SOLICITATION NOTICE
Q -- Mobile PET/ CT Scanner Services Central Texas Veterans Health Care System
- Notice Date
- 11/4/2025 12:10:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) San Antonio TX 78240 USA
- ZIP Code
- 78240
- Solicitation Number
- 36C25726Q0039
- Response Due
- 11/20/2025 11:00:00 AM
- Archive Date
- 12/20/2025
- Point of Contact
- Rafael Rodriguez, Contract Specialist, Phone: 787-781-8700
- E-Mail Address
-
Rafael.Rodriguez2@va.gov
(Rafael.Rodriguez2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 9 of 11 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 11 This is a combined synopsis/solicitation for commercial services 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; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25726Q0039 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06, effective on 10/1/2025. (iv) This solicitation is issued as a Service-Disabled Veteran-Owned Small Business set-aside, with an associated NAICS code of 532490, which has a small business size standard of $40 Million. (v) Requested services; see the attached Solicitation s SOW, page 1, for the contractor qualifications, description of the required items and services, and the price/cost schedule for the contract line item numbers, quantities, and options requested in this solicitation. 0001, Base Year- PET/CT Mobile Trailer service. Quantity: 12, Unit: MO Option Year 1 1001, Option 1- PET/CT Mobile Trailer service. Quantity: 12, Unit: MO Option Year 2 2001, Option 2- PET/CT Mobile Trailer service. Quantity: 12, Unit: MO Option Year 3 3001, Option 3- PET/CT Mobile Trailer service. Quantity: 12, Unit: MO Option Year 4 4001, Option 4- PET/CT Mobile Trailer service. Quantity: 12, Unit: MO (vi) This requirement is for providing a vendor owned mobile PET/CT scanner (minimum features seen below) in a mobile solution that meets regulatory requirements and specifications. The vendor will provide transportation to and from the pre-determined locations and PACS Network connectivity/hook up. The entire offering of a PET/CT Mobile Trailer service shall meet all local, state, federal, industry, NHPP, NRC, Joint Commission NEC, NFPA, VA, OSHA, and other regulatory standards internal or external applicable to the VA Central Texas. The vendor shall provide initial medical physics compliance testing reports IAW JC. The vendor shall provide initial shielding requirements (based upon anticipated patient workload) and shielding verification reports IAW JC requirements. (vii) The anticipated base Period of Performance for the requirement is as follows: Base Year : From 05/01/2026 to 04/30/2027 Option Year 1: From 05/01/2027 to 04/30/2028 Option Year 2: From 05/01/2028 to 04/30/2029 Option Year 3: From 05/01/2029 to 04/30/2030 Option Year 4: From 05/01/2030 to 04/30/2031 Service Locations The Mobile PET/CT unit s base location will be at the VA Central Texas in Temple, TX. Olin E. Teague Veterans Center 1901 Veterans Memorial Drive Temple, TX 76504 Additional scanning site may include: VA Austin Outpatient Clinic 7901 Metropolis Drive Austin, TX 78744 Additional VA sites may be determined based on infrastructure availability and patient demand. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. This solicitation requires additional submission of information, for other than price; see item xiii below for the additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. The evaluation factors for the solicitation are Technical, Past Performance and Price. Technical and Past Performance, when combined, are significantly more important than Price. Offers will be assessed by Comparative Evaluations of Offers. Technical capability will be assessed with the documentation provided by the offeror (see xiii (c) below). Past performance will be assessed by conducting reviews and/or interviews with the past performance references provided by the offeror and by review of the offeror s past performance records found in government past performance record systems. Price will be assessed as for a best value for the government that is determined fair and reasonable. The government intends on awarding a contract from this solicitation that represents the best value and most advantageous to the government, price and other factors considered. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, is used in this solicitation. Offerors who have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do NOT need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses within FAR 52.212-5 applicable to the solicitation include: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt. 1, 52.203-17, Contractor Employee Whistleblower Rights, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-14, Service Contract Reporting Requirements, 52.204-27, Prohibition on a ByteDance Covered Application, 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition, 52.209-6, Protecting the government s interest when subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters, 52.219-8, Utilization of Small Business Concerns, 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program, 52.219-28, Post-Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-36, Equal Opportunity for Workers with Disabilities, 52.222-37, Employment Reports on Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.222-50, Combating Trafficking in Persons, 52.223-23, Sustainable Products and Services, 52.225-13, Restrictions on Certain Foreign Purchases, 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.229-12, Tax on Certain Foreign Procurements, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, and 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities. 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 52.222-62, Paid Sick Leave Under Executive Order 13706 Additional clauses applicable to this procurement include: 52.204-13, System for Award Management Maintenance, 52.204-18, Commercial and Government Entity Code Maintenance, 52.204-21, Basic Safeguarding of Covered Contractor Information Systems, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.228-5, Insurance-Work on a Government Installation, 52.229-11, Tax on Certain Foreign Procurements-Notice and Representation, 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, 852.203.70, Commercial Advertising, 852.204-71, Information and Information Systems Security 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Business, 852.219-75, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction, 852.223-71, Safety and Health 852.232-72, Electronic Submission of Payment Requests, and 852.242-71, Administrative Contracting Officer. Additional provisions applicable to this procurement include: 52.204-7, System for Award Management, 52.204-16, Commercial and Government Entity Code Reporting, 52.204-20, Predecessor of Offeror, 52.214-21, Descriptive Literature, 52.229-11, Tax on Certain Foreign Procurements-Notice and Representation, 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representations and Disclosures, 52.233-2, Service of Protest, 852.233-70, Protest Content/Alternative Dispute Resolution, and 852.233-71, Alternate Protest Procedure. (xiii) This acquisition includes additional submission requirements. Other additional submission requirements include: This solicitation includes FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. The offeror must have completed the provision 52.204-26 on-line at the System for Award Management (SAM) prior to providing an offer. This solicitation includes FAR provision 52.209-7, Information Regarding Responsibility Matters. The offeror must have completed the provision on-line at the System for Award Management (SAM) prior to providing an offer. This solicitation includes FAR provision 52.237-1, Site Visit. A formal site visit is not scheduled for this requirement. This solicitation includes VAAR clause 852.219-75, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction. Offerors must complete the certification and provide a signed copy with their offer. Offeror must submit the following for evaluation of the offeror s Technical Capability: Offeror must provide information requested on attachment 4- Questionnaire Offeror shall provide at least two (2) references for similar contracts in the public or private sector. These references shall be recent (last five years) and relevant to the required services as stated in the SOW. References must include a point of contact with a phone number, reference location, and contract number (if applicable). Failure to provide all of the submission requirements may determine the offerors proposal to be non-compliant to the solicitation. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Failure to provide all of the submission requirements may determine the offerors proposal to be non-compliant to the solicitation. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 26 November 2025, 1:00 PM CST. Offers must be submitted by email to Rafael Rodriguez- Contract Specialist at rafael.rodriguez2@va.gov and to Contracting Officer- Vance Farrell at vance.farrell@va.gov. Due to email constraints by the VA, it is requested that emails sent to the POC be no larger than 12MB in size. Do NOT submit offers in the form of ZIP files; VA servers typically do not transfer all of the contents of ZIP files. If needed, submit the proposal content in multiple emails. (xvi) Questions regarding information in the solicitation must be submitted in writing to the solicitation Point of Contact (POC), Rafael Rodriguez (Contract Specialist), by e-mail Rafael.Rodriguez2@va.gov and Vance Farrell (Contracting Officer), by email at vance.farrell@va.gov. All questions must be submitted no later than 1:00 PM CST on Monday, November 17, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6b669fe34ac54de58be7064ff00293cf/view)
- Place of Performance
- Address: Olin E. Teague Veterans Center 1901 Veterans Memorial Drive, Temple 76504
- Zip Code: 76504
- Zip Code: 76504
- Record
- SN07634541-F 20251106/251104230032 (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 |