Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2025 SAM #8739
SOLICITATION NOTICE

W -- Office Containers- Additional Office Space (FY26)

Notice Date
10/28/2025 8:21:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24126Q0036
 
Response Due
11/14/2025 12:00:00 PM
 
Archive Date
12/14/2025
 
Point of Contact
Shawn Lawrence, Contract Specialist, Phone: 203-932-5711
 
E-Mail Address
Shawn.Lawrence@va.gov
(Shawn.Lawrence@va.gov)
 
Small Business Set-Aside
VSA Veteran Set Aside
 
Awardee
null
 
Description
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 FAC 2025-06; October 1, 2025. This solicitation is set-aside for VOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 532490, with a small business size standard of $40 Million. The FSC/PSC is W099. The Manchester VA Medical Center 718 Smyth Road, Manchester NH 03104 is seeking to purchase Delivery & Installation of Office Containers. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Office Containers 12 Mo Statement of Work VAMC Manchester NH Campus Delivery & Installation of Office Containers INTRODUCTION The Medical Center needs temporary but suitable office resources to replace office space under construction due to a flood on Floors 2, 3 & 4 of Building 1. Leased office containers represent the best and most expedient solution, requiring only electrical, HVAC and data utilities to activate space for VA Employees. These office containers will come from the Vendor unfurnished (re: no furniture etc ) VAMC Manchester will appropriately appoint these units with furniture from our inventory. The aggregate costs for these units will include delivery, leveling, routine maintenance provided by the Vendor (IAW the lease agreement) and removal (return freight) at the end of the term prescribed in the lease agreement. Project Tasks DESCRIPTION OF WORK TO BE PERFORMED The Vendor will deliver the agreed upon office container units to the locations specified herein. The Vendor will level the units to the approval of the VA assigned COR (Contracting Officer s Representative), by both length and width. The Vendor will furnish suitable dunnage for leveling these units estimates of ground elevation/pitch for each installation site will be furnished to the Vendor by the COR, prior to delivery. The COR will have final approval of the installation before it is considered complete and satisfactory. Additional Requirements: Provide a minimum of two complete sets of any available Operations and Maintenance manuals (or a valid digital/file link in PDF format, via email) for the new units, to include the HVAC, electrical and data utilities. Ensure all exterior and interior damage is thoroughly documented and furnished prior to delivery this should include photographs. The COR will perform an assessment prior to acceptance of the installation VA will not be deemed responsible for such damage as identified at the time of delivery. DELIVERABLES - The Contractor will submit to the COR for approval: Cut sheets and other manufacturers information regarding the units proposed for installation. This will include the container itself, electrical panels and connections, heating and cooling units, and any other information available. Available SDS s, as appropriate. Activity Hazard Analysis (AHA) for the project. Provide for review and approval: A Safety Plan that is task-specific (lock out/ tag out if appropriate, lowering, lifting, positioning, and leveling the units, etc ); available training records (OSHA, etc ) for workers performing tasks on site; OSHA training records for the Vendor s on-site managers. Provide Operations and Maintenance (O&M) information for all equipment provided under this contract. The O&M shall include any available manuals for maintenance, installation, and repair of the equipment; cut sheets for all materials used on the project. All equipment certification, and recycling/disposal documentation must be provided to the Contracting Officer Representative for review, acceptance, and retention by the VA GEMS Coordinator. Provide the specified number of office containers (three {3} for this task order) to the following locations; The Building 5 alley in the Northeast corner of Parking Lot W5 place 1 20lf container at the end of and against the granite sidewalk curbing, door(s) to open North & onto the sidewalk; The Building 5 alley in the Northeast corner of Parking Lot W5 place 1 40lf container at the West end of the 20lf container, and against the granite sidewalk curbing, door(s) to open North & onto the sidewalk; The Building 4 alley in the Northeast corner of Parking Lot W5 (East of Building 4) place 1 40lf container adjacent to the sidewalk, door(s) to open West toward Building 4; Other Considerations for the Proposal All applicable NFPA, OSHA, EPA, and VA codes, Federal, State, and local regulations shall be followed throughout the course of this project. Applicable VA publications and design manuals are available to the successful bidder at (https://www.cfm.va.gov/til/criteria.asp). Allow VA two weeks for the review of submittals when planning schedules. VA personnel familiar with the facility's physical plant and structures will be available during the field investigations. It is expected that the Contractor will view the site and verify all information necessary for the development of the work plan. All waste, dunnage and debris, used or generated by the Vendor in this undertaking, shall be transported from the work site in covered containers. Such material shall be disposed of at a suitable, off-site location, at the Vendor s expense. Any work potentially impacting life safety shall be scheduled a minimum of two weeks in advance. This includes, but is not limited to, any work involving lifting (crane) operations, and any work that will be close to a building or building exit. VA shall provide timely review, correction and approval of Safety Plans submitted by the Vendor. Construction activities are not to interfere with patient care or the operation of this facility. Hot Work Permits (for welding, brazing, soldering, torch cutting, grinding etc ) are to be applied for, in advance of the work, through the COR. Penetration permits for any wall or slab penetrations shall also be required. If the work plan includes requirements for respirators, fall prevention, hazardous materials, lockout / tagout, or confined space entry, then the Contractor s written programs must be included in the documentation. All hazardous materials must be submitted for review and approval by the Medical Center before they can be brought on site. Wherever possible, it is anticipated that the least hazardous materials available will be used. These will be reviewed by the COR & appropriate VA Personnel. Contractor vehicles not actively engaged in delivery and setup of the office containers, including those of their employees, are to be parked West of Building 2 instructions will be provided as necessary. Smoking is not permitted anywhere on Campus. Work shall occur during normal administrative hours (7:00 AM to 4:30 PM, M-F, Holidays excluded). Off hours activity must be review and approved in advance through the COR. There will be one opportunity to visit the facility to review site conditions. PERFORMANCE REQUIREMENTS All service work shall be scheduled in advance and completed during normal hours (7am-4:30pm) as well as WHEN hours when notified and approved by the VA Medical Center. All labor rates will comply with applicable Davis-bacon Wage Rate Determinations by the Department of Labor. COR must be immediately notified of any condition discovered through this contract that could result in extended duration of disrupted service. Additional approval by the COR and finally the CO before additional services may be provided. All vendor technicians performing work on site must report to Facility Service in Building 6 to the contractor badge check in/out room to sign in on the contractor log and get a Contractor badge. Badges must be returned, and log signed out prior to departing the premises. Vendor shall then coordinate with the COR prior to performing their work. REFERENCES: Attached Documents: 2020 Facility Map The contract period of performance is 11/28/2025-11/27/2026. Place of Performance/Place of Delivery Address: 718 Smyth Road Manchester, NH Postal Code: 03104 Country: UNITED STATES 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 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (Oct 2025) 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Oct 2025) VAAR 852.219-75, limitations on Subcontracting (Nov 2022). The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020), 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, or Proposed for Debarment (JAN 2025), 52.219-28, Post Award Small Business Program Representation (FEB 2024), 52.219-33, Nonmanufacturer Rule (SEP 2021), 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (SEP 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020), 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024), 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021), 52.222-41, Service Contract Labor Standards (AUG 2018), All quoters shall submit the following: Questions: Any questions must be submitted in writing no later than Friday 07 November 2025 at 3:00 PM EST. Answers to the questions will be posted by the following week. Quote: Offeror shall provide a quote using the Line item table above. Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. All quotes shall be sent to the Contract Specialist, Shawn Lawrence at Shawn.Lawrence@va.gov. 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: Price: Quotes will be compared by price. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner.� Past Performance The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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. Submission of your response shall be received not later than 14 November 2025 at 5:00:00 PM EST. All quotes shall be emailed to Shawn Lawrence at Shawn.Lawrence@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Shawn Lawrence, Shawn.Lawrence@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9458fe815b7942b586e851c41aef1f5d/view)
 
Place of Performance
Address: Manchester VA Medical Center 718 Smyth Road, Manchester 03104
Zip Code: 03104
 
Record
SN07629585-F 20251030/251028230034 (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.