Opportunity
SAM #36C24926Q0172
Replacement of San-i-Pak Liquid Sealed Roll-Off Container for VA Medical Center
Buyer
Vanco 9
Posted
April 02, 2026
Respond By
April 15, 2026
Identifier
36C24926Q0172
NAICS
333310, 332439, 332420
This procurement seeks a replacement for a failed San-i-Pak liquid sealed roll-off container at the James H. Quillen VA Medical Center in Mountain Home, Tennessee. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 9 - Contracting office: VISN 9 CONSOLIDATED ACQUISITION, Murfreesboro, TN - OEMs and Vendors: - San-i-Pak (Original Equipment Manufacturer of the failed container) - Products/Services Requested: - 40 Cubic Yard Liquid Sealed Roll-Off Container - Must meet or exceed existing San-i-Pak specifications - Heavy-duty steel construction with reinforced design and rust-inhibiting primer - Must fit existing space without modification - Includes one-year warranty - Quantity: 1 unit - Unique or Notable Requirements: - 100% Small Business Set-Aside (NAICS 333310) - Contractors must review the Statement of Work and provide detailed, itemized pricing for lowest price technically acceptable evaluation - Delivery and installation at the James H. Quillen VA Medical Center - Compliance with SBA small business standards - Quotes must be submitted via email
Description
(i) This is a combined synopsis/solicitation for commercial services 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.
(ii) This solicitation is issued as a request for quotations (RFQ) # 36C24926Q0172.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 VAAR Update 2008-37 and Acq Policy Flash thru 26-23 and 52.212-5 FACs 2025-06 effective 10-01-2025.
(iv) This procurement is a 100% Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this requirement is NAICS Code 333310 Commercial and Service Industry Machinery Manufacturing (1,000 employees) SBA Size Standard. Business size status shall be listed and verified with the US Small Business Administration's Small Business Search at https://search.certifications.sba.gov/, at the time of quote submission and award.
(v) This is a supply contract to provide a replacement for the failed San-i-Pak container currently on site. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for lowest price technically acceptable determination.
(vi) The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, Instructions to Quoters Commercial Items (Addendum attached)
2. FAR 52.212-2, Evaluation-Simplified Acquisition Procedures
3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (www.sam.gov registration is required to be complete at time of submission of response)
(vii) The following clauses are applicable to this acquisition:
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services and any addenda to the clause. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services and regarding which, if any, of the additional FAR clauses cited in the clause are applicable to this acquisition.
(viii) Quotes are due April 15, 2026 by 5:00 PM CT. Quotes shall be submitted via email to: adrian.king@va.gov. Quotes received after this date and time will be considered late in accordance with FAR Provision 52.212-1 and will not be evaluated unless the Contracting Officer determines the late quote will be accepted IAW FAR 52.212-1(f)(2)(i)(A-C). Instructions are listed on page 7-9. Quoters shall review the Statement of Work (SOW) below and provide pricing using the following Price/Cost Schedule.