Opportunity

SAM #36C25926Q0384

Trash Removal and Recycling Services for Grand Junction VA Medical Center

Buyer

VHA Network Contracting Office 19

Posted

April 06, 2026

Respond By

April 10, 2026

Identifier

36C25926Q0384

NAICS

562111

This opportunity involves providing comprehensive trash removal and recycling services for the Grand Junction VA Medical Center in Colorado. - Government Buyer: - Department of Veterans Affairs (VA), Network Contract Office 19 - Place of performance: Grand Junction VA Medical Center, 2121 North Ave., Grand Junction, CO - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Waste/trash removal from: - One 8-yard compactor (scheduled three times per week plus 12 additional pickups per year) - Two 8-yard trash bin containers (scheduled two times per week) - One 30-yard roll-off dumpster (scheduled two times per month plus 6 additional pickups per year) - Twelve 96-gallon recycling carts (scheduled once per week) - Monthly rental of: - One 8-yard compactor (including installation and removal) - One baler for cardboard (including installation, maintenance, and bi-weekly bale pickups) - Recycling of wooden pallets (two times per month) - Disposal fees per ton for roll-off dumpster (up to four tons per haul, up to 30 hauls per year) - Associated costs per haul for 30-yard dumpster - Stationary compactor and baler provided with specified dimensions - Unique or Notable Requirements: - Contractor must provide all containers and equipment - Must perform both scheduled and unscheduled (flexible) pickups with prior notification and contract modification for excess pickups - Maintain cleanliness, power wash cement prior to container replacement, and ensure proper recycling - Provide cut sheets/specifications with quotes - Monthly invoicing with documentation (e.g., weigh tickets) - Maintain safety standards and include installation/maintenance for leased equipment - Period of Performance: - Base year plus four option years (total up to 5 years and 6 months, including possible extension) - All services performed at the Grand Junction VA Medical Center

Description

Request for Quote (RFQ) #: 36C25926Q0384 Trash Removal and Recycling Services This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.

SITE VISIT: Due to the urgency (existing contract expiring on 4/30/2026) of this requirement, a site visit will NOT be available prior to the deadline for quotes.

QUESTIONS: The deadline for all questions is 12:00pm MST, April 8th, 2026. All questions must be submitted in writing, via email, no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.

QUOTES: Quotes are to be provided to stephanie.cahill@va.gov no later than 12:00pm MST, April 13th, 2026. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make the award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated; failure shall not be considered for award.

This is a Request for Quote (RFQ), and the solicitation number is 36C25926Q0384. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 effective August 26th, 2025.

The North American Industrial Classification System (NAICS) code for this procurement is 562111 with a business size standard of $47 million. This solicitation is 100% unrestricted.

List of Line Items

Base Year: 5/1/2026 - 4/30/2027 Line Item Description Qty Unit of Measure Unit Price Total Price 0001Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated)168JB$$ 0002Monthly 8-yard Compactor Rental12MO 0003Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week)104JB 0004Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated)30JB 0005Disposal Fee per Ton (for 30-yard Roll Off Dumpster) Approx. four (4) tons per haul; up to 30 hauls per year120EA 0006Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week)52JB 0007Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks)12MO 0008Recycling of Wooden Pallets (2x/month)24JB Total of Base Year: $

Option Year #1: 5/1/2027 - 4/30/2028 Line Item Description Qty Unit of Measure Unit Price Total Price 1001Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated)168JB$$ 1002Monthly 8-yard Compactor Rental12MO 1003Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week)104JB 1004Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated)30JB 1005Disposal Fee per Ton (for 30-yard Roll Off Dumpster) Approx. four (4) tons per haul; up to 30 hauls per year120EA 1006Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week)52JB 1007Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks)12MO 1008Recycling of Wooden Pallets (2x/month)24JB Total of Option Year #1: $

Option Year #2: 5/1/2028 - 4/30/2029 Line Item Description Qty Unit of Measure Unit Price Total Price 2001Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated)168JB$$ 2002Monthly 8-yard Compactor Rental12MO 2003Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week)104JB 2004Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated)30JB 2005Disposal Fee per Ton (for 30-yard Roll Off Dumpster) Approx. four (4) tons per haul; up to 30 hauls per year120EA 2006Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week)52JB 2007Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks)12MO 2008Recycling of Wooden Pallets (2x/month)24JB Total of Option Year #2: $

Option Year #3: 5/1/2029 - 4/30/2030 Line Item Description Qty Unit of Measure Unit Price Total Price 3001Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated)168JB$$ 3002Monthly 8-yard Compactor Rental12MO 3003Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week)104JB 3004Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated)30JB 3005Disposal Fee per Ton (for 30-yard Roll Off Dumpster) Approx. four (4) tons per haul; up to 30 hauls per year120EA 3006Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week)52JB 3007Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks)12MO 3008Recycling of Wooden Pallets (2x/month)24JB Total of Option Year #3: $

Option Year #4: 5/1/2030 - 4/30/2031 Line Item Description Qty Unit of Measure Unit Price Total Price 4001Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated)168JB$$ 4002Monthly 8-yard Compactor Rental12MO 4003Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week)104JB 4004Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated)30JB 4005Disposal Fee per Ton (for 30-yard Roll Off Dumpster) Approx. four (4) tons per haul; up to 30 hauls per year120EA 4006Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week)52JB 4007Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks)12MO 4008Recycling of Wooden Pallets (2x/month)24JB Total of Option Year #4: $

All periods of performance (Base + Option Years) combined: Grand Total: $_________

Description of Requirements for the Services to be acquired: Cut sheets and specification sheets proving the offered products and services meets all testing specifications and requirements provided in the Statement of Work (SOW) must be included with the quote. Failure to meet the requirements listed in the SOW below will result in the offeror's quote not being considered for award. Failure to provide the required documents or information (information documents, quote with accurate costs, estimated time for completion of project) by the quote deadline will result in the offeror's quote not being considered for award.

STATEMENT OF WORK:

Summary: The Statement of Work (SOW) covers the furnishing of all necessary labor, material, equipment and supervision necessary to satisfactorily remove recycled materials, trash, and refuse waste from the VA Western Colorado Health Care System (WCHCS) at address: 2121 North Avenue, Grand Junction, CO 81501. Trash removal and recycling services shall be provided in accordance with the frequency listed in the price/cost schedule (above) and the SOW (below). However, all services completed within a given month shall be submitted for payment on one monthly invoice, in arrears.

REQUIREMENTS: Contractor shall provide containers and services as listed below: One (1), eight (8) yard compactor emptied three (3x) times per week (an additional 12 pickups/hauls/jobs added in case of unanticipated increased need throughout the year, as needed). The services shall be completed on the agreed upon schedule of three (3) pickups per week on Monday, Wednesday, and Friday. The trash compactor must be provided by the vendor. Any costs for the rental fee should be included in the line item listed above. Costs for installation and removal should be included in the rate. The compactor shall be bolted to the ground and include a detachable container for dumping — solid waste only. A new replacement container for the compactor shall be provided by the Contractor twice per year — approx. every 6 months. The Contractor shall power wash the cement prior to the replacement of the new container for the compactor. Two (2), eight (8) yarder trash bin containers emptied two times (2x) per week. One (1), 30 yard roll off dumpster emptied two times (2x) per month (an additional 6 pickups/hauls/jobs added in case of unanticipated increased need throughout the year, as needed). The facility may require unscheduled additional pickup outside of the regular schedule depending on ongoing project and facility needs. The VA COR shall coordinate with the vendor when additional, unscheduled pickups are required. Disposal fees for each haul shall be invoiced specifying how many tons are included for the haul. Based on past performance, no haul for the 30-yard dumpster is expected to exceed four (4) tons. Twelve (12), 96-gallon recycling carts, emptied one time (1x) per week for aluminum, paper, plastic, and tin. One (1), baler for cardboard — cardboard bale pick-ups once every two weeks. Shall be leased to facility; NOT purchased. Installation of the baler and ongoing maintenance shall be included. The cost of hauling the baled cardboard should be priced in the monthly rental fee. The vendor's monthly rate should take into consideration any additional revenue received for recycling the baled cardboard. Recycling of wooden pallets — pick-ups shall be two times (2x) per month. Pallets shall not be put in the 30 yard roll off dumpster as regular waste/trash — Contractor shall ensure pallets are not destroyed and are brought to a recycling facility.

Additionally, the WCHCS may request additional pickups if the volume trash/recycling generated warrants additional pickups — those additional pickups/hauls have been accounted for as an additional quantity in the cost/price schedule. If the Contractor anticipates they will need to exceed the total number of total hauls for the year, as much advance notice as possible (at least 30 days) should be provided to the station POC as well as the Contracting Officer. No additional hauls that exceed the annual total should be scheduled or completed without the Contractor first receiving a modification to the contract that incorporates those additional services/jobs.

Disposal services shall include but are not limited to landfill fees, taxes and/or additional expenses (gas, overfill, etc.) related to the disposal of trash, garbage, and any recycling fees.

Any trash or garbage scattered by the contractor on the Medical Center grounds shall be immediately recovered and removed by the Contractor.

The pickup area shall be left in a clean oil-free sanitary condition. All debris dropped by the contractor shall be promptly removed by the Contractor.

The Contractor shall return all containers to their proper position. The WCHCS will furnish the necessary electric power to run the hydraulic power system. The contractor shall be responsible for the maintenance and upkeep of the hydraulic power compactor.

Trucks and compactors shall be maintained and in good repair so as not to leak hydraulic fluid and other oils/fluids onto the WCHCS grounds and facilities.

If the WCHCS determines that the area is not being kept clean by the contractor, the WCHCS will clean the affected area and charge the cleaning to the contractor.

WORKMANSHIP: Contractor shall maintain a state of cleanliness inside and outside the compactor. Power washing cement prior to installation of new container for compactor — 2x/year. Area around the compactor and compactor itself shall be kept clean and free of excessive oil/fluids.

SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his designee may determine to be reasonably necessary to protect the lives and health of occupants of the building and the lives and health of the contractor's personnel. The Contracting Officer or designee will notify the contractor of any noncompliance with the foregoing provision and action to be taken. The Contractor shall after receipt of such notice immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or representative at the site of the work, shall be deemed sufficient for the purpose of aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in default.

(End of Statement of Work)

Services and acceptance are to be F.O.B Destination (RFO 52.247-34) at: Grand Junction VA Medical Center (WCHCS) 2121 North Ave., Grand Junction, Colorado 81501

52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS): https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.

ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Submission of quote shall include the following volumes: (I) Technical capability or quality of the services offered to meet the Government requirement and (II) Price

Volume I - Technical capability or quality of the services offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the services to be provided meet or exceed the requirements included in the SOW specified in this solicitation.

Volume II - Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.

(End of Addendum to 52.212-1)

52.212-2, Evaluation--Commercial Items applies to this acquisition.

ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors.

The following factors shall be used to evaluate quotations: Technical capability of services offered to meet the Government requirement Price

Evaluation Approach The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use comparative analysis. The following factors will be used to evaluate offers: Technical capability of services offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government's requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. The Government may consider an award to other than the lowest priced quoter/offeror if it’s in the best interest of the Government. If offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered non-responsive. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s).

(End of Addendum to 52.212-2)

52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR.

The following RFO clauses are incorporated by reference: Applicable (X)NumberTitleSource X52.203-6 with Alt IRestrictions on Subcontractor Sales to the GovernmentStatute X52.203-13Contractor Code of Business Ethics and ConductStatute X52.203-17Contractor Employee Whistleblower RightsStatute X52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or StatementsStatute X52.204-9Personal Identity Verification of Contractor PersonnelOther X52.204-13System for Award Management MaintenanceStatute 52.204-91Contractor identificationOther X52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentStatute X52.209-9Updates of Publicly Available Information Regarding Responsibility MattersStatute X52.209-10Prohibition on Contracting with Inverted Domestic CorporationsStatute 52.219-4Notice of Price Evaluation Preference for HUBZone Small Business ConcernsStatute X52.219-6Notice of Total Small Business Set-AsideStatute 52.219-6 with Alt INotice of Total Small Business Set-Aside, with Alternate IStatute X52.219-8Utilization of Small Business ConcernsStatute 52.219-9Small Business Subcontracting PlanStatute 52.219-9 with Alt ISmall Business Subcontracting Plan, with Alternate IStatute 52.219-9 with Alt IISmall Business Subcontracting Plan, with Alternate IIStatute 52.219-9 with Alt IIISmall Business Subcontracting Plan, with Alternate IIIStatute 52.219-9 with Alt IVSmall Business Subcontracting Plan, with Alternate IVStatute 52.219-14Limitations on SubcontractingStatute 52.219-16Liquidated Damages Subcontracting PlanStatute 52.219-33Nonmanufacturer RuleStatute X52.222-3Convict LaborEO X52.222-19Child Labor Cooperation with Authorities and RemediesEO X52.222-35Equal Opportunity for VeteransStatute 52.222-35 with Alt IEqual Opportunity for Veterans, with Alternate IStatute X52.222-36Equal Opportunity for Workers with DisabilitiesStatute 52.222-36 with Alt IEqual Opportunity for Workers with Disabilities, with Alternate IStatute X52.222-37Employment Reports on VeteransStatute X52.222-40Notification of Employee Rights Under the National Labor Relations ActEO X52.222-41Service Contract Labor StandardsStatute 52.222-42Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wage-Fringe BenefitsStatute X52.222-43Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)Statute X52.222-44Fair Labor Standards Act and Service Contract Labor Standards-Price AdjustmentStatute X52.222-50Combating Trafficking in PersonsStatute 52.222-50 with Alt ICombating Trafficking in Persons, with its Alternate IStatute 52.222-51Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment RequirementsOther X52.222-53Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services RequirementsOther X52.222-54Employment Eligibility VerificationEO X52.222-62Paid Sick Leave Under Executive Order 13706EO X52.223-2Reporting of Biobased Products Under Service and Construction ContractsEO 52.223-9Estimate of Percentage of Recovered Material Content for EPA-Designated ItemsStatute 52.223-9 with Alt IEstimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate IStatute 52.223-11Ozone-Depleting Substances and High Global Warming Potential HydrofluorocarbonsStatute X52.223-12MaintenanceStatute 52.223-20AerosolsStatute 52.223-21FoamsStatute X52.223-23Sustainable Products and ServicesStatute 52.224-3Privacy TrainingStatute 52.224-3 with Alt IPrivacy Training, with Alternate IStatute 52.225-1Buy American-SuppliesStatute 52.225-1 with Alt IBuy American-Supplies, with Alternate IStatute 52.225-3Buy American-Free Trade Agreements-Israeli Trade ActStatute 52.225-3 with Alt IIBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IIStatute 52.225-3 with Alt IIIBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IIIStatute 52.225-3 with Alt IVBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IVStatute 52.225-5Trade AgreementsStatute 52.225-19Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United StatesOther 52.225-26Contractors Performing Private Security Functions Outside the United StatesStatute 52.226-4Notice of Disaster or Emergency Area Set-AsideStatute 52.226-5Restrictions on Subcontracting Outside Disaster or Emergency AreaStatute X52.226-8Encouraging Contractor Policies to Ban Text Messaging While DrivingEO 52.229-12Tax on Certain Foreign ProcurementsStatute 52.232-29Terms for Financing of Commercial Products and Commercial ServicesStatute 52.232-30Installment Payments of Commercial Products and Commercial ServicesStatute X52.232-33Payment by Electronic Funds Transfer System for Award ManagementStatute 52.232-34Payment by Electronic Funds Transfer Other than System for Award ManagementStatute 52.232-36Payment by Third PartyStatute X52.232-40Providing Accelerated Payments to Small Business SubcontractorsStatute 52.232-90Fast Payment ProcedureStatute X52.233-3Protest After AwardStatute X52.233-4Applicable Law for Breach of Contract ClaimStatute X52.240-91Security Prohibitions and ExclusionsStatute 52.240-91 with Alt ISecurity Prohibitions and Exclusions, with Alternate IStatute 52.240-92Security RequirementsOther 52.240-92 with Alt IISecurity Requirements with Alternate IIOther 52.240-93Basic Safeguarding of Covered Contractor Information Systems X52.244-6Subcontracts for Commercial Products and Commercial ServicesStatute 52.247-64Preference for Privately Owned U.S.-Flag Commercial VesselsStatute 52.247-64 with Alt IPreference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate IStatute

Additional contract requirements or terms and conditions:

52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months.

852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items: VAAR Clauses are incorporated by reference as follows: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.204-70 Personal Identity Verification of Contractor Personnel (MAR 2026) VAAR 852.204-72 Personnel Vetting and Credentialing (MAR 2026) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) VAAR Provisions are incorporated as follows: VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018)

VAAR 852.204-70 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (MAR 2026) The Contractor shall comply with current Department of Veterans Affairs policy for personal identity verification of all employees performing under this contract when physical access to VA facilities, and/or logical access to VA information and VA information systems is required. The Contractor shall insert this clause in all subcontracts when the subcontractor's employees will require physical access to VA facilities and/or logical access to VA information and VA information systems. (End of Clause)

RFO 52.252-1 Solicitation Provisions Incorporated by Reference The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at RFO 52.252-1, Solicitation Provisions Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar

The following RFO provisions are to be incorporated by reference: Applicable (X)NumberTitleSource X52.203-11Certification and Disclosure Regarding Payments to Influence Certain Federal TransactionsStatute X52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-RepresentationStatute X52.204-7System for Award Management RegistrationStatute 52.204-7 with Alt ISystem for Award Management Registration, with Alternate IStatute 52.204-90Offeror IdentificationStatute 52.207-6Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts)Statute 52.209-12Certification Regarding Tax MattersStatute 52.219-2Equal Low BidsStatute 52.222-18Certification Regarding Knowledge of Child Labor for Listed End ProductsE.O. 52.222-48Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment CertificationOther 52.222-52Exemption from Application of the Service Contract Labor Standards for Certain Services-CertificationOther 52.222-56Certification Regarding Trafficking in Persons Compliance PlanStatute 52.223-4Recovered Material CertificationStatute 52.225-2Buy American CertificateStatute 52.225-4Buy American-Free Trade Agreements-Israeli Trade Act CertificateStatute 52.225-6Trade Agreements-CertificateStatute 52.225-20Prohibition on Conducting Restricted Business Operations in Sudan-CertificationStatute 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and CertificationsStatute 52.226-3Disaster or Emergency Area RepresentationStatute 52.229-11Tax on Certain Foreign Procurements Notice and RepresentationStatute X52.240-90Security Prohibitions and Exclusions Representations and CertificationsStatute

The Defense Priorities and Allocations System (DPAS) does not apply.

Date and Time offers are due to stephanie.cahill@va.gov by 12:00pm MST, April 13th, 2026.

Name and email of the individual to contact for information regarding the solicitation: Stephanie Cahill Stephanie.Cahill@va.gov

View original listing