Request for Quote (RFQ) #: 36C25926Q0384
Trash Removal and Recycling Services
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.
SITE VISIT: Due to the urgency (existing contract expiring on 4/30/2026) of this requirement, a site visit will NOT be available prior to the deadline for quotes.
QUESTIONS: The deadline for all questions is 12:00pm MST, April 8th, 2026.
All questions must be submitted in writing, via email, no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.
QUOTES: Quotes are to be provided to stephanie.cahill@va.gov no later than 12:00pm MST, April 13th, 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 36C25926Q0384. 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) 2025-06 effective August 26th, 2025.
The North American Industrial Classification System (NAICS) code for this procurement is 562111 with a business size standard of $47 million. This solicitation is 100% unrestricted.
List of Line Items;
Base Year: 5/1/2026 4/30/2027
Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
0001
Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated)
168
JB
$
$
0002
Monthly 8-yard Compactor Rental
12
MO
0003
Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week)
104
JB
0004
Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated)
30
JB
0005
Disposal Fee per Ton (for 30-yard Roll Off Dumpster)
Approx. four (4) tons per haul; up to 30 hauls per year
120
EA
0006
Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week)
52
JB
0007
Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks)
12
MO
0008
Recycling of Wooden Pallets (2x/month)
24
JB
Total of Base Year
$
Option Year #1: 5/1/2027 4/30/2028
Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
1001
Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated)
168
JB
$
$
1002
Monthly 8-yard Compactor Rental
12
MO
1003
Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week)
104
JB
1004
Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated)
30
JB
1005
Disposal Fee per Ton (for 30-yard Roll Off Dumpster)
Approx. four (4) tons per haul; up to 30 hauls per year
120
EA
1006
Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week)
52
JB
1007
Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks)
12
MO
1008
Recycling of Wooden Pallets (2x/month)
24
JB
Total of Option Year #1
$
Option Year #2: 5/1/2028 4/30/2029
Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
2001
Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated)
168
JB
$
$
2002
Monthly 8-yard Compactor Rental
12
MO
2003
Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week)
104
JB
2004
Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated)
30
JB
2005
Disposal Fee per Ton (for 30-yard Roll Off Dumpster)
Approx. four (4) tons per haul; up to 30 hauls per year
120
EA
2006
Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week)
52
JB
2007
Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks)
12
MO
2008
Recycling of Wooden Pallets (2x/month)
24
JB
Total of Option Year #2
$
Option Year #3: 5/1/2029 4/30/2030
Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
3001
Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated)
168
JB
$
$
3002
Monthly 8-yard Compactor Rental
12
MO
3003
Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week)
104
JB
3004
Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated)
30
JB
3005
Disposal Fee per Ton (for 30-yard Roll Off Dumpster)
Approx. four (4) tons per haul; up to 30 hauls per year
120
EA
3006
Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week)
52
JB
3007
Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks)
12
MO
3008
Recycling of Wooden Pallets (2x/month)
24
JB
Total of Option Year #3
$
Option Year #4: 5/1/2030 4/30/2031
Line Item
Description
Qty
Unit of Measure
Unit Price
Total Price
4001
Waste/Trash Removal from QTY: one (1) 8-yard Compactor (3x/week + 12 additional; estimated)
168
JB
$
$
4002
Monthly 8-yard Compactor Rental
12
MO
4003
Waste/Trash Removal from QTY: two (2), 8-yarder Trash Bin Containers (2x/week)
104
JB
4004
Waste/Trash Removal from QTY: one (1), 30-yard Roll Off Dumpster (2x/month + 6 additional; estimated)
30
JB
4005
Disposal Fee per Ton (for 30-yard Roll Off Dumpster)
Approx. four (4) tons per haul; up to 30 hauls per year
120
EA
4006
Waste/Trash Removal from QTY: twelve (12), 96-gallon Recycling Carts (1x/week)
52
JB
4007
Monthly Baler Rental with Baled Cardboard Pick-ups (1x/every 2 weeks)
12
MO
4008
Recycling of Wooden Pallets (2x/month)
24
JB
Total of Option Year #4
$
All periods of performance (Base + Option Years) combined:
Grand Total
$_________
Description of Requirements for the Services to be acquired:
*Cut sheets and specification sheets proving the offered products and services meets all testing specifications and requirements provided in the Statement of Work (SOW) must be included with the quote
*Failure to meet the requirements listed in the SOW below will result in the offeror s quote not being considered for award.
*Failure to provide the required documents or information (information documents, quote with accurate costs, estimated time for completion of project) by the quote deadline will result in the offeror s quote not being considered for award.
STATEMENT OF WORK:
Summary:
The Statement of Work (SOW) covers the furnishing of all necessary labor, material, equipment and supervision necessary to satisfactorily remove recycled materials, trash, and refuse waste from the VA Western Colorado Health Care System (WCHCS) at address: 2121 North Avenue, Grand Junction, CO 81501.
Trash removal and recycling services shall be provided in accordance with the frequency listed in the price/cost schedule (above) and the SOW (below). However, all services completed within a given month shall be submitted for payment on one monthly invoice, in arrears.
REQUIREMENTS:
Contractor shall provide containers and services as listed below:
One (1), eight (8) yard compactor emptied three (3x) times per week (an additional 12 pickups/hauls/jobs added in case of unanticipated increased need throughout the year, as needed). The services shall be completed on the agreed upon schedule of three (3) pickups per week on Monday, Wednesday, and Friday.
The trash compactor must be provided by the vendor. Any costs for the rental fee should be included in the line item listed above. Costs for installation and removal should be included in the rate.
The compactor shall be bolted to the ground and include a detachable container for dumping solid waste only.
A new replacement container for the compactor shall be provided by the Contractor twice per year approx.. every 6 months.
The Contractor shall power wash the cement prior to the replacement of the new container for the compactor
Two (2), eight (8) yarder trash bin containers emptied two times (2x) per week.
One (1), 30 yard roll off dumpster emptied two times (2x) per month (an additional 6 pickups/hauls/jobs added in case of unanticipated increased need throughout the year, as needed).
The facility may require unscheduled additional pickup outside of the regular schedule depending on ongoing project and facility needs. The VA COR shall coordinate with the vendor when additional, unscheduled pickups are required.
Disposal fees for each haul shall be invoiced specifying how many tons are included for the haul. Based on past performance, no haul for the 30-yard dumpster is expected to exceed four (4) tons.
Twelve (12), 96-gallon recycling carts, emptied one time (1x) per week for aluminum, paper, plastic, and tin.
One (1), baler for cardboard cardboard bale pick-ups once every two weeks.
Shall be leased to facility; NOT purchased.
Installation of the baler and ongoing maintenance shall be included
The cost of hauling the baled cardboard should be priced in the monthly rental fee. The vendor s monthly rate should take into consideration any additional revenue received for recycling the baled cardboard.
Recycling of wooden pallets pick-ups shall be two times (2x) per month.
Pallets shall not be put in the 30 yard roll off dumpster as regular waste/trash Contractor shall ensure pallets are not destroyed and are brought to a recycling facility
**Additionally, the WCHCS may request additional pickups if the volume trash/recycling generated warrants additional pickups those additional pickups/hauls have been accounted for as an additional quantity in the cost/price schedule. If the Contractor anticipates they will need to exceed the total number of total hauls for the year, as much advance notice as possible (at least 30 days) should be provided to the station POC as well as the Contracting Officer. No additional hauls that exceed the annual total should be scheduled or completed without the Contractor first receiving a modification to the contract that incorporates those additional services/jobs.
Disposal services shall include but are not limited to landfill fees, taxes and/or additional expenses (gas, overfill, etc.) related to the disposal of trash, garbage, and any recycling fees.
Any trash or garbage scattered by the contractor on the Medical Center grounds shall be immediately recovered and removed by the Contractor.
The pickup area shall be left in a clean oil-free sanitary condition. All debris dropped by the contractor shall be promptly removed by the Contractor.
The Contractor shall return all containers to their proper position. The WCHCS will furnish the necessary electric power to run the hydraulic power system. The contractor shall be responsible for the maintenance and upkeep of the hydraulic power compactor.
Trucks and compactors shall be maintained and in good repair so as not to leak hydraulic fluid and other oils/fluids onto the WCHCS grounds and facilities.
If the WCHCS determines that the area is not being kept clean by the contractor, the WCHCS will clean the affected area and charge the cleaning to the contractor.
WORKMANSHIP:
Contractor shall maintain a state of cleanliness inside and outside the compactor
Power washing cement prior to installation of new container for compactor 2x/year
Area around the compactor and compactor itself shall be kept clean and free of excessive oil/fluids.
SAFETY REQUIREMENTS:
In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his designee may determine to be reasonably necessary to protect the lives and health of occupants of the building and the lives and health of the contractor s personnel. The Contracting Officer or designee will notify the contractor of any noncompliance with the foregoing provision and action to be taken. The Contractor shall after receipt of such notice immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or representative at the site of the work, shall be deemed sufficient for the purpose of aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in default.
(End of Statement of Work)
Services and acceptance are to be F.O.B Destination (RFO 52.247-34) at:
Grand Junction VA Medical Center (WCHCS)
2121 North Ave.,
Grand Junction, Colorado 81501
52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition
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.
ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
Submission of quote shall include the following volumes: (I) Technical capability or quality of the services offered to meet the Government requirement and (II) Price
Volume I - Technical capability or quality of the services offered to meet the Government requirement
The offeror shall submit specifications, cut sheets, or brochures confirming the services to be provided meet or exceed the requirements included in the SOW specified in this solicitation.
Volume II Price
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.
(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 1. Technical capability of services offered to meet the Government requirement
Factor 2. Price
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 of services 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 2. Price: The Government will evaluate the price by adding the total of all line item prices. 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 item offered to the Government requirement shall not be selected regardless of price.
**The Government may consider an award to other than the lowest priced quoter/offeror if it s in the best interest of the Government.**
If offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered non-responsive.
The Government will evaluate offers 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. The evaluation of options does not obligate the Government to exercise the option(s)
(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
X
52.203-6 with Alt I
Restrictions on Subcontractor Sales to the Government
Statute
X
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
X
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
X
52.222-40
Notification of Employee Rights Under the National Labor Relations Act
EO
X
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
X
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
X
52.223-2
Reporting of Biobased Products Under Service and Construction Contracts
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
X
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
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
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
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.
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
If the Government exercises this option, the extended contract shall be considered to include this option clause.
The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months.
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 (MAR 2026)
VAAR 852.204-72
Personnel Vetting and Credentialing (MAR 2026)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)
VAAR 852.222-71
Compliance with Executive Order 13899. (DEVIATION) (APR 2025)
VAAR Provisions are incorporated as follows:
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71
Alternate Protest Procedure (OCT 2018)
VAAR 852.204-70 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (MAR 2026)
The Contractor shall comply with current Department of Veterans Affairs policy for personal identity verification of all employees performing under this contract when physical access to VA facilities, and/or logical access to VA information and VA information systems is required.
The Contractor shall insert this clause in all subcontracts when the subcontractor s employees will require physical access to VA facilities and/or logical access to VA information and VA information systems.
(End of Clause)
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
52.219-2
Equal Low Bids
Statute
52.222-18
Certification Regarding Knowledge of Child Labor for Listed End Products
E.O.
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
X
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 stephanie.cahill@va.gov by 12:00pm MST, April 13th, 2026.
Name and email of the individual to contact for information regarding the solicitation:
Stephanie Cahill
Stephanie.Cahill@va.gov