The Department of Veterans Affairs, specifically the White River Junction VAMC, is soliciting quotes for the replacement of a semi-instantaneous water heater in Building 44. This combined synopsis/solicitation, issued as an RFQ (36C24126Q0168), is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 238220. The project requires a qualified vendor to provide and install a steam-heated water heater with specific technical capabilities, including interface with the VA’s Building Management System. A mandatory site visit is scheduled for January 15, 2026. Quotes, including a firm fixed price, technical proposal, and completed Limitation of Subcontracting form, are due by January 19, 2026, 5:00 PM EST. Award will be based on a comparative evaluation considering technical capability, past performance, and price, with the goal of selecting the most advantageous offer to the Government.
Attachment 2 outlines tailored instructions for offerors submitting quotes for commercial products and services under Simplified Acquisition Procedures, superseding the standard FAR 52.212-1. Key provisions include NAICS code and small business size standards, especially for specific set-asides. Quotes must include solicitation number, time of receipt, quoter's information, technical description, warranty terms, price, 'remit to' address, completed FAR 52.212-3 certifications, and acknowledgment of amendments. Past performance is not considered. Offerors must agree to all terms and conditions, holding prices for 30 days. Guidelines for product samples, multiple quotes, and late submissions are detailed. The government may issue purchase orders to one or more quoters, including for quantities less than quoted, and will not notify unsuccessful offerors. Requirements documents are accessible via specified websites. Quotes exceeding the micro-purchase threshold require a unique entity identifier for SAM registration.
The document outlines the evaluation criteria for commercial products and services in government solicitations, effective April 18, 2025. The Government will award a purchase order to the most advantageous, responsible quoter, considering price and other factors. Quotations will be evaluated based on three key factors: Technical capability to meet and exceed requirements, Past Performance indicating the likelihood of successful fulfillment, and Price, determined by the total of all line item prices. The evaluation employs a comparative process as per FAR 13.106-2 (b) (3), comparing quotations to identify the best benefit to the Government. The Government reserves the right to select a quotation that offers additional benefits beyond minimum requirements, but is not obligated to do so, and will not accept alternate quotations.
The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) outlines subcontracting limitations for VA contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). For service contracts, contractors cannot pay more than 50% of the government-paid amount to non-certified SDVOSBs or VOSBs. General construction contracts have an 85% limit, and special trade construction contracts have a 75% limit. These percentages include any further subcontracted work by similarly situated certified subcontractors, with material costs excluded for construction. The document emphasizes that false certifications can lead to criminal, civil, or administrative penalties. Contractors must provide documentation to the VA upon request to demonstrate compliance, and failure to do so may result in remedial action. The offeror must complete, sign, and return a certification with their bid, quotation, or proposal, as offers lacking this certification will be deemed ineligible for evaluation and award.