responsible for submitting� quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the� solicitation� by the time specified in the� solicitation. If no time is specified in the� solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that� quotes� or revisions are due. (2) Any� quote� received at the Government office designated in the solicitation after the exact time specified for receipt of� quotes� is ""late"" and may not be considered unless it is received before purchase order issuance and the� Contracting Officer� determines that accepting the late� quote� would not unduly delay the� acquisition. (3)� If an� emergency� or unanticipated event interrupts normal Government processes so that� quotes� cannot be received at the Government office designated for receipt of� quotes� by the exact time specified in the� Request for Quote, and urgent Government requirements preclude amendment of the� solicitation� or other notice of an extension of the closing date, the time specified for receipt of� quotes� will be deemed to be extended to the same time of� day� specified in the� solicitation� on the first work� day� on which normal Government processes resume. (g)� Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the� quoter s initial� quote� should� contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h)� Multiple awards. The Government� may� accept issue a purchase order for any item or group of items of a quotation, unless the� quoter� qualifies the� quotation� by specific limitations. Unless otherwise provided in the quotation,� offers� may� not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the� quoter� specifies otherwise in the� quote. (i)� Availability of requirements documents cited in the� solicitation: Not applicable (j)� Unique entity identifier.(Applies to all� quotes� that exceed the� micro-purchase threshold, and� quotes� at or below the� micro-purchase threshold� if the� Request for Quote (RFQ)� requires the Contractor to be� registered in the System for Award Management (SAM).) The� quoter� shall� enter, in the block with its name and address on the cover page of its� offer, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� Quoter's name and address. The� Quoter� also� shall� enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� unique entity identifier. The suffix is assigned at the discretion of the� Quoter� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� Quoter� does not have a� unique entity identifier, it� should� contact the entity designated at� www...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e03e22680bfc47b4a0fc603b61f39bf1/view)
- Place of Performance
- Address: Department of Veterans Affairs Veterans Healthcare Administration Chillicothe VA Medical Center 17273 State Route 104, Chillicothe, OH 45601, USA
- Zip Code: 45601
- Country: USA
- Zip Code: 45601
- Record
- SN07587876-F 20250913/250911230053 (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 |