SOLICITATION NOTICE
V -- 554(S)|Wheelchair Transport Services|Base+4 (VA-26-00016477)
- Notice Date
- 1/20/2026 2:13:58 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485991
— Special Needs Transportation
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25926Q0190
- Response Due
- 2/11/2026 1:00:00 PM
- Archive Date
- 04/12/2026
- Point of Contact
- Chris Hollingsworth, Contract Specialist, Phone: (303)712-5724
- E-Mail Address
-
Christopher.Hollingsworth2@va.gov
(Christopher.Hollingsworth2@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Request for Quote (RFQ) #: 36C25926Q0190 Rocky Mountain Regional VAMC Wheelchair Transportation Services Indefinite Delivery Indefinite Quantity (IDIQ) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; 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 2:00pm MST, January 30, 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 Christopher.Hollingsworth2@va.gov no later than 2:00pm MST, February 11, 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 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 36C25926Q0190. The government anticipates awarding a firm-fixed price IDIQ 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 Oct 01, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 485991 with a small business size standard of $19.0 Million. This solicitation is a 100% set-aside for Small Business vendors. List of Line Items; Line Item Description Estimated Quantity Unit of Measure Unit Price Total Price 0001 Wheelchair Transport (Base Rate, to include first 20 miles) One-way trip is equivalent to one each for the unit of issue Ordering Period: 1 POP Begin: March 1, 2026 POP End: February 28, 2027 10,200 Trips $ $ 0002 Mileage Trip Outside the Base Rate, ((Out of 10,200 trips;1,350 trips are estimated to go an estimated average of 35 miles over the threshold) Ordering Period: 1 POP Begin: March 1, 2026 POP End: February 28, 2027 47,250 Miles $ $ 0003 Waiting Time (more than 30 minutes shall be paid in 15-minute increments). Ordering Period: 1 POP Begin: March 1, 2026 POP End: February 28, 2027 35 EA $ $ 1001 Wheelchair Transport (Base Rate, to include first 20 miles) One-way trip is equivalent to one each for the unit of issue Ordering Period: 2 POP Begin: March 1, 2027 POP End: February 29, 2028 10,200 Trips $ $ 1002 Mileage Trip Outside the Base Rate, ((Out of 10,200 trips;1,350 trips are estimated to go an estimated average of 35 miles over the threshold) Ordering Period: 2 POP Begin: March 1, 2027 POP End: February 29, 2028 47,250 Miles $ $ 1003 Waiting Time (more than 30 minutes shall be paid in 15-minute increments). Ordering Period: 2 POP Begin: March 1, 2027 POP End: February 29, 2028 35 EA $ $ 2001 Wheelchair Transport (Base Rate, to include first 20 miles) One-way trip is equivalent to one each for the unit of issue Ordering Period: 3 POP Begin: March 1, 2028 POP End: February 28, 2029 10,200 Trips $ $ 2002 Mileage Trip Outside the Base Rate, ((Out of 10,200 trips;1,350 trips are estimated to go an estimated average of 35 miles over the threshold) Ordering Period: 3 POP Begin: March 1, 2028 POP End: February 28, 2029 47,250 Miles $ $ 2003 Waiting Time (more than 30 minutes shall be paid in 15-minute increments). Ordering Period: 3 POP Begin: March 1, 2028 POP End: February 28, 2029 35 EA $ $ 3001 Wheelchair Transport (Base Rate, to include first 20 miles) One-way trip is equivalent to one each for the unit of issue Ordering Period: 4 POP Begin: March 1, 2029 POP End: February 28, 2030 10,200 Trips $ $ 3002 Mileage Trip Outside the Base Rate, ((Out of 10,200 trips;1,350 trips are estimated to go an estimated average of 35 miles over the threshold) Ordering Period: 4 POP Begin: March 1, 2029 POP End: February 28, 2030 47,250 Miles $ $ 3003 Waiting Time (more than 30 minutes shall be paid in 15-minute increments). Ordering Period: 4 POP Begin: March 1, 2029 POP End: February 28, 2030 35 EA $ $ 4001 Wheelchair Transport (Base Rate, to include first 20 miles) One-way trip is equivalent to one each for the unit of issue Ordering Period: 5 POP Begin: March 1, 2030 POP End: February 28, 2031 10,200 Trips $ $ 4002 Mileage Trip Outside the Base Rate, ((Out of 10,200 trips;1,350 trips are estimated to go an estimated average of 35 miles over the threshold) Ordering Period: 5 POP Begin: March 1, 2030 POP End: February 28, 2031 47,250 Miles $ $ 4003 Waiting Time (more than 30 minutes shall be paid in 15-minute increments). Ordering Period: 5 POP Begin: March 1, 2030 POP End: February 28, 2031 35 EA $ $ Grand Total $ This is a five year IDIQ and the estimated period of performance is 3/1/26 to 2/28/31 Guaranteed minimum for this contract is $5,000.00 and will be met in the first year of the contract. Contract shall not exceed a maximum of $8,000,000.00 over the life of the contract Description of Requirements for the items to be acquired; See attached Performance Work Statement Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Department of Veterans Affairs Rocky Mountain Regional VA Medical Center 1700 N. Wheeling St 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. 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 VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.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 capability; (II) Price; And (III) Past Performance Volume I - Technical capability The offeror shall submit a narrative in 20 pages or less explaining how they intend to meet the requirements as defined in the Performance Work Statement. The narrative will at a minimum address the following: Drivers. Describe the process for ensuring driver qualification to include the following: Hiring and subcontractor process Driver licenses Education requirements Experience Describe in detail how each driver is hired, qualified, and their credentials are maintained to meet requirements. Staffing. Offeror s response shall demonstrate ability to provide staffing to meet the response times specified in the PWS. Vehicles. Describe the process for ensuing availability and safety of vehicle fleet, to include: Number of total vehicles available Number of vehicles dedicated to the VA customer in executing this contract Equipment required per the PWS Make, model, year, and compliance of vehicles Business license and insurance. Provide copies of insurance documents and business licenses/credentials to operate in the State of Colorado and/or ability to obtain prior to the performance start date, to include detailed timeline. Communication system. Provide a description of the Contractor s communication system (i.e., cell phone, computer, etc.) and capability of real time communication for patient tracking purposes. The contractor shall provide a step-by-step description of the workflow process he/she will use to execute each call for service starting with Government notification of the requirement. Provide description of Quality Control Program and sample documentation. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III Past Performance - Offeror should provide at most three recent and relevant past performance references (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract). To be relevant, the effort must be similar in nature of work, size, magnitude, complexity, and scope of this procurement. Recent past performance is defined as completed not more than five (5) years from the RFP release date of this procurement or currently performing contracts of similar scope. The government will give greater consideration for past performance that has occurred within the last three (3) years (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 Factor 2. Price Factor 3. Past performance Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability 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, including all ordering periods. 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. Factor 3. Past Performance: The Offeror shall be evaluated on performance of past contracts and how well the identified performance relates to the product/work being procured under the Statement of Work for this procurement. Additional past performance may be checked in the Contractor Performance Assessment Reporting System (CPARS). (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(s). 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 FAR 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 FAR or VAAR. The following FAR clauses are incorporated by reference; Applicable (X) Number Title Source X 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 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 X 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 X 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 52.219-33 Nonmanufacturer Rule Statute X 52.222-3 Convict Labor EO X 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 X 52.222-40 Notification of Employee Rights Under the National Labor Relations Act EO X 52.222-41 Service Contract Labor Standards Statute X 52.222-42 Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wage-Fringe Benefits 31290 Shuttle Bus Driver WG-6 12010 Ambulance Driver GS-5 Statute X 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 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 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 X 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 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: 52.216-18 Ordering (AUG 2020) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 03-01-2026 through 02-28-2031. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) A delivery order or task order is considered ""issued"" when (1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; (2) If sent by fax, the Government transmits the order to the Contractor's fax number; or (3) If sent electronically, the Government either (i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or (ii) Distributes the delivery order or task order via email to the Contractor's email address. (d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. 52.216-19 Order Limitations (OCT 1995) (a)� Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than� $2,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b)� Maximum order. The Contractor is not obligated to honor- (1)� Any order for a single item in excess of� $250,000.00; (2)� Any order for a combination of items in excess of� $1,600,000.00; or (3)� A series of orders from the same ordering office within� 365� days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c)� If this is a requirements contract (i.e.,� includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d)� Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within� 3 days after issuance, with written notice stating the Contractor s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 Indefinite Quantity (DEVIATION NOV 2025) (a)� This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b)� Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the ""maximum."" The Government shall order at least the quantity of supplies or services designated in the Schedule as the ""minimum."" (c)� Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d)� Any order issued during the ordering period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order, which may include order options to be exercised after the ordering period of this contract but before the end of the period of performance of the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order, including options exercised, to the same extent as if the order were completed during the contract's ordering period; provided, that the Contractor shall not be required to make any deliveries under this contract after� 02-28-2031. (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 five (5) Years and six (6) months. 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. 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.201-70 Contracting Officer's Representative (DEC 2022) VAAR 852.203-70 Commercial Advertising (MAY 2018) 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) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) 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 FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses 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 FAR provisions are to be incorporated by reference: Applicable (X) Number Title Source X 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 The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) The Defense Priorities and Allocations System (DPAS) does not apply. DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determinations are attached and apply Date and Time offers are due to Christopher.Hollingsworth2@va.gov by 2:00pm MST, February 11, 2026. Name and email of the individual to contact for information regarding the solicitation: ChrisHollingsworth Christopher.hollingsworth2@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7a5673ad27fa475cbcca6614c1adb82d/view)
- Place of Performance
- Address: Department of Veterans Affairs Rocky Mountain Regional VAMC 1700 N Wheeling St, Aurora 80045, USA
- Zip Code: 80045
- Country: USA
- Zip Code: 80045
- Record
- SN07690948-F 20260122/260120230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |