Request for Quote (RFQ) #: 36C25926Q0320
Air Filters (Brand Name or Equal)
SDVOSB Set-Aside
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.
* The deadline for all questions is 10:00am MT, March 13, 2026
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.
** Quotes are to be provided to Noaa.Lanotte@va.gov no later than 10:00am MT, March 20, 2026.
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (10MB email limit). The Government reserves the right to make 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 36C25926Q0320. 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 October 01, 2025.
The North American Industrial Classification System (NAICS) code for this procurement is 333413 with a small business size standard of 500 Employees. This solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB).
List of Line Items;
Price/Cost Schedule
*All line items specify a Not-to-Exceed (NTE) amount. Orders will be placed by authorized ordering personnel as needed.*
Resulting contract will include these terms, This is a firm order ONLY if your price does not exceed the maximum line item or total price in the Schedule. Submit invoices through Tungsten in accordance with the invoicing instructions provided under the Contract Administration Data of this order. If you cannot perform in exact accordance with this order, withhold performance, and notify the Contracting Officer immediately, giving your quotation.
Line Item
Contract Period
Part Number
Description
Country of Origin
Unit
Quantity (Not to Exceed NTE)
Price
Extended Price
0001
Base Year
406331006
30/30 DUAL 9 24X12X2 (Brand Name or Equal) NTE
Â
EA
410
$
$
0002
Base Year
406331005
30/30 DUAL 9 24X24X2 (Brand Name or Equal) NTE
Â
EA
1520
$
$
0003
Base Year
406331002
30/30 DUAL 9 20X20X2 (Brand Name or Equal) NTE
Â
EA
30
$
$
0004
Base Year
406331012
30/30 DUAL 9 24X20X2 (Brand Name or Equal) NTE
Â
EA
280
$
$
0005
Base Year
406331001
30/30 DUAL 9 20X16X2 (Brand Name or Equal) NTE
Â
EA
60
$
$
0006
Base Year
855081013
12x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE
Â
EA
125
$
$
0007
Base Year
855081011
24x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE
Â
EA
510
$
$
0008
Base Year
407052004
20x16x4 MERV 13 Pleat (Brand Name or Equal) NTE
Â
EA
100
$
$
0009
Base Year
407052003
20x20x4 MERV 13 Pleat (Brand Name or Equal) NTE
Â
EA
160
$
$
0010
Base Year
855081023
12x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE
Â
EA
125
$
$
0011
Base Year
855081021
24x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE
Â
EA
465
$
$
0012
Base Year
855148022
OPMV14 24X12X4 (Brand Name or Equal) NTE
Â
EA
3
$
$
0013
Base Year
855148021
OPMV14 20X20X4 (Brand Name or Equal) NTE
Â
EA
9
$
$
0014
Base Year
855148023
OPMV14 24X20X4 (Brand Name or Equal) NTE
Â
EA
6
$
$
0015
Base Year
855148024
OPMV14 24X24X4 (Brand Name or Equal) NTE
Â
EA
3
$
$
0016
Base Year
407052006
AQ13 25X20X4 (Brand Name or Equal) NTE
Â
EA
20
$
$
0017
Base Year
406331016
30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE
Â
EA
12
$
$
0018
Base Year
F4072070512
30/30 DUAL 9 19-1/2X7-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
0019
Base Year
F4072070377
30/30 DUAL 9 15-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
0020
Base Year
F4072071046
30/30 DUAL 9 31-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
12
$
$
0021
Base Year
406331016
30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE
Â
EA
12
$
$
0022
Base Year
406330005
30/30 DUAL 9 24X24X1 (Brand Name or Equal) NTE
Â
EA
24
$
$
0023
Base Year
F4072070378
30/30 DUAL 9 17-1/2X13-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
48
$
$
0024
Base Year
F4072060194
30/30 DUAL 9 14X18X1E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
0025
Base Year
4072060042
30/30 DUAL 9 11-1/2X17-1/2X1E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
0026
Base Year
4072070118
30/30 DUAL 9 17-1/2X29-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
0027
Base Year
F4072060773
30/30 DUAL 9 17-1/2X11-1/2X1E (Brand Name or Equal) NTE
Â
EA
12
$
$
0028
Base Year
F4072060278
30/30 DUAL 9 17-1/2X13-1/2X1E (Brand Name or Equal) NTE
Â
EA
12
$
$
1001
Option Year 1
406331006
30/30 DUAL 9 24X12X2 (Brand Name or Equal) NTE
Â
EA
410
$
$
1002
Option Year 1
406331005
30/30 DUAL 9 24X24X2 (Brand Name or Equal) NTE
Â
EA
1520
$
$
1003
Option Year 1
406331002
30/30 DUAL 9 20X20X2 (Brand Name or Equal) NTE
Â
EA
30
$
$
1004
Option Year 1
406331012
30/30 DUAL 9 24X20X2 (Brand Name or Equal) NTE
Â
EA
280
$
$
1005
Option Year 1
406331001
30/30 DUAL 9 20X16X2 (Brand Name or Equal) NTE
Â
EA
60
$
$
1006
Option Year 1
855081013
12x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE
Â
EA
125
$
$
1007
Option Year 1
855081011
24x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE
Â
EA
510
$
$
1008
Option Year 1
407052004
20x16x4 MERV 13 Pleat (Brand Name or Equal) NTE
Â
EA
100
$
$
1009
Option Year 1
407052003
20x20x4 MERV 13 Pleat (Brand Name or Equal) NTE
Â
EA
160
$
$
1010
Option Year 1
855081023
12x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE
Â
EA
125
$
$
1011
Option Year 1
855081021
24x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE
Â
EA
465
$
$
1012
Option Year 1
855148022
OPMV14 24X12X4 (Brand Name or Equal) NTE
Â
EA
3
$
$
1013
Option Year 1
855148021
OPMV14 20X20X4 (Brand Name or Equal) NTE
Â
EA
9
$
$
1014
Option Year 1
855148023
OPMV14 24X20X4 (Brand Name or Equal) NTE
Â
EA
6
$
$
1015
Option Year 1
855148024
OPMV14 24X24X4 (Brand Name or Equal) NTE
Â
EA
3
$
$
1016
Option Year 1
407052006
AQ13 25X20X4 (Brand Name or Equal) NTE
Â
EA
20
$
$
1017
Option Year 1
406331016
30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE
Â
EA
12
$
$
1018
Option Year 1
F4072070512
30/30 DUAL 9 19-1/2X7-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
1019
Option Year 1
F4072070377
30/30 DUAL 9 15-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
1020
Option Year 1
F4072071046
30/30 DUAL 9 31-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
12
$
$
1021
Option Year 1
406331016
30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE
Â
EA
12
$
$
1022
Option Year 1
406330005
30/30 DUAL 9 24X24X1 (Brand Name or Equal) NTE
Â
EA
24
$
$
1023
Option Year 1
F4072070378
30/30 DUAL 9 17-1/2X13-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
48
$
$
1024
Option Year 1
F4072060194
30/30 DUAL 9 14X18X1E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
1025
Option Year 1
4072060042
30/30 DUAL 9 11-1/2X17-1/2X1E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
1026
Option Year 1
4072070118
30/30 DUAL 9 17-1/2X29-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
1027
Option Year 1
F4072060773
30/30 DUAL 9 17-1/2X11-1/2X1E (Brand Name or Equal) NTE
Â
EA
12
$
$
1028
Option Year 1
F4072060278
30/30 DUAL 9 17-1/2X13-1/2X1E (Brand Name or Equal) NTE
Â
EA
12
$
$
2001
Option Year 2
406331006
30/30 DUAL 9 24X12X2 (Brand Name or Equal) NTE
Â
EA
410
$
$
2002
Option Year 2
406331005
30/30 DUAL 9 24X24X2 (Brand Name or Equal) NTE
Â
EA
1520
$
$
2003
Option Year 2
406331002
30/30 DUAL 9 20X20X2 (Brand Name or Equal) NTE
Â
EA
30
$
$
2004
Option Year 2
406331012
30/30 DUAL 9 24X20X2 (Brand Name or Equal) NTE
Â
EA
280
$
$
2005
Option Year 2
406331001
30/30 DUAL 9 20X16X2 (Brand Name or Equal) NTE
Â
EA
60
$
$
2006
Option Year 2
855081013
12x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE
Â
EA
125
$
$
2007
Option Year 2
855081011
24x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE
Â
EA
510
$
$
2008
Option Year 2
407052004
20x16x4 MERV 13 Pleat (Brand Name or Equal) NTE
Â
EA
100
$
$
2009
Option Year 2
407052003
20x20x4 MERV 13 Pleat (Brand Name or Equal) NTE
Â
EA
160
$
$
2010
Option Year 2
855081023
12x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE
Â
EA
125
$
$
2011
Option Year 2
855081021
24x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE
Â
EA
465
$
$
2012
Option Year 2
855148022
OPMV14 24X12X4 (Brand Name or Equal) NTE
Â
EA
3
$
$
2013
Option Year 2
855148021
OPMV14 20X20X4 (Brand Name or Equal) NTE
Â
EA
9
$
$
2014
Option Year 2
855148023
OPMV14 24X20X4 (Brand Name or Equal) NTE
Â
EA
6
$
$
2015
Option Year 2
855148024
OPMV14 24X24X4 (Brand Name or Equal) NTE
Â
EA
3
$
$
2016
Option Year 2
407052006
AQ13 25X20X4 (Brand Name or Equal) NTE
Â
EA
20
$
$
2017
Option Year 2
406331016
30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE
Â
EA
12
$
$
2018
Option Year 2
F4072070512
30/30 DUAL 9 19-1/2X7-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
2019
Option Year 2
F4072070377
30/30 DUAL 9 15-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
2020
Option Year 2
F4072071046
30/30 DUAL 9 31-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
12
$
$
2021
Option Year 2
406331016
30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE
Â
EA
12
$
$
2022
Option Year 2
406330005
30/30 DUAL 9 24X24X1 (Brand Name or Equal) NTE
Â
EA
24
$
$
2023
Option Year 2
F4072070378
30/30 DUAL 9 17-1/2X13-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
48
$
$
2024
Option Year 2
F4072060194
30/30 DUAL 9 14X18X1E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
2025
Option Year 2
4072060042
30/30 DUAL 9 11-1/2X17-1/2X1E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
2026
Option Year 2
4072070118
30/30 DUAL 9 17-1/2X29-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
2027
Option Year 2
F4072060773
30/30 DUAL 9 17-1/2X11-1/2X1E (Brand Name or Equal) NTE
Â
EA
12
$
$
2028
Option Year 2
F4072060278
30/30 DUAL 9 17-1/2X13-1/2X1E (Brand Name or Equal) NTE
Â
EA
12
$
$
3001
Option Year 3
406331006
30/30 DUAL 9 24X12X2 (Brand Name or Equal) NTE
Â
EA
410
$
$
3002
Option Year 3
406331005
30/30 DUAL 9 24X24X2 (Brand Name or Equal) NTE
Â
EA
1520
$
$
3003
Option Year 3
406331002
30/30 DUAL 9 20X20X2 (Brand Name or Equal) NTE
Â
EA
30
$
$
3004
Option Year 3
406331012
30/30 DUAL 9 24X20X2 (Brand Name or Equal) NTE
Â
EA
280
$
$
3005
Option Year 3
406331001
30/30 DUAL 9 20X16X2 (Brand Name or Equal) NTE
Â
EA
60
$
$
3006
Option Year 3
855081013
12x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE
Â
EA
125
$
$
3007
Option Year 3
855081011
24x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE
Â
EA
510
$
$
3008
Option Year 3
407052004
20x16x4 MERV 13 Pleat (Brand Name or Equal) NTE
Â
EA
100
$
$
3009
Option Year 3
407052003
20x20x4 MERV 13 Pleat (Brand Name or Equal) NTE
Â
EA
160
$
$
3010
Option Year 3
855081023
12x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE
Â
EA
125
$
$
3011
Option Year 3
855081021
24x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE
Â
EA
465
$
$
3012
Option Year 3
855148022
OPMV14 24X12X4 (Brand Name or Equal) NTE
Â
EA
3
$
$
3013
Option Year 3
855148021
OPMV14 20X20X4 (Brand Name or Equal) NTE
Â
EA
9
$
$
3014
Option Year 3
855148023
OPMV14 24X20X4 (Brand Name or Equal) NTE
Â
EA
6
$
$
3015
Option Year 3
855148024
OPMV14 24X24X4 (Brand Name or Equal) NTE
Â
EA
3
$
$
3016
Option Year 3
407052006
AQ13 25X20X4 (Brand Name or Equal) NTE
Â
EA
20
$
$
3017
Option Year 3
406331016
30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE
Â
EA
12
$
$
3018
Option Year 3
F4072070512
30/30 DUAL 9 19-1/2X7-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
3019
Option Year 3
F4072070377
30/30 DUAL 9 15-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
3020
Option Year 3
F4072071046
30/30 DUAL 9 31-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
12
$
$
3021
Option Year 3
406331016
30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE
Â
EA
12
$
$
3022
Option Year 3
406330005
30/30 DUAL 9 24X24X1 (Brand Name or Equal) NTE
Â
EA
24
$
$
3023
Option Year 3
F4072070378
30/30 DUAL 9 17-1/2X13-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
48
$
$
3024
Option Year 3
F4072060194
30/30 DUAL 9 14X18X1E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
3025
Option Year 3
4072060042
30/30 DUAL 9 11-1/2X17-1/2X1E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
3026
Option Year 3
4072070118
30/30 DUAL 9 17-1/2X29-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
3027
Option Year 3
F4072060773
30/30 DUAL 9 17-1/2X11-1/2X1E (Brand Name or Equal) NTE
Â
EA
12
$
$
3028
Option Year 3
F4072060278
30/30 DUAL 9 17-1/2X13-1/2X1E (Brand Name or Equal) NTE
Â
EA
12
$
$
4001
Option Year 4
406331006
30/30 DUAL 9 24X12X2 (Brand Name or Equal) NTE
Â
EA
410
$
$
4002
Option Year 4
406331005
30/30 DUAL 9 24X24X2 (Brand Name or Equal) NTE
Â
EA
1520
$
$
4003
Option Year 4
406331002
30/30 DUAL 9 20X20X2 (Brand Name or Equal) NTE
Â
EA
30
$
$
4004
Option Year 4
406331012
30/30 DUAL 9 24X20X2 (Brand Name or Equal) NTE
Â
EA
280
$
$
4005
Option Year 4
406331001
30/30 DUAL 9 20X16X2 (Brand Name or Equal) NTE
Â
EA
60
$
$
4006
Option Year 4
855081013
12x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE
Â
EA
125
$
$
4007
Option Year 4
855081011
24x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE
Â
EA
510
$
$
4008
Option Year 4
407052004
20x16x4 MERV 13 Pleat (Brand Name or Equal) NTE
Â
EA
100
$
$
4009
Option Year 4
407052003
20x20x4 MERV 13 Pleat (Brand Name or Equal) NTE
Â
EA
160
$
$
4010
Option Year 4
855081023
12x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE
Â
EA
125
$
$
4011
Option Year 4
855081021
24x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE
Â
EA
465
$
$
4012
Option Year 4
855148022
OPMV14 24X12X4 (Brand Name or Equal) NTE
Â
EA
3
$
$
4013
Option Year 4
855148021
OPMV14 20X20X4 (Brand Name or Equal) NTE
Â
EA
9
$
$
4014
Option Year 4
855148023
OPMV14 24X20X4 (Brand Name or Equal) NTE
Â
EA
6
$
$
4015
Option Year 4
855148024
OPMV14 24X24X4 (Brand Name or Equal) NTE
Â
EA
3
$
$
4016
Option Year 4
407052006
AQ13 25X20X4 (Brand Name or Equal) NTE
Â
EA
20
$
$
4017
Option Year 4
406331016
30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE
Â
EA
12
$
$
4018
Option Year 4
F4072070512
30/30 DUAL 9 19-1/2X7-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
4019
Option Year 4
F4072070377
30/30 DUAL 9 15-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
4020
Option Year 4
F4072071046
30/30 DUAL 9 31-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
12
$
$
4021
Option Year 4
406331016
30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE
Â
EA
12
$
$
4022
Option Year 4
406330005
30/30 DUAL 9 24X24X1 (Brand Name or Equal) NTE
Â
EA
24
$
$
4023
Option Year 4
F4072070378
30/30 DUAL 9 17-1/2X13-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
48
$
$
4024
Option Year 4
F4072060194
30/30 DUAL 9 14X18X1E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
4025
Option Year 4
4072060042
30/30 DUAL 9 11-1/2X17-1/2X1E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
4026
Option Year 4
4072070118
30/30 DUAL 9 17-1/2X29-1/2X2E CUSTOM (Brand Name or Equal) NTE
Â
EA
24
$
$
4027
Option Year 4
F4072060773
30/30 DUAL 9 17-1/2X11-1/2X1E (Brand Name or Equal) NTE
Â
EA
12
$
$
4028
Option Year 4
F4072060278
30/30 DUAL 9 17-1/2X13-1/2X1E (Brand Name or Equal) NTE
Â
EA
12
$
$
Grand Total
$
Description of Requirements for the items to be acquired: Please see attached Statement of Work.
Period of Performance:
Base Year: 09/28/2026 09/27/2027
Option Year 1: 09/28/2027 09/27/2028
Option Year 2: 09/28/2028 09/27/2029
Option Year 3: 09/28/2029 09/27/2030
Option Year 4: 09/28/2030 09/27/2031
Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Rocky Mountain VA Medical Center, 1700 N Wheeling Street, Aurora, CO 80045
52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.
Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must
Meet the salient physical, functional, or performance characteristic specified in this solicitation;
Clearly identify the item by-
Brand name, if any and
Make or model number,
Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation
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 SBA certified and visible in the SBA Database: 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.
Submission of quote shall include the following volumes: (I) - Technical; and (II) Price
Volume I - Technical
The quoter shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Vendor shall be an OEM, authorized dealer, authorized distributor for the proposed equipment, verified by an authorization letter or other documents from the OEM. Technical also includes the completion of:
Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products
The quoter shall complete the Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products and submit as part of the quote.
And
Completion of Attachment FAR 52.225-2 Buy American Certificate
The quoter shall complete the Attachment FAR 52.225-2 Buy American Certificate and submit as part of the quote.
Volume II Price
Price - The quoter 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 FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:
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 considering price and other factors.
The following factors shall be used to evaluate quotations:
Factor 1. Technical capability or quality of the item offered to meet the Government requirement
Factor 2. 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:
Factor 1. Technical capability or quality of the item 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.
Factor 2. 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.
Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line-item numbers (CLINs) and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s).
(End of Addendum to 52.212-2)
RFO 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.
Provisions to include as prescribed:
Table 12-2 Provisions to include as prescribed.
Check Mark (X)
Number
Title
Source
Â
52.203-11
Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
Statute
Â
52.203-18
Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation
Statute
X
52.204-7
System for Award Management Registration
Statute
52.204-7 with Alt I
System for Award Management Registration, with Alternate I
Statute
52.204-90
Offeror Identification
Statute
52.207-6
Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts)
Statute
52.209-12
Certification Regarding Tax Matters
Statute
52.219-2
Equal Low Bids
Statute
52.222-18
Certification Regarding Knowledge of Child Labor for Listed End Products
E.O.
52.222-48
Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification
Other
52.222-52
Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification
Other
52.222-56
Certification Regarding Trafficking in Persons Compliance Plan
Statute
52.223-4
Recovered Material Certification
Statute
X
52.225-2
Buy American Certificate
Statute
52.225-4
Buy American-Free Trade Agreements-Israeli Trade Act Certificate
Statute
52.225-6
Trade Agreements-Certificate
Statute
52.225-20
Prohibition on Conducting Restricted Business Operations in Sudan-Certification
Statute
52.225-25
Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
Statute
52.226-3
Disaster or Emergency Area Representation
Statute
X
52.229-11
Tax on Certain Foreign Procurements Notice and Representation
Statute
Â
52.240-90
Security Prohibitions and Exclusions Representations and Certifications
Statute
Required Clauses:
RFO 52.212-4 Terms and Conditions
Table 12-3 Clauses to include as prescribed.
Check Mark (X)
Number
Title
Source
52.203-6 with Alt I
Restrictions on Subcontractor Sales to the Government
Statute
52.203-13
Contractor Code of Business Ethics and Conduct
Statute
X
52.203-17
Contractor Employee Whistleblower Rights
Statute
52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
Statute
X
52.204-9
Personal Identity Verification of Contractor Personnel
Other
X
52.204-13
System for Award Management Maintenance
Statute
52.204-91
Contractor identification
Other
X
52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
Statute
52.209-9
Updates of Publicly Available Information Regarding Responsibility Matters
Statute
X
52.209-10
Prohibition on Contracting with Inverted Domestic Corporations
Statute
52.219-4
Notice of Price Evaluation Preference for HUBZone Small Business Concerns
Statute
X
52.219-6
Notice of Total Small Business Set-Aside
Statute
52.219-6 with Alt I
Notice of Total Small Business Set-Aside, with Alternate I
Statute
52.219-8
Utilization of Small Business Concerns
Statute
52.219-9
Small Business Subcontracting Plan
Statute
52.219-9 with Alt I
Small Business Subcontracting Plan, with Alternate I
Statute
52.219-9 with Alt II
Small Business Subcontracting Plan, with Alternate II
Statute
52.219-9 with Alt III
Small Business Subcontracting Plan, with Alternate III
Statute
52.219-9 with Alt IV
Small Business Subcontracting Plan, with Alternate IV
Statute
X
52.219-14
Limitations on Subcontracting
Statute
52.219-16
Liquidated Damages Subcontracting Plan
Statute
X
52.219-33
Nonmanufacturer Rule
Statute
X
52.222-3
Convict Labor
EO
52.222-19
Child Labor Cooperation with Authorities and Remedies
EO
X
52.222-35
Equal Opportunity for Veterans
Statute
52.222-35 with Alt I
Equal Opportunity for Veterans, with Alternate I
Statute
X
52.222-36
Equal Opportunity for Workers with Disabilities
Statute
52.222-36 with Alt I
Equal Opportunity for Workers with Disabilities, with Alternate I
Statute
X
52.222-37
Employment Reports on Veterans
Statute
52.222-40
Notification of Employee Rights Under the National Labor Relations Act
EO
52.222-41
Service Contract Labor Standards
Statute
52.222-42
Statement of Equivalent Rates for Federal Hires
Statute
52.222-43
Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)
Statute
52.222-44
Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment
Statute
X
52.222-50
Combating Trafficking in Persons
Statute
52.222-50 with Alt I
Combating Trafficking in Persons, with its Alternate I
Statute
52.222-51
Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements
Other
52.222-53
Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements
Other
X
52.222-54
Employment Eligibility Verification
EO
52.222-62
Paid Sick Leave Under Executive Order 13706
EO
52.223-9
Estimate of Percentage of Recovered Material Content for EPA-Designated Items
Statute
52.223-9 with Alt I
Estimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate I
Statute
52.223-11
Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
Statute
52.223-12
Maintenance
Statute
52.223-20
Aerosols
Statute
52.223-21
Foams
Statute
X
52.223-23
Sustainable Products and Services
Statute
52.224-3
Privacy Training
Statute
52.224-3 with Alt I
Privacy Training, with Alternate I
Statute
X
52.225-1
Buy American-Supplies
Statute
52.225-1 with Alt I
Buy American-Supplies, with Alternate I
Statute
52.225-3
Buy American-Free Trade Agreements-Israeli Trade Act
Statute
52.225-3 with Alt II
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate II
Statute
52.225-3 with Alt III
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate III
Statute
52.225-3 with Alt IV
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate IV
Statute
52.225-5
Trade Agreements
Statute
52.225-19
Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States
Other
52.225-26
Contractors Performing Private Security Functions Outside the United States
Statute
52.226-4
Notice of Disaster or Emergency Area Set-Aside
Statute
52.226-5
Restrictions on Subcontracting Outside Disaster or Emergency Area
Statute
X
52.226-8
Encouraging Contractor Policies to Ban Text Messaging While Driving
EO
X
52.229-12
Tax on Certain Foreign Procurements
Statute
52.232-29
Terms for Financing of Commercial Products and Commercial Services
Statute
52.232-30
Installment Payments of Commercial Products and Commercial Services
Statute
X
52.232-33
Payment by Electronic Funds Transfer System for Award Management
Statute
52.232-34
Payment by Electronic Funds Transfer Other than System for Award Management
Statute
52.232-36
Payment by Third Party
Statute
X
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
Statute
52.232-90
Fast Payment Procedure
Statute
X
52.233-3
Protest After Award
Statute
X
52.233-4
Applicable Law for Breach of Contract Claim
Statute
X
52.240-91
Security Prohibitions and Exclusions
Statute
52.240-91 with Alt I
Security Prohibitions and Exclusions, with Alternate I
Statute
52.240-92
Security Requirements
Other
52.240-92 with Alt II
Security Requirements with Alternate II
Other
52.240-93
Basic Safeguarding of Covered Contractor Information Systems
Â
X
52.244-6
Subcontracts for Commercial Products and Commercial Services
Statute
Â
52.247-64
Preference for Privately Owned U.S.-Flag Commercial Vessels
Statute
Â
52.247-64 with Alt I
Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I
Statute
Â
52.247-64 with Alt II
Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate II
Statute
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 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 thirty (30) days of the expiration date of the current contract period.
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 45 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.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years.
852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items
VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.212-71
Gray Market and Counterfeit Items (FEB 2023)
VAAR 852.219-73
VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JAN 2023) (DEVIATION)
VAAR 852.219-76
VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (SEP 2018)
VAAR 852.233-71
Alternate Protest Procedure (SEP 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due to Noaa.Lanotte@va.gov by 10:00am MT, March 20, 2026.
Name and email of the individual to contact for information regarding the solicitation:
Noaa Lanotte
Noaa.Lanotte@va.gov