Request for Quote (RFQ) #: 36C25926Q0350
RMR VAMC Pathology Service Dictation Software License-Brand Name or Equal To Dragon Medical
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.
* The deadline for all questions is 15:00 (3PM) April 20, 2026.
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.
** Quotes are to be provided to Lindsey.Zwaagstra@va.gov no later than 15:00pm MT, April 27, 2026.
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make the award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.
This is a Request for Quote (RFQ), and the solicitation number is 36C25926Q0350. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01 effective March 13, 2026.
The North American Industrial Classification System (NAICS) code for this procurement is 541519 Information Technology Value Added Resellers with a business size standard of 150 Employees. This solicitation is a total small business set-aside.
List of Line Items;
Price/Cost Schedule
Line Items
Contract Period
Part Number
Description:
Five Year Blanket Purchase Agreement (BPA)
Period of Performance:
07/01/2026-06/31/2031
Estimated Qty. Per Year
Unit of Measure
Unit Price ($)
Total Price per Year
($)
5 Year Total
0001
Base
VOPROUSRLIC-GOV
VoiceOver PRO User License
(Brand Name or Equal)
14
EA
0002
Base
VOPROLICS-GOV
VoiceOver PRO License-Small
(Brand Name or Equal)
1
EA
0003
Base
VOP-VVTS-GOV
VA VistA Personality License-Small
(Brand Name or Equal)
1
EA
0004
Base
VASPKT-USRSUB-GOV
VA Nuance SpeechKit Per User Subscription
(Brand Name or Equal)
14
EA
0005
Base
VOPROUSRLICSK-MTC-GOV
VoiceOver PRO User License Maintenance (Brand Name or Equal)
14
EA
0006
Base
VOPROLICS-MTC-GOV
VoiceOver PRO License-Small Maintenance
(Brand Name or Equal)
1
EA
0007
Base
VOP-VVTS-MTC-GOV
VA VistA Personality License-Small Maintenance (Brand Name or Equal)
1
EA
0008
Base
CAP-PATHSUB-GOV
CAP Pathologist License (Brand Name or Equal)
6
EA
0009
Base
Remote User Training Subscription
Remote User Training Subscription
8
EA
Grand Total ($)
Description of Requirements for the items/Services to be acquired: The requirement is for Eastern Colorado Health Care System-Rocky Mountain Regional VA Medical Center Pathology Service Dictation Software License-Brand Name or Equal to Dragon Medical per statement of work (SOW).
Delivery and acceptance are to be F.O.B Destination (RFO 52.247-34) at:
Department of Veterans Affairs
VA Eastern Colorado Health Care System (ECHCS)
Rocky Mountain Regional VA Medical Center
1700 N. Wheeling Street
Aurora, CO, 80045
52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition
ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must
Meet the salient physical, functional, or performance characteristic specified in this solicitation;
Clearly identify the item by-
Brand name, if any and
Make or model number,
Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation.
Any award made as a result of this solicitation will be made on an All or Nothing Basis.
State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.
If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS): https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.
Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.
All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.
All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.
Submission of quote shall include the following volumes: (I) Technical capability or quality offered to meet the Government requirement; (II) Price; and (III) Past Performance.
Volume I - Technical capability or quality to meet the Government requirement.
The offeror shall submit its quote demonstrating how it meets the requirements of the statement of work (SOW) and solicitation.
Volume II Price
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. The offeror shall price all line items.
Volume III Past Performance
Offeror must provide up to two recent and relevant past performance references attesting to contract performance (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract and how well they performed).Â
Relevant past performance is defined as present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Annual amount is used to determine similar scope and magnitude.
Recent past performance is defined as performance completed within the last three years or currently in progress.
Past performance must include a description of the following:
1.           Name of offeror being reviewed
2.           Name of company completing review.
3.           Description of services performed
4.           Performance dates
5.           Total contract value
6.           Addresses
7.           Contract numbers
8.           Performance Rating
Offeror shall provide completed Past Performance Questionnaires (PPQ) from prior contracts and it shall be signed by point of contact that oversaw performance or equal representative. See attachment S02 Past Performance Questionnaire. Submissions of the PPQ can be sent directly to the Government POC, Lindsey.Zwaagstra@va.gov from the offeror as part of proposal submission or directly from third party by the proposal deadline.
(End of Addendum to 52.212-1)
52.212-2, Evaluation--Commercial Items applies to this acquisition.
ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS:
The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors.
The following factors shall be used to evaluate quotations:
Factor I. Technical capability or quality offered to meet the Government requirement
Factor II. Price
Factor III. Past Performance
Evaluation Approach. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use comparative analysis. The following factors will be used to evaluate offers:
Factor I. Technical capability or quality offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Factor II. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the service offered to the Government requirement, as stated in Factor 1 shall not be selected regardless of price.
Factor III. Past Performance: The Offeror shall be evaluated on relevant/recent performance of past contracts and how well the offerors identified performance relates to the work being procured under the Performance Work Statement for this procurement. The following will be used to assess past performance.
Relevant past performance is defined as present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Annual amount is used to determine similar scope and magnitude.
Recent past performance is defined as performance completed within the last three years or currently in progress.
The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The past performance evaluation performed in support of this evaluation does not establish, create, or change the existing record and history of the offeror's past performance on past contracts; rather, the past performance evaluation process gathers information from customers on how well the offeror performed those past contracts. The Evaluation Team will review this past performance information and determine the quality and usefulness as it applies to a performance confidence evaluation.
In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. The Government may use other methods to evaluate past performance, including but not limited to review of CPARS.
If offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered nonresponsive.
(End of Addendum to 52.212-2)
52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR.
The following RFO clauses are incorporated by reference:
Applicable (X)
Number
Title
Source
52.203-6 with Alt I
Restrictions on Subcontractor Sales to the Government
Statute
52.203-13
Contractor Code of Business Ethics and Conduct
Statute
X
52.203-17
Contractor Employee Whistleblower Rights
Statute
X
52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
Statute
X
52.204-9
Personal Identity Verification of Contractor Personnel
Other
X
52.204-13
System for Award Management Maintenance
Statute
52.204-91
Contractor identification
Other
X
52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
Statute
52.209-9
Updates of Publicly Available Information Regarding Responsibility Matters
Statute
X
52.209-10
Prohibition on Contracting with Inverted Domestic Corporations
Statute
52.219-4
Notice of Price Evaluation Preference for HUBZone Small Business Concerns
Statute
X
52.219-6
Notice of Total Small Business Set-Aside
Statute
52.219-6 with Alt I
Notice of Total Small Business Set-Aside, with Alternate I
Statute
X
52.219-8
Utilization of Small Business Concerns
Statute
52.219-9
Small Business Subcontracting Plan
Statute
52.219-9 with Alt I
Small Business Subcontracting Plan, with Alternate I
Statute
52.219-9 with Alt II
Small Business Subcontracting Plan, with Alternate II
Statute
52.219-9 with Alt III
Small Business Subcontracting Plan, with Alternate III
Statute
52.219-9 with Alt IV
Small Business Subcontracting Plan, with Alternate IV
Statute
52.219-14
Limitations on Subcontracting
Statute
52.219-16
Liquidated Damages Subcontracting Plan
Statute
52.219-33
Nonmanufacturer Rule
Statute
X
52.222-3
Convict Labor
EO
X
52.222-19
Child Labor Cooperation with Authorities and Remedies
EO
X
52.222-35
Equal Opportunity for Veterans
Statute
52.222-35 with Alt I
Equal Opportunity for Veterans, with Alternate I
Statute
X
52.222-36
Equal Opportunity for Workers with Disabilities
Statute
52.222-36 with Alt I
Equal Opportunity for Workers with Disabilities, with Alternate I
Statute
X
52.222-37
Employment Reports on Veterans
Statute
52.222-40
Notification of Employee Rights Under the National Labor Relations Act
EO
52.222-41
Service Contract Labor Standards
Statute
52.222-42
Statement of Equivalent Rates for Federal Hires
Employee Class Monetary Wage-Fringe Benefits
_____________ __________________________
_____________ __________________________
Statute
52.222-43
Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)
Statute
52.222-44
Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment
Statute
X
52.222-50
Combating Trafficking in Persons
Statute
52.222-50 with Alt I
Combating Trafficking in Persons, with its Alternate I
Statute
52.222-51
Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements
Other
52.222-53
Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements
Other
X
52.222-54
Employment Eligibility Verification
EO
X
52.222-62
Paid Sick Leave Under Executive Order 13706
EO
52.223-9
Estimate of Percentage of Recovered Material Content for EPA-Designated Items
Statute
52.223-9 with Alt I
Estimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate I
Statute
52.223-11
Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
Statute
52.223-12
Maintenance
Statute
52.223-20
Aerosols
Statute
52.223-21
Foams
Statute
X
52.223-23
Sustainable Products and Services
Statute
52.224-3
Privacy Training
Statute
X
52.224-3 with Alt I
Privacy Training, with Alternate I
Statute
52.225-1
Buy American-Supplies
Statute
52.225-1 with Alt I
Buy American-Supplies, with Alternate I
Statute
52.225-3
Buy American-Free Trade Agreements-Israeli Trade Act
Statute
52.225-3 with Alt II
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate II
Statute
52.225-3 with Alt III
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate III
Statute
52.225-3 with Alt IV
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate IV
Statute
52.225-5
Trade Agreements
Statute
52.225-19
Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States
Other
52.225-26
Contractors Performing Private Security Functions Outside the United States
Statute
52.226-4
Notice of Disaster or Emergency Area Set-Aside
Statute
52.226-5
Restrictions on Subcontracting Outside Disaster or Emergency Area
Statute
X
52.226-8
Encouraging Contractor Policies to Ban Text Messaging While Driving
EO
X
52.227-14
Rights in Data-General
Statute
52.229-12
Tax on Certain Foreign Procurements
Statute
52.232-29
Terms for Financing of Commercial Products and Commercial Services
Statute
52.232-30
Installment Payments of Commercial Products and Commercial Services
Statute
X
52.232-33
Payment by Electronic Funds Transfer System for Award Management
Statute
52.232-34
Payment by Electronic Funds Transfer Other than System for Award Management
Statute
52.232-36
Payment by Third Party
Statute
X
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
Statute
52.232-90
Fast Payment Procedure
Statute
X
52.233-3
Protest After Award
Statute
X
52.233-4
Applicable Law for Breach of Contract Claim
Statute
X
52.240-91
Security Prohibitions and Exclusions
Statute
52.240-91 with Alt I
Security Prohibitions and Exclusions, with Alternate I
Statute
52.240-92
Security Requirements
Other
52.240-92 with Alt II
Security Requirements with Alternate II
Other
52.240-93
 Basic Safeguarding of Covered Contractor Information Systems
Â
X
52.244-6
Subcontracts for Commercial Products and Commercial Services
Statute
52.247-64
Preference for Privately Owned U.S.-Flag Commercial Vessels
Statute
52.247-64 with Alt I
Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I
Statute
52.247-64 with Alt II
Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate II
Statute
Additional contract requirements or terms and conditions:
52.217-8 Option to Extend Services (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items:
VAAR Clauses are incorporated by reference as follows:
VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.204-70
Personal Identity Verification of Contractor Personnel
VAAR 852.204-71
Information and Information Systems Security
VAAR 852.212-71
Gray Market and Counterfeit Items
VAAR 852.219-73
VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. (JAN 2023) (DEVIATION)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.242-71
Administrating Contracting Officer
VAAR 852.246-71
Rejected Goods (OCT 2018)
VAAR 852.247-71
Delivery Location
VAAR 852.247-72
Marking Deliverables
VAAR Provisions are incorporated as follows:
VAAR 852.209-70
Organizational Conflicts of Interest
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
RFO 52.252-1 Solicitation Provisions Incorporated by Reference
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 RFO 52.252-1, Solicitation Provisions Incorporated by Reference. Copies may also be obtained from the contracting officer.
http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar
The following RFO provisions are to be incorporated by reference:
Applicable (X)
Number
Title
Source
X
52.203-11
Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
Statute
X
52.203-18
Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation
Statute
X
52.204-7
System for Award Management Registration
Statute
52.204-7 with Alt I
System for Award Management Registration, with Alternate I
Statute
52.204-90
Offeror Identification
Statute
52.207-6
Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts)
Statute
52.209-12
Certification Regarding Tax Matters
Statute
X
52.219-1
Small Business Program Representations.
Statute
X
52.219-2
Equal Low Bids
Statute
X
52.222-18
Certification Regarding Knowledge of Child Labor for Listed End Products
E.O.
X
52.222-48
Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification
Other
52.222-52
Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification
Other
52.222-56
Certification Regarding Trafficking in Persons Compliance Plan
Statute
52.223-4
Recovered Material Certification
Statute
52.225-2
Buy American Certificate
Statute
52.225-4
Buy American-Free Trade Agreements-Israeli Trade Act Certificate
Statute
52.225-6
Trade Agreements-Certificate
Statute
52.225-20
Prohibition on Conducting Restricted Business Operations in Sudan-Certification
Statute
52.225-25
Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
Statute
52.226-3
Disaster or Emergency Area Representation
Statute
52.229-11
Tax on Certain Foreign Procurements Notice and Representation
Statute
52.240-90
Security Prohibitions and Exclusions Representations and Certifications
Statute
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due to Lindsey.Zwaagstra@va.gov by 15:00pm MT, April 27, 2026.
Name and email of the individual to contact for information regarding the solicitation:
Lindsey Zwaagstra
Lindsey.Zwaagstra@va.gov