Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

4460--Air Filters

Active
36C25926Q0320Federal
AI Contract Overview
Show more

The contract solicitation is a request for quotes (RFQ #36C25926Q0320) issued by the Department of Veterans Affairs for the procurement of commercial air filters, either specified brand name or equal, under a firm-fixed price contract. This acquisition is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a NAICS code of 333413 and a small business size standard of 500 employees. The performance period includes a base year from September 28, 2026, to September 27, 2027, plus four one-year option periods extending through September 27, 2031. Delivery will be made F.O.B. destination to the Rocky Mountain VA Medical Center in Aurora, Colorado. Vendors must submit quotes via email by 10:00 am MT on March 20, 2026, with questions due by March 13, 2026. The contract involves multiple line items covering various sizes and types of air filters, including dual 9 MERV 13 and MERV 14 DURAFIL filters, pleated MERV 13 filters, and custom dimensions, each with specified not-to-exceed quantities. The solicitation requires vendors to submit complete technical and pricing volumes, demonstrating compliance with OEM authorization and warranty provisions to prevent gray market or remanufactured products. Award will be made on an all-or-none basis to the responsible offeror whose quote is most advantageous based on technical capability and price. The contract incorporates extensive FAR and VAAR clauses governing compliance, subcontracting limitations, labor standards, Equal Opportunity provisions, Buy American requirements, and prohibitions against gray market items. The government reserves rights including option exercises of up to five years total and the option to extend services for up to six additional months.

General Info

VA seeks SDVOSB quotes for firm-fixed price commercial air filters, base year 2026-27, plus options.

Agency

Department Of Veterans Affairs → Network Contract Office 19 (36C259)

View Agency

NAICS

333413 - Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing

View NAICS

Place of Performance

Department of Veterans Affairs Eastern Colorado Health Care System, Aurora, CO, 80045, USA

Set-Aside

SDVOSBC
Documents(4)

FAR 52.225-2 Buy American Certificate Oct 2022

DOCX1 pagecertificate

VAAR 852.219-76 Certificate of Compliance for Supplies and Products

DOCX3 pagescertificate-of-compliance

Statement of Work - Air Filters for Eastern Colorado Health Care System

DOCX7 pagessow

RFQ 36C25926Q0320 Air Filters SDVOSB Set-Aside

DOCX12 pagesrfq

AI Contract Breakdown
Uniform Contract Format

Sign up to view the full breakdown with detailed analysis of each section.

Timeline
PhaseCombined Synopsis
Posted

Combined Synopsis

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Veterans Affairs → Network Contract Office 19 (36C259)
Contacts1 person available
OfficeGreenwood Village, CO, 80111, USA
Organization / Agency
Department Of Veterans Affairs → Network Contract Office 19 (36C259)
View Agency Profile
Office Address

Greenwood Village, CO, 80111, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
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   EA 410 $ $ 0002 Base Year 406331005 30/30 DUAL 9 24X24X2 (Brand Name or Equal) NTE   EA 1520 $ $ 0003 Base Year 406331002 30/30 DUAL 9 20X20X2 (Brand Name or Equal) NTE   EA 30 $ $ 0004 Base Year 406331012 30/30 DUAL 9 24X20X2 (Brand Name or Equal) NTE   EA 280 $ $ 0005 Base Year 406331001 30/30 DUAL 9 20X16X2 (Brand Name or Equal) NTE   EA 60 $ $ 0006 Base Year 855081013 12x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE   EA 125 $ $ 0007 Base Year 855081011 24x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE   EA 510 $ $ 0008 Base Year 407052004 20x16x4 MERV 13 Pleat (Brand Name or Equal) NTE   EA 100 $ $ 0009 Base Year 407052003 20x20x4 MERV 13 Pleat (Brand Name or Equal) NTE   EA 160 $ $ 0010 Base Year 855081023 12x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE   EA 125 $ $ 0011 Base Year 855081021 24x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE   EA 465 $ $ 0012 Base Year 855148022 OPMV14 24X12X4 (Brand Name or Equal) NTE   EA 3 $ $ 0013 Base Year 855148021 OPMV14 20X20X4 (Brand Name or Equal) NTE   EA 9 $ $ 0014 Base Year 855148023 OPMV14 24X20X4 (Brand Name or Equal) NTE   EA 6 $ $ 0015 Base Year 855148024 OPMV14 24X24X4 (Brand Name or Equal) NTE   EA 3 $ $ 0016 Base Year 407052006 AQ13 25X20X4 (Brand Name or Equal) NTE   EA 20 $ $ 0017 Base Year 406331016 30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE   EA 12 $ $ 0018 Base Year F4072070512 30/30 DUAL 9 19-1/2X7-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 0019 Base Year F4072070377 30/30 DUAL 9 15-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 0020 Base Year F4072071046 30/30 DUAL 9 31-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 12 $ $ 0021 Base Year 406331016 30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE   EA 12 $ $ 0022 Base Year 406330005 30/30 DUAL 9 24X24X1 (Brand Name or Equal) NTE   EA 24 $ $ 0023 Base Year F4072070378 30/30 DUAL 9 17-1/2X13-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 48 $ $ 0024 Base Year F4072060194 30/30 DUAL 9 14X18X1E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 0025 Base Year 4072060042 30/30 DUAL 9 11-1/2X17-1/2X1E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 0026 Base Year 4072070118 30/30 DUAL 9 17-1/2X29-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 0027 Base Year F4072060773 30/30 DUAL 9 17-1/2X11-1/2X1E (Brand Name or Equal) NTE   EA 12 $ $ 0028 Base Year F4072060278 30/30 DUAL 9 17-1/2X13-1/2X1E (Brand Name or Equal) NTE   EA 12 $ $ 1001 Option Year 1 406331006 30/30 DUAL 9 24X12X2 (Brand Name or Equal) NTE   EA 410 $ $ 1002 Option Year 1 406331005 30/30 DUAL 9 24X24X2 (Brand Name or Equal) NTE   EA 1520 $ $ 1003 Option Year 1 406331002 30/30 DUAL 9 20X20X2 (Brand Name or Equal) NTE   EA 30 $ $ 1004 Option Year 1 406331012 30/30 DUAL 9 24X20X2 (Brand Name or Equal) NTE   EA 280 $ $ 1005 Option Year 1 406331001 30/30 DUAL 9 20X16X2 (Brand Name or Equal) NTE   EA 60 $ $ 1006 Option Year 1 855081013 12x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE   EA 125 $ $ 1007 Option Year 1 855081011 24x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE   EA 510 $ $ 1008 Option Year 1 407052004 20x16x4 MERV 13 Pleat (Brand Name or Equal) NTE   EA 100 $ $ 1009 Option Year 1 407052003 20x20x4 MERV 13 Pleat (Brand Name or Equal) NTE   EA 160 $ $ 1010 Option Year 1 855081023 12x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE   EA 125 $ $ 1011 Option Year 1 855081021 24x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE   EA 465 $ $ 1012 Option Year 1 855148022 OPMV14 24X12X4 (Brand Name or Equal) NTE   EA 3 $ $ 1013 Option Year 1 855148021 OPMV14 20X20X4 (Brand Name or Equal) NTE   EA 9 $ $ 1014 Option Year 1 855148023 OPMV14 24X20X4 (Brand Name or Equal) NTE   EA 6 $ $ 1015 Option Year 1 855148024 OPMV14 24X24X4 (Brand Name or Equal) NTE   EA 3 $ $ 1016 Option Year 1 407052006 AQ13 25X20X4 (Brand Name or Equal) NTE   EA 20 $ $ 1017 Option Year 1 406331016 30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE   EA 12 $ $ 1018 Option Year 1 F4072070512 30/30 DUAL 9 19-1/2X7-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 1019 Option Year 1 F4072070377 30/30 DUAL 9 15-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 1020 Option Year 1 F4072071046 30/30 DUAL 9 31-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 12 $ $ 1021 Option Year 1 406331016 30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE   EA 12 $ $ 1022 Option Year 1 406330005 30/30 DUAL 9 24X24X1 (Brand Name or Equal) NTE   EA 24 $ $ 1023 Option Year 1 F4072070378 30/30 DUAL 9 17-1/2X13-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 48 $ $ 1024 Option Year 1 F4072060194 30/30 DUAL 9 14X18X1E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 1025 Option Year 1 4072060042 30/30 DUAL 9 11-1/2X17-1/2X1E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 1026 Option Year 1 4072070118 30/30 DUAL 9 17-1/2X29-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 1027 Option Year 1 F4072060773 30/30 DUAL 9 17-1/2X11-1/2X1E (Brand Name or Equal) NTE   EA 12 $ $ 1028 Option Year 1 F4072060278 30/30 DUAL 9 17-1/2X13-1/2X1E (Brand Name or Equal) NTE   EA 12 $ $ 2001 Option Year 2 406331006 30/30 DUAL 9 24X12X2 (Brand Name or Equal) NTE   EA 410 $ $ 2002 Option Year 2 406331005 30/30 DUAL 9 24X24X2 (Brand Name or Equal) NTE   EA 1520 $ $ 2003 Option Year 2 406331002 30/30 DUAL 9 20X20X2 (Brand Name or Equal) NTE   EA 30 $ $ 2004 Option Year 2 406331012 30/30 DUAL 9 24X20X2 (Brand Name or Equal) NTE   EA 280 $ $ 2005 Option Year 2 406331001 30/30 DUAL 9 20X16X2 (Brand Name or Equal) NTE   EA 60 $ $ 2006 Option Year 2 855081013 12x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE   EA 125 $ $ 2007 Option Year 2 855081011 24x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE   EA 510 $ $ 2008 Option Year 2 407052004 20x16x4 MERV 13 Pleat (Brand Name or Equal) NTE   EA 100 $ $ 2009 Option Year 2 407052003 20x20x4 MERV 13 Pleat (Brand Name or Equal) NTE   EA 160 $ $ 2010 Option Year 2 855081023 12x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE   EA 125 $ $ 2011 Option Year 2 855081021 24x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE   EA 465 $ $ 2012 Option Year 2 855148022 OPMV14 24X12X4 (Brand Name or Equal) NTE   EA 3 $ $ 2013 Option Year 2 855148021 OPMV14 20X20X4 (Brand Name or Equal) NTE   EA 9 $ $ 2014 Option Year 2 855148023 OPMV14 24X20X4 (Brand Name or Equal) NTE   EA 6 $ $ 2015 Option Year 2 855148024 OPMV14 24X24X4 (Brand Name or Equal) NTE   EA 3 $ $ 2016 Option Year 2 407052006 AQ13 25X20X4 (Brand Name or Equal) NTE   EA 20 $ $ 2017 Option Year 2 406331016 30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE   EA 12 $ $ 2018 Option Year 2 F4072070512 30/30 DUAL 9 19-1/2X7-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 2019 Option Year 2 F4072070377 30/30 DUAL 9 15-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 2020 Option Year 2 F4072071046 30/30 DUAL 9 31-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 12 $ $ 2021 Option Year 2 406331016 30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE   EA 12 $ $ 2022 Option Year 2 406330005 30/30 DUAL 9 24X24X1 (Brand Name or Equal) NTE   EA 24 $ $ 2023 Option Year 2 F4072070378 30/30 DUAL 9 17-1/2X13-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 48 $ $ 2024 Option Year 2 F4072060194 30/30 DUAL 9 14X18X1E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 2025 Option Year 2 4072060042 30/30 DUAL 9 11-1/2X17-1/2X1E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 2026 Option Year 2 4072070118 30/30 DUAL 9 17-1/2X29-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 2027 Option Year 2 F4072060773 30/30 DUAL 9 17-1/2X11-1/2X1E (Brand Name or Equal) NTE   EA 12 $ $ 2028 Option Year 2 F4072060278 30/30 DUAL 9 17-1/2X13-1/2X1E (Brand Name or Equal) NTE   EA 12 $ $ 3001 Option Year 3 406331006 30/30 DUAL 9 24X12X2 (Brand Name or Equal) NTE   EA 410 $ $ 3002 Option Year 3 406331005 30/30 DUAL 9 24X24X2 (Brand Name or Equal) NTE   EA 1520 $ $ 3003 Option Year 3 406331002 30/30 DUAL 9 20X20X2 (Brand Name or Equal) NTE   EA 30 $ $ 3004 Option Year 3 406331012 30/30 DUAL 9 24X20X2 (Brand Name or Equal) NTE   EA 280 $ $ 3005 Option Year 3 406331001 30/30 DUAL 9 20X16X2 (Brand Name or Equal) NTE   EA 60 $ $ 3006 Option Year 3 855081013 12x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE   EA 125 $ $ 3007 Option Year 3 855081011 24x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE   EA 510 $ $ 3008 Option Year 3 407052004 20x16x4 MERV 13 Pleat (Brand Name or Equal) NTE   EA 100 $ $ 3009 Option Year 3 407052003 20x20x4 MERV 13 Pleat (Brand Name or Equal) NTE   EA 160 $ $ 3010 Option Year 3 855081023 12x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE   EA 125 $ $ 3011 Option Year 3 855081021 24x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE   EA 465 $ $ 3012 Option Year 3 855148022 OPMV14 24X12X4 (Brand Name or Equal) NTE   EA 3 $ $ 3013 Option Year 3 855148021 OPMV14 20X20X4 (Brand Name or Equal) NTE   EA 9 $ $ 3014 Option Year 3 855148023 OPMV14 24X20X4 (Brand Name or Equal) NTE   EA 6 $ $ 3015 Option Year 3 855148024 OPMV14 24X24X4 (Brand Name or Equal) NTE   EA 3 $ $ 3016 Option Year 3 407052006 AQ13 25X20X4 (Brand Name or Equal) NTE   EA 20 $ $ 3017 Option Year 3 406331016 30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE   EA 12 $ $ 3018 Option Year 3 F4072070512 30/30 DUAL 9 19-1/2X7-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 3019 Option Year 3 F4072070377 30/30 DUAL 9 15-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 3020 Option Year 3 F4072071046 30/30 DUAL 9 31-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 12 $ $ 3021 Option Year 3 406331016 30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE   EA 12 $ $ 3022 Option Year 3 406330005 30/30 DUAL 9 24X24X1 (Brand Name or Equal) NTE   EA 24 $ $ 3023 Option Year 3 F4072070378 30/30 DUAL 9 17-1/2X13-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 48 $ $ 3024 Option Year 3 F4072060194 30/30 DUAL 9 14X18X1E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 3025 Option Year 3 4072060042 30/30 DUAL 9 11-1/2X17-1/2X1E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 3026 Option Year 3 4072070118 30/30 DUAL 9 17-1/2X29-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 3027 Option Year 3 F4072060773 30/30 DUAL 9 17-1/2X11-1/2X1E (Brand Name or Equal) NTE   EA 12 $ $ 3028 Option Year 3 F4072060278 30/30 DUAL 9 17-1/2X13-1/2X1E (Brand Name or Equal) NTE   EA 12 $ $ 4001 Option Year 4 406331006 30/30 DUAL 9 24X12X2 (Brand Name or Equal) NTE   EA 410 $ $ 4002 Option Year 4 406331005 30/30 DUAL 9 24X24X2 (Brand Name or Equal) NTE   EA 1520 $ $ 4003 Option Year 4 406331002 30/30 DUAL 9 20X20X2 (Brand Name or Equal) NTE   EA 30 $ $ 4004 Option Year 4 406331012 30/30 DUAL 9 24X20X2 (Brand Name or Equal) NTE   EA 280 $ $ 4005 Option Year 4 406331001 30/30 DUAL 9 20X16X2 (Brand Name or Equal) NTE   EA 60 $ $ 4006 Option Year 4 855081013 12x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE   EA 125 $ $ 4007 Option Year 4 855081011 24x24x12 MERV 13 DURAFIL (Brand Name or Equal) NTE   EA 510 $ $ 4008 Option Year 4 407052004 20x16x4 MERV 13 Pleat (Brand Name or Equal) NTE   EA 100 $ $ 4009 Option Year 4 407052003 20x20x4 MERV 13 Pleat (Brand Name or Equal) NTE   EA 160 $ $ 4010 Option Year 4 855081023 12x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE   EA 125 $ $ 4011 Option Year 4 855081021 24x24x12 MERV 14 DURAFIL (Brand Name or Equal) NTE   EA 465 $ $ 4012 Option Year 4 855148022 OPMV14 24X12X4 (Brand Name or Equal) NTE   EA 3 $ $ 4013 Option Year 4 855148021 OPMV14 20X20X4 (Brand Name or Equal) NTE   EA 9 $ $ 4014 Option Year 4 855148023 OPMV14 24X20X4 (Brand Name or Equal) NTE   EA 6 $ $ 4015 Option Year 4 855148024 OPMV14 24X24X4 (Brand Name or Equal) NTE   EA 3 $ $ 4016 Option Year 4 407052006 AQ13 25X20X4 (Brand Name or Equal) NTE   EA 20 $ $ 4017 Option Year 4 406331016 30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE   EA 12 $ $ 4018 Option Year 4 F4072070512 30/30 DUAL 9 19-1/2X7-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 4019 Option Year 4 F4072070377 30/30 DUAL 9 15-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 4020 Option Year 4 F4072071046 30/30 DUAL 9 31-1/2X9-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 12 $ $ 4021 Option Year 4 406331016 30/30 DUAL 9 24X16X2 (Brand Name or Equal) NTE   EA 12 $ $ 4022 Option Year 4 406330005 30/30 DUAL 9 24X24X1 (Brand Name or Equal) NTE   EA 24 $ $ 4023 Option Year 4 F4072070378 30/30 DUAL 9 17-1/2X13-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 48 $ $ 4024 Option Year 4 F4072060194 30/30 DUAL 9 14X18X1E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 4025 Option Year 4 4072060042 30/30 DUAL 9 11-1/2X17-1/2X1E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 4026 Option Year 4 4072070118 30/30 DUAL 9 17-1/2X29-1/2X2E CUSTOM (Brand Name or Equal) NTE   EA 24 $ $ 4027 Option Year 4 F4072060773 30/30 DUAL 9 17-1/2X11-1/2X1E (Brand Name or Equal) NTE   EA 12 $ $ 4028 Option Year 4 F4072060278 30/30 DUAL 9 17-1/2X13-1/2X1E (Brand Name or Equal) NTE   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   52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Statute   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   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   X 52.244-6 Subcontracts for Commercial Products and Commercial Services Statute   52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Statute   52.247-64 with Alt I Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I Statute   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

Similar Contracts