The Department of Veterans Affairs, Network Contracting Office 17, has issued Solicitation Number 36C25726Q0039, a Request for Quote (RFQ) for CTX Mobile PET/CT Temple Lease services. This is a Service-Disabled Veteran-Owned Small Business set-aside with NAICS code 532490. The solicitation requests proposals for a vendor-owned mobile PET/CT scanner and trailer service, including transportation and PACS network connectivity, for a base year and four option years, spanning from May 1, 2026, to April 30, 2031. Services will primarily be provided at the Olin E. Teague Veterans Center in Temple, TX, with potential additional sites including the VA Austin Outpatient Clinic. Offers are due by November 20, 2025, at 1:00 PM CST, and will be evaluated based on technical capability, past performance, and price, with technical and past performance being significantly more important than price. Questions must be submitted by November 17, 2025, at 1:00 PM CST.
The document is a Vendor's Questionnaire for Technical Evaluation (36C25726Q0039) for a federal government Request for Proposal (RFP). It requires vendors to demonstrate compliance with specific sections of the Statement of Work (SOW) related to PET/CT services. Vendors must indicate page numbers in their proposal where information regarding PET/CT specific services/characteristics, staff qualifications, PET/CT mobile unit trailer requirements, and PET/CT scanner requirements can be found. Additionally, vendors must provide certification of compliance with FAR CLAUSE VAAR 852.219-75, VA NOTICE OF LIMITATIONS ON SUBCONTRACTING—CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION. The questionnaire emphasizes full compliance with all SOW requirements.
The Central Texas Veterans Health Care System (CTVHCS) seeks a contractor to provide a mobile shielded PET/CT scanner and related services. The mobile unit, a minimum of 12'x48', must be a new, ground-level, stationary
This document outlines the requirements for submitting a quote for solicitation 36C25726Q0039, emphasizing clarity, conciseness, and sufficient detail to address government requirements effectively. Contractors must submit quotes on company letterhead, including business name, address, SAM EUID, SAM registration expiration, socioeconomic status, point of contact information, unit price, and total price. Crucially, quotes must include discount terms, CAGE code, UEI number, and business size. Offerors registered with annual online representations and certifications in SAM (FAR provision 52.212-3) are exempt from resubmitting the provision. Failure to provide complete information may result in a nonresponsive quote.
VAAR 852.219-75 outlines the VA notice of limitations on subcontracting for services and construction, requiring offerors to certify compliance with specific subcontracting limits based on the contract type. For services, contractors cannot pay more than 50% of the government-paid amount to non-certified SDVOSBs/VOSBs. General construction has an 85% limit, while special trade construction has a 75% limit. These percentages include any further subcontracted work by similarly situated certified subcontractors. Costs of materials are excluded from these calculations for construction. Offerors acknowledge that false certifications can lead to criminal, civil, or administrative penalties. The VA may also impose sanctions, including referral to the Suspension and Debarment Committee, fines, or prosecution for non-compliance or bad faith. Contractors must provide documentation to the VA upon request to demonstrate compliance, with failure to do so potentially resulting in remedial action. The certification must be completed, signed, and returned with the offeror's bid to be considered for evaluation and award.