Combined Synopsis/Solicitation for Employee Trailer Rental Services This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. Solicitation number 36C25925Q0574 is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The North American Industry Classification System (NAICS) code is 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses) with a small business size of $34.0 Million. The Service Code is W054 - Lease or Rental of Equipment- Prefabricated Structures and Scaffolding. Quoters must be registered in the System for Award Management (SAM) at https://sam.gov at time of quotation submission to be considered for award. Department of Veterans Affairs, Network Contracting Office 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Cheyenne, Wyoming, VA Medical Center, is requesting quotations for Employee Trailer Rental Services. The Offeror shall submit prices for Employee Trailer Rental Services for one base-year, and one option period consisting of one year. The total estimated period of performance for this requirement is August 1, 2025, to June 30, 2027. Description and Pricing Schedule: The Contractor shall provide the rental of employee trailers as identified below, to be utilized as temporary office space for VA employees at the Cheyenne VA Medical Center Campus, located at 2360 East Pershing Blvd., Cheyenne WY, 82001, IAW all state, local, and federal laws and regulations. The Contractor shall provide delivery, installation, maintenance, and removal of trailers. The contractor shall coordinate with the Contracting Officer Representative (COR) to ensure that all projected employees and departments are provided with accommodation that will ensure uninterrupted services to veterans. See the attached Statement of Work (SOW) for additional details. All interested SDVOSBs shall quote the prices on the Pricing Schedule below. Item # Description of Service Unit Qty Price Extended Amount 0001 Two 60 office trailers. Each trailer shall have an Americans with Disabilities Act (ADA) compliant ramp and 18 workstation areas. Workstation areas shall have a desk, chair, outlets and IT hookups, adequate lighting and egress. Additionally, each trailer shall have four private office areas. Estimated Period of Performance: September 1, 2025, to August 30, 2026 Month 12 1001 Two 60 office trailers. Each trailer shall have an Americans with Disabilities Act (ADA) compliant ramp and 18 workstation areas. Workstation areas shall have a desk, chair, outlets and IT hookups, adequate lighting and egress. Additionally, each trailer shall have four private office areas. Estimated Period of Performance: September 1, 2026, to June 30, 2027 Month 10 1002 One 48 office trailer. The trailer shall have an ADA ramp and five workstation areas. Workstation areas shall have a desk, chair, outlets and IT hookups, adequate lighting and egress. Estimated Period of Performance: December 1, 2026, to June 30, 2027 Month 7 1003 One 48 trailer suitable for use as an audiology testing booth with two sound booths (each single-wall control room integrated with a double-wall test room). Estimated Period of Performance: December 1, 2026, to June 30, 2027 Month 7 FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) apples to this acquisition. Addendum to FAR 52.212-1 Instructions to Quoters Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer (CO) will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Quoters shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered except as IAW VAAR 852.273-70 - Late Offers (NOV 2021). 2) Quoters shall acknowledge all amendments to the solicitation and include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 3) Quoters shall complete the Price Schedule. 4) Quoters shall submit a description of the technical approach that will be utilized to meet the Government s requirement (not to exceed three pages). 5) Quoters shall submit past performance information (contract number, agency, and dollar value) for no more than two recent (performed within the past three years) and relevant (similar services and magnitude) commercial or federal contracts for the same or similar services. Quoters shall identify if no past performance information exists (not to exceed one page per contract reference). 6) Quoters shall complete VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (attached). 7) Quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes. Quotes received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. Document pages that exceed the specified page limits will not be considered. The Contracting Officer will not notify unsuccessful quoters that responded to this RFQ. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) technical capability to meet the Government s performance requirement (2) price (3) past performance (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), 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 the 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. The evaluation will consider the following: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s performance requirements identified in the SOW and outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The total evaluated price will be that sum. (3) 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 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. (d) Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). For purposes of award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be those rates in effect under the contract each time an option is exercised under this clause. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-17 Ownership or Control of Offeror (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-26Â Covered Telecommunications Equipment or Services-Representation (OCT 2020) FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018). FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services (NOV 1999) 30 days of contract expiration. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 30 days, 60 days FAR 52.228-5 Insurance-Work on a Government Installation (JAN 1997) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) FAR 52.252-5 Authorized Deviations in Provisions (NOV 2020) The Department of Veterans Affairs Acquisition Regulation System, 48 CFR Chapter 8 FAR 52.252-6 Authorized Deviations in Clauses (NOV 2020) The Department of Veterans Affairs Acquisition Regulation System, 48 CFR Chapter 8 VAAR 852.201-70 Contracting Officer s Representative (DEC 2022) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.209-70 Organizational conflicts of Interest (OCT 2020) VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) VAAR 852.222-71, Compliance with Executive Order 13899. (DEVIATION) (APR 2025) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.273-70 Late offers (NOV 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) apples to this acquisition. The additional clauses below are incorporated by reference. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020). FAR 52.204-14, Service Contract Reporting Requirements (Oct 2016) FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025). 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) 52.219-8, Utilization of Small Business Concerns (JAN 2025) FAR 52.219-27, Notice of Set-Aside for, or Sole Source to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024). FAR 52.219-28, Post Award Small Business Program Representation (JAN 2025). FAR 52.222-3, Convict Labor (JUN 2003) 52.222-37, Employment Reports on Veterans (Jun 2020) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) FAR 52.222-41 Service Contract Labor Standards (AUG 2018) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the Contracting Officer. FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) This is not a Defense Priorities and Allocations System (DPAS) rated requirement. Quotations are due July 22, 2025, by 10:00 a.m., local Mountain Time. All questions/inquiries must be submitted to the Contracting Officer via electronic email no later than July 17, 2025, by 10:00 a.m., local Mountain Time. Submit quotations or questions to the attention of the Contracting Officer, Aaron Thurber via email at:
[email protected]. Inquiries submitted via telephone will not be accepted. Notice: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.