36C78625Q50100 Office Trailer Rental l Roseburg -- W023
ID: QSE--36C78625Q50100Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing (532120)

PSC

LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (W023)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 13, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 10:00 PM UTC
Description

The Department of Veterans Affairs is soliciting proposals for the rental and placement of a modular office trailer at the Roseburg National Cemetery in Oregon. The requirements include a 24' x 48' trailer equipped with three offices, two restrooms, and a breakroom, intended to support cemetery operations for an initial one-year term with options for renewal. This procurement is significant as it aims to enhance operational efficiency while maintaining the respectful environment of a national shrine dedicated to veterans. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 22, 2025, and can direct inquiries to Ralph Crum at ralph.crum@va.gov.

Point(s) of Contact
Files
Title
Posted
Apr 13, 2025, 10:04 PM UTC
The VA is seeking proposals for a custom trailer intended for specific layout requirements, with a preferred lead time of approximately six months. Although the trailer's exterior color is flexible, a size increase from the specified 24x48 may be permitted. Standard steps for accessibility are acceptable, while ADA compliance for bathrooms is not required at this stage. Key utilities will be connected through a separate contract managed by the Pacific District, thus the contractor is only responsible for providing the trailer and not utility connections. There is a possibility for utilizing repurposed trailers as long as they meet specified requirements. Proposals must include a separate line item for end-of-lease teardown and site restoration. The project must align with VAAR guidelines regarding Service-Disabled Veteran-Owned Small Business (SDVOSB) participation, the specifics of which can be found in the solicitation. Overall, the document outlines the expectations, conditions, and requirements necessary for the bidding process of the trailer lease and corresponding services, emphasizing a collaborative approach with contractors to ensure compliance with VA standards.
Apr 13, 2025, 10:04 PM UTC
The government document outlines the evaluation process for contract awards concerning commercial products and services. The primary criterion for selection is the lowest price that meets technical acceptability standards. Offers will be evaluated by aggregating total prices for both the base requirements and any options. If option prices are deemed significantly unbalanced, the government may declare the offer unacceptable. A written notice of award to the successful offeror will create a binding contract, allowing the government to accept offers within the specified validity period without requiring further negotiation, unless an offer withdrawal is communicated beforehand. This document serves to guide both vendors and government entities in ensuring a fair and effective evaluation and award process within the scope of federal RFPs and grants.
Apr 13, 2025, 10:04 PM UTC
This document serves as an addendum to FAR 52.212-1, outlining instructions for submitting proposals in response to a federal solicitation. It emphasizes the importance of submitting a complete proposal compliant with all requirements by the specified deadline, with an emphasis on technical acceptability. The acquisition is competitive, seeking the best value for the government, where contract award will be based on the lowest price meeting technical standards. Key points include the necessity for offerors to attend a pre-proposal conference and site visit scheduled for March 26, 2025, at the Roseburg National Cemetery, with a deadline for attendance notification set for March 25, 2025. Questions about the proposal must be submitted by March 27, 2025, and offers must be emailed by April 1, 2025. The evaluation process prioritizes fair pricing and technical compliance, indicating that proposals failing to meet requirements risk disqualification. The government may award a contract based on offers received without initiating further discussions, although discussions may occur as needed. This document underscores the need for thorough preparation and adherence to specified procedures, aligning with the structured nature of government RFPs.
Apr 13, 2025, 10:04 PM UTC
The document represents a fragmented and corrupted file related to federal grants, RFPs (Requests for Proposals), and possibly state and local initiatives. Due to its damaged state, the content is largely illegible, making it challenging to extract coherent information or specific details about any project, funding opportunities, or requirements typically associated with government contracts. The repetition of characters and garbled text suggests a technical issue, limiting the analysis to a general acknowledgment of its intent to convey government-related procurement information. Overall, the document's purpose seems to have been to present requests for proposals or grant guidelines, but its corrupted format prevents a clear understanding of its primary topic or merit.
Apr 13, 2025, 10:04 PM UTC
The request for proposal outlines the need for a leased modular office trailer at the Roseburg National Cemetery in Oregon. The trailer, measuring 24' x 48', requires two restrooms, three offices, and a breakroom, and is intended to support cemetery operations for an initial one-year term with optional renewals. The document details specific requirements for the trailer's construction, including essential amenities like universal toilets, communication outlets, and skirting. Communication and coordination with the Cemetery's Contracting Officer Representative (COR) are emphasized, particularly to avoid disruption during burial services. The contract work will strictly adhere to federal holiday schedules and OSHA safety standards, and expectations regarding personnel conduct and appearance are clearly outlined, given the cemetery's status as a national shrine. Contractors must maintain cleanliness, dispose of waste responsibly, and ensure that employee behavior respects the solemnity of the site. The trailer's placement location is indicated by an orange line within the cemetery's layout. This document serves as a clear directive for prospective contractors to meet the operational needs of the cemetery while maintaining respect for its mission and environment.
Apr 13, 2025, 10:04 PM UTC
The document is an amendment to the solicitation for the placement of a new trailer and rental services at the Roseburg National Cemetery, issued by the National Cemetery Administration under the Department of Veterans Affairs. The primary purpose of this amendment, numbered 0001, is to extend the deadline for quotes from vendors to April 15, 2025, while also allowing additional time for vendors to submit questions regarding the solicitation. It emphasizes the importance of vendors acknowledging receipt of the amendment prior to the specified deadline to avoid rejection of their offers. The amendment does not alter the other terms and conditions of the original solicitation, ensuring they remain in full effect. The document includes administrative details such as contract identification, and the necessary signatures from the authorized personnel, confirming its validity. This modification highlights the federal government's process of facilitating procurement activities while addressing vendor inquiries effectively.
Apr 13, 2025, 10:04 PM UTC
The document outlines a solicitation from the National Cemetery Administration of the Department of Veterans Affairs for leasing a modular office trailer at the Roseburg National Cemetery. It specifies the requirements for a 24’ x 48’ trailer that includes three offices, two restrooms, and a breakroom, with set-up services to be provided by the contractor. The contract will cover a one-year base period with four optional renewal periods. Details on communication expectations, federal holidays, and mandatory safety and conduct standards for contractors are included to ensure decorum in the sensitive cemetery environment. The contracting process emphasizes exclusive bidding for verified service-disabled veteran-owned businesses as per federal guidelines, with established limitations on subcontracting. The document is structured into sections covering the performance work statement, contract clauses, and solicitation provisions, incorporating federal acquisition regulations relevant to the contracting process. The aim is to secure a compliant and respectful service aligned with the mission of honoring veterans through appropriate facilities and conduct at national shrines.
Apr 13, 2025, 10:04 PM UTC
The document serves as an amendment to solicitation number 36C78625Q50100, issued by the National Cemetery Administration of the Department of Veterans Affairs. It formally extends the deadline for quotes regarding the placement of a new trailer and related rental services at the Roseburg National Cemetery to April 15, 2025, at 15:00 PT. This extension aims to provide vendors with additional time to submit proposals and to address any questions they may have. The amendment notes that all other terms and conditions of the original solicitation remain unchanged. The document requires acknowledgment of receipt from contractors to ensure that the amendment is considered prior to the new deadline, stressing the importance of compliance for proposal evaluation. The contracting officer responsible for this document is Ralph Crum, reinforcing the governance structure of the solicitation process.
Apr 13, 2025, 10:04 PM UTC
The document outlines an amendment to a solicitation by the National Cemetery Administration within the Department of Veterans Affairs for the placement and rental of a new trailer at the Roseburg National Cemetery. The key modifications in Amendment 0002 include providing a partial list of answers to vendor inquiries and extending the deadline for quote submissions to April 22, 2025. Additionally, it removes specific FAR clauses (52.222-21 and 52.222-26) as per Executive Orders 14173 and 14168. Proposals must be acknowledged either through direct communication or as part of the offer submissions. All existing terms and conditions remain unchanged unless modified by this amendment. The document also features an additional attachment that includes further vendor questions addressed on the same date as the amendment. This solicitation process reflects the government's ongoing efforts to procure necessary services for national cemeteries while maintaining compliance with federal regulations and standards.
Similar Opportunities
PRESOLICITATION NOTICE: Roseburg National Cemetery Grounds Maintenance Services -- S208
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Roseburg National Cemetery in Oregon. The procurement aims to ensure the cemetery's landscaping and groundskeeping are maintained to a high standard, reflecting the respect and honor due to veterans. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties can reach out to Ralph Crum at ralph.crum@va.gov for further details, with the contract details and timeline to be announced in the forthcoming solicitation.
Eugene Vet Center New Lease
Buyer not available
The Department of Veterans Affairs is seeking proposals for a new lease for the Eugene Vet Center located in Eugene, Oregon. The procurement aims to secure a facility of at least 5,000 square feet that meets specific requirements, including modern amenities, adequate parking, and accessibility for veterans. This lease is crucial for providing essential services to veterans, ensuring compliance with federal standards for safety, energy efficiency, and environmental impact. Proposals are due by April 3, 2025, and interested parties can contact Kisha Rambo at Shkisha.Rambo@va.gov or Kenneth Chapman at Kenneth.chapman3@va.gov for further information.
Decontamination Trailer
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of a 24-foot mobile decontamination trailer as part of its First Receiver Decontamination Program (FRDP). This trailer is essential for enhancing the VA's preparedness in responding to biological threats and public health emergencies, particularly in light of challenges highlighted by the COVID-19 pandemic. The procurement emphasizes the need for high-quality, original manufacturer products, featuring an assisted decontamination chamber, multiple decontamination lanes, and systems for waste management and patient handling. Interested small businesses are encouraged to submit their proposals, with the contract expected to be awarded within ten months of the solicitation. For further inquiries, potential bidders may contact William Shaver at William.Shaver@va.gov.
Salisbury National Cemetery Public Restroom Renovation and Columbarium Cemetery Expansion
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of public restrooms and the expansion of the columbarium at the Salisbury National Cemetery in North Carolina. This project, designated as solicitation number 36C78625R0014, includes comprehensive construction services aimed at enhancing facilities while ensuring compliance with federal labor regulations and environmental standards. The initiative is particularly significant as it aims to improve amenities for veterans and their families, reflecting the government's commitment to honoring their service. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should note that the estimated contract value ranges between $20 million and $30 million, with proposals due by May 8, 2025. For further inquiries, potential bidders can contact Daniel Kinney at daniel.kinney@va.gov or by phone at 402-830-4683.
W054--Portable Toilet Rental and Services VA Salt Lake City, UT
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide portable toilet rental and maintenance services for the George E. Wahlen VA Medical Center in Salt Lake City, Utah. The procurement involves delivering one ADA compliant portable toilet, ensuring sanitary conditions, and maintaining service availability on a weekly basis, including emergency services during weekends and holidays. This service is crucial for maintaining hygiene and accessibility in a veterans' healthcare setting, emphasizing the need for timely and responsive service delivery. Interested vendors must respond by April 22, 2025, demonstrating their qualifications and socio-economic categorizations, with the contract expected to be a Firm-Fixed Price type spanning from June 1, 2025, to May 30, 2026, with four optional renewal years. For inquiries, vendors can contact Contract Specialist Eric Ayers at eric.ayers@va.gov or (801) 582-1565 x1808.
W--MOBILE OFFICE TRAILER LEASE
Buyer not available
The Department of the Interior, specifically the U.S. Geological Survey, is soliciting quotations for the lease of mobile office trailers in Troutdale, Oregon, under solicitation number RFQ 140G0325Q0071. The procurement aims to provide temporary office space for personnel at the Oregon Water Science Center, requiring trailers that meet specific size and operational criteria, including installation, removal, and site restoration. This opportunity is set aside for small businesses, emphasizing the government's commitment to supporting smaller enterprises in federal contracting. Interested contractors must submit their quotes by April 18, 2025, with a validity period until June 30, 2025, and are encouraged to contact Yangzhi Deng at yangzhideng@usgs.gov for further inquiries.
Gifford Pinchot Office Trailers for Expanded Dispatch Incident Support
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the rental of two office trailers to support expanded dispatch incident operations during the 2025 fire season. The procurement requires trailers with dimensions of either 12' x 56' or 12' x 32', equipped with essential amenities such as lighting, desks, chairs, and climate control, along with delivery, setup, and tear-down services. This initiative is crucial for providing functional workspaces at dispatch centers that lack sufficient office space during peak fire activity periods. Interested offerors must submit their proposals electronically by April 25, 2025, at 12:00 PM (PT), and are encouraged to direct any questions to A Kay Steffey at arlene.steffey@usda.gov or Michael Christiansen at michael.christiansen@usda.gov by April 14, 2025.
L099--CON-NRM 653-25-101 Commissioning-Replace Bldg. 65 Chillers
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architect-engineer services for the commissioning and replacement of chillers at Building 65 of the Roseburg VA Medical Center in Oregon. The selected firm will be responsible for delivering comprehensive services including schematics, design development, construction documents, technical specifications, and construction period services, with a focus on minimizing downtime during the project. This procurement is critical for enhancing operational efficiency at the facility, with an estimated contract value of under $25,000 and a projected award date on or before June 30, 2025. Interested firms must submit their qualifications via Standard Form (SF) 330 by May 6, 2025, and direct any inquiries to Contract Specialist Robert B. Weeks at robert.weeks@va.gov.
Y1PZ--806-NRM2425-006 Repair Pole Barn (trusses) at Camp Butler NC
Buyer not available
The Department of Veterans Affairs is soliciting bids for the repair of pole barn trusses at Camp Butler National Cemetery in Springfield, IL. Contractors are required to provide all necessary labor, materials, and equipment to inspect and repair approximately twenty pole barn trusses, including converting a fan truss ceiling to a cathedral ceiling and enhancing load-bearing capabilities while ensuring minimal disruption to cemetery activities. This project is a 100% Service-Disabled Veteran-Owned Small Business set-aside, emphasizing the importance of compliance with specific regulations, including the SBA VetCert program. Interested bidders must submit their proposals by April 30, 2025, at 2:00 PM EST, and can direct inquiries to Contracting Officer Richard Adu at richard.adu@va.gov.
Slope Mowing Services, Natchez National Cemetery
Buyer not available
The Department of Veterans Affairs is soliciting proposals for Slope Mowing Services at the Natchez National Cemetery in Mississippi. The contract will involve maintaining the aesthetic and health of slope areas through mowing, trimming, and related services, adhering to the National Cemetery Administration's standards while ensuring safety and respect for veterans' memorials. This procurement is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a contract anticipated to be awarded as a Firm, Fixed-priced, Indefinite-Delivery, Indefinite-Quantity (IDIQ) for a base period of twelve months, followed by four optional twelve-month periods. Interested vendors must submit their quotes by 3 PM EST on April 18, 2025, to the Contracting Officer, Brian Werner, at brian.werner2@va.gov, and are encouraged to attend a site visit on April 2 or 3, 2025.