Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2026 SAM #8846
SOLICITATION NOTICE

R -- FY26 Services (Base only) - Albany VAMC Lockout Tagout/Energy Control Procedures

Notice Date
2/12/2026 6:30:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24226Q0284
 
Response Due
3/4/2026 9:00:00 AM
 
Archive Date
04/03/2026
 
Point of Contact
Nathan Northrup, Contract Specialist, Phone: 607-664-7533
 
E-Mail Address
nathan.northrup@va.gov
(nathan.northrup@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) part 12, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. This solicitation is set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) vendors. The associated North American Industrial Classification System (NAICS) code for this procurement is 541330, with a small business size standard of $29 Million. The FSC/PSC is R425. The Department of Veterans Affairs is seeking a firm fixed-price service contract for the Lockout/Tagout (LOTO)/Energy Control Procedures (ECP) implementation at the Albany Stratton VA Medical Center within six (6) months from date of award. All interested companies shall provide quotation via the attached 36C24226Q0284 Pricing Worksheet excel file, updating only the unit-price column (highlighted). See additional documentation required with quote at Page 4 of this document. See attached Statement of Work (SOW) for detailed description of the requirement. Place of Performance/Place of Delivery: Albany Stratton VA Medical Center 113 Holland Avenue Albany, NY 12208 The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services Site-Visit: Contractors have opportunity to attend a site-visit on Wednesday, February 25th, 2026, to view the requirements at the Albany Stratton VA Medical Center. Contractors shall email the CO (Nathan.Northrup@va.gov) no later than Tuesday, February 24th, 2025, with their intention to attend and specifics will be provided in return. No other site-visits will be provided. Contractors that do not attend the site-visit will not be excluded from competition; however, Contractors are encouraged to visit the site to gauge the complexity of this requirement. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: The Government will award a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 12.203, 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. Responses to this solicitation shall contain sufficient information to conduct a comparative evaluation of the following factors: Technical: The quotation will be evaluated to the extent in which it can meet or exceed the Government s requirements outlined in the Statement of Work (SOW). Past performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. No relevant past performance shall be rated as neutral past performance. Price: The Government will evaluate the price by adding the total of all line-item pricing (see attached pricing worksheet). The total evaluated price will be that sum. Limitations on Subcontracting Certification: Shall be signed. FAR 52.219-1, Small Business Program Representations FAR 52.240-90, Security Prohibitions and Exclusions Representations and Certifications FAR 52.252-1, Solicitation Provisions Incorporated by Reference 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation 52.204-7, System for Award Management Registration 52.229-11, Tax on Certain Foreign Procurements Notice and Representation VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.240-91, Security Prohibitions and Exclusions FAR 52.252-2, Clauses Incorporated by Reference 52.203-17, Contractor Employee Whistleblower Rights 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government s Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.217-8, Option to Extend Services 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment 52.222-55, Minimum Wages for Contract Workers Under Executive Order 14026 52.222-62, Paid Sick Leave Under Executive Order 13706 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer System for Award Management 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.244-6, Subcontracts for Commercial Products and Commercial Services VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference 852.201-70, Contracting Officer s Representative 852.203-70, Commercial Advertising 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction All quoters shall submit the following with their quote response: Capability Statement demonstrating technical capability to meet all the requirements of the SOW and this solicitation. Completed 36C24226Q0284 Pricing Worksheet . Technician documentation, including but not limited to, OSHA trainings, industry certifications. Limitations on Subcontracting Certification Signed Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 12. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price, Technical Capability, Past Performance, and Limitations on Subcontracting The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Tuesday, March 4th, 2026, at Nathan.Northrup@va.gov, by 12:00pm EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(c). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. No phone calls will be answered. Point of Contact Nathan Northrup, Contract Officer, Nathan.Northrup@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a2c06b404f45492f875774ed255389ad/view)
 
Place of Performance
Address: Albany Stratton VA Medical Center 113 Holland Avenue, Albany, NY 12208, USA
Zip Code: 12208
Country: USA
 
Record
SN07714291-F 20260214/260212230041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.