This document is an amendment (36C25226Q0163 – P0001) to a previous combined solicitation (CAT 255) issued by the Department of Veterans Affairs. The primary purpose of this amendment is to correct key details of the original solicitation. Specifically, the response due date and time have been changed from December 17, 2025, 10:00 a.m. Central Time, to January 7, 2026, 10:00 a.m. Central Time. Additionally, the solicitation's set-aside status has been updated from unrestricted to a Service-Disabled Veteran-Owned Small Business Concern (SDVOSBC) set-aside. All other terms and conditions of the original solicitation remain unchanged. The contracting office is located in Milwaukee, WI, and the point of contact is Jennifer Mead (Jennifer.Mead@va.gov).
The Department of Veterans Affairs (VA) is soliciting quotes for a Brand Name or Equal CAT 255 Compact Track Loader for the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. This combined synopsis/solicitation, identified as RFQ 36C25226Q0163, is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) with a NAICS code of 333924. The required equipment includes the CAT 255 Compact Track Loader with specific attachments like augers, forks, a snow push, and a general-purpose bucket. Key specifications for the track loader include a minimum 74 HP engine, Tier 4 Final emissions, 8,500-10,000 lbs operational weight, 20-gallon fuel capacity, 30 GPM high hydraulic flow, rubber tracks, and an enclosed ROPS/FOPS cab with HVAC. Quotes are due by December 17, 2025, at 10:00 AM Central Time, and must be submitted to Jennifer.Mead@va.gov. Award will be based on a comparative evaluation considering price, discount, technical aspects, and Veterans’ Involvement.
The document, titled "Instructions to Offerors—Commercial Products and Commercial Services," outlines the essential requirements and procedures for submitting offers to the government. It specifies that offers must include the solicitation number, Offeror information, Unique Entity Identifier (UEI), evaluation factors, required certifications, and a statement of agreement with the solicitation's terms. Offers are generally held firm for 60 days. The document details rules for late submissions, modifications, and withdrawals, noting that late offers may be considered under specific conditions. Contract awards are typically made without discussions, based on initial best terms, though the government reserves the right to hold discussions or reject offers. Finally, it outlines the information provided in post-award debriefings to requesting Offerors, covering evaluation, pricing, rankings, award rationale, and product details for commercial acquisitions.
This document outlines the evaluation criteria for commercial products and services in government solicitations, specifically focusing on federal government RFPs, federal grants, and state and local RFPs. The basis for award is the most advantageous quotation to the Government, considering price and other factors. Key evaluation factors include Technical or Quality, Veterans' Involvement, and Price. Quotations will be comparatively evaluated, allowing for selection of proposals that exceed minimum requirements and offer additional benefits. Technical evaluations assess the extent to which proposals meet or exceed requirements, emphasizing authorized distributor letters for specific equipment. Veterans' Involvement grants credit to Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) registered in the VIP database, with consideration also given to proposals subcontracting with such businesses. Price is evaluated by summing all line-item prices, including options, to determine the Total Evaluated Price.
FAR 52.225-2 Buy American Certificate (Oct 2022) outlines the certification requirements for offerors regarding the domestic content of their end products in government solicitations. Offerors must certify that each end product is domestic, except for those specifically listed as foreign. The provision also requires the identification of domestic end products containing critical components. Offerors must list foreign end products, including their country of origin, and indicate if they exceed 55 percent domestic content, unless they are commercially available off-the-shelf (COTS) items. The government evaluates offers based on the policies and procedures of part 25 of the Federal Acquisition Regulation, ensuring compliance with the Buy American-Supplies clause. This provision is crucial for federal government RFPs, ensuring that contractors adhere to regulations promoting domestic manufacturing and supply chains.
The Department of Veterans Affairs (VA) is seeking quotations for a Brand Name or Equal CAT 255 Compact Track Loader for the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. This combined synopsis/solicitation, 36C25226Q0163, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, with a response deadline of January 7, 2026, at 10:00 AM Central Time. The solicitation outlines detailed specifications for the track loader, including engine power, operational weight, hydraulic flow, track type, lift capacity, and various operator comfort and safety features. Required attachments, such as augers, forks, snow pushes, and buckets, are also specified. Quotes will be evaluated based on price, discounts, technical merit, and Veterans’ involvement. Offerors must provide an authorization letter from the OEM, a certificate of compliance, and a statement of agreement with the solicitation's terms and conditions.