Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.201-1, Simplified procedures, 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.
This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 March 16, 2026.
This solicitation is unrestricted for brand-name or equal products.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334517, with a small business size standard of 1,200 employees. The FSC/PSC is 6525.
The Bedford VAMC, 200 Springs Road, Bedford, MA 01730 is seeking to purchase Dental X-Ray Equipment.
All interested companies shall provide quotations for the following:
Supplies/Services
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
9.00
EA
__________________
__________________
HELIODENT PLUS T ADAPTER PLATE
Contract Period: Base
POP Begin: 05-01-2026
POP End: 09-30-2026
PRINCIPAL NAICS CODE: 339114 - Dental Equipment and Supplies Manufacturing
PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary
MANUFACTURER PART NUMBER (MPN): 6242254
0002
9.00
EA
__________________
__________________
HD PLUS WALL VERSION XL
Contract Period: Base
POP Begin: 05-01-2026
POP End: 09-30-2026
PRINCIPAL NAICS CODE: 339114 - Dental Equipment and Supplies Manufacturing
PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary
MANUFACTURER PART NUMBER (MPN): 6256221
0003
18.00
HR
__________________
__________________
TECH SERVICE 1 HOUR LABOR
Contract Period: Base
POP Begin: 05-01-2026
POP End: 09-30-2026
PRINCIPAL NAICS CODE: 339114 - Dental Equipment and Supplies Manufacturing
PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary
MANUFACTURER PART NUMBER (MPN): 6149962
0004
1.00
EA
__________________
__________________
ORTHOPHOS S11 2D/3D
Contract Period: Base
POP Begin: 05-01-2026
POP End: 09-30-2026
PRINCIPAL NAICS CODE: 339114 - Dental Equipment and Supplies Manufacturing
PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary
MANUFACTURER PART NUMBER (MPN): 6680313
0005
1.00
EA
__________________
__________________
3D LABOR CHARGE
Contract Period: Base
POP Begin: 05-01-2026
POP End: 09-30-2026
PRINCIPAL NAICS CODE: 339114 - Dental Equipment and Supplies Manufacturing
PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary
MANUFACTURER PART NUMBER (MPN): 6149954
0006
6.00
EA
__________________
__________________
REMOVE EXISTING 6 HELIODENT
Contract Period: Base
POP Begin: 05-01-2026
POP End: 09-30-2026
PRINCIPAL NAICS CODE: 339114 - Dental Equipment and Supplies Manufacturing
PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary
MANUFACTURER PART NUMBER (MPN): 6149962
0007
2.00
EA
__________________
__________________
REMOVE EXISTING ORTHOPHOS
Contract Period: Base
POP Begin: 05-01-2026
POP End: 09-30-2026
PRINCIPAL NAICS CODE: 339114 - Dental Equipment and Supplies Manufacturing
PRODUCT/SERVICE CODE: 6525 - Imaging Equipment and Supplies: Medical, Dental, Veterinary
MANUFACTURER PART NUMBER (MPN): 6149962
GRAND TOTAL
__________________
SALIENT CHARACTERISTICS
HD Plus Wall Version XL Part Number 6256221
Brand Name or Equal
The contractor shall furnish and deliver a Brand Name or Equal intraoral X ray system equivalent in form, fit, and function to the HD Plus Wall Version XL (PN 6256221). Any product offered as equal must meet or exceed the minimum performance requirements listed below.
Mounting & Arm Configuration
Wall mounted intraoral X ray system with an extra long arm providing a minimum reach of approximately 81 inches (2,040 mm).
Arm design may be round or square, but must ensure smooth, quiet, and vibration free movement.
Mechanical system must allow repeated repositioning without drift or sag.
X ray Tube & Generator Requirements
Tube voltage adjustable within 60 70 kV.
Tube current approximately 7 mA DC.
Focal spot size of 0.4 mm (IEC compliant).
High frequency generator providing stable, consistent radiation output suitable for digital imaging.
Exposure Range & Imaging Performance
Adjustable exposure times from 0.01 seconds to at least 3.2 seconds.
Compatible with digital sensors, phosphor plate systems, and traditional analog film.
Must provide multiple preset exposure programs calibrated for different receptor types.
Control Interface & Operation Modes
System shall include a remote operation capability, allowing exposures to be initiated from a remote wall timer or external control point.
Control panel or interface shall support pre-programmed settings, visual status indicators, and easy access for configuration and service.
Automatic sleep mode required to reduce power draw during idle periods.
Ergonomics & Safety Features
Mechanical design must support one handed positioning with minimal resistance.
Built in radiation safety features, including cable mounted remote trigger and distancing capability.
Must comply with applicable electrical and radiation safety standards (FDA, IEC, UL, or equivalent).
Durability & Construction
Constructed with high durability materials designed for heavy, routine clinical use.
Must provide vibration free imaging stability for consistent radiographic quality.
Components must be robust enough to maintain precision over long-term operation.
Accessories & Included Components
All manufacturer required installation hardware, arm components, control units, positioning handles, and safety accessories must be included.
Manufacturer documentation, operator manuals, and installation instructions shall be provided.
Warranty & Support
Minimum one year parts and labor warranty or equivalent to brand name.
Installation and user orientation/training must be included.
SALIENT CHARACTERISTICS
ORTHOPHOS S11 2D/3D, Part Number 6149954
(Brand Name or Equal)
The contractor shall furnish all labor, materials, equipment, and transportation necessary to deliver a Brand Name or Equal intraoral/extraoral 2D and 3D dental imaging system equivalent to the ORTHOPHOS S11 2D/3D (PN 6149954). Any product offered as equal must meet or exceed the following minimum performance requirements:
Imaging Capabilities 2D and 3D
Must provide both 2D panoramic imaging and 3D CBCT imaging in a single integrated unit.
2D sensor shall use CsI or equivalent scintillator technology and include autofocus or equal automatic sharpness optimization.
System shall support panoramic, TMJ, sinus, bitewing, and other standard 2D dental radiographic modes.
3D imaging volumes must include selectable fields of view ranging from approximately 5×5.5 cm up to 11×10 cm or equivalent ranges suitable for endodontic, implant, and general dental diagnostics.
System shall provide High-Definition (HD) 3D mode with voxel resolution of 80 µm or better.
System must include a Low-Dose 3D mode, allowing CBCT exposures at dose levels comparable to 2D panoramic imaging while maintaining diagnostic utility.
Must include artifact reduction technology for reducing metal artifacts in 3D imaging.
Patient Positioning & Accessibility
System must include automatic or guided patient positioning with adjustable head supports.
Shall include a reproducible bite block or occlusal positioning system.
System must be wheelchair accessible without requiring special adapters or equipment.
Laser or similar visual alignment aids shall be provided for precise positioning in all imaging modes.
Controls & User Interface
Must include an integrated touchscreen control panel or equivalent, allowing selection of programs and exposure parameters.
System shall allow remote operation from a connected workstation or control space.
Must include pre-set imaging programs for adult/child patients, panoramic selections, and 3D volume presets.
Workflow & Software Compatibility
Fully DICOM compliant for storage, worklist, print, and modality communication.
Must be compatible with standard dental imaging software platforms and support integration with CAD/CAM workflows.
System must allow upgrades, expansion, or re-configuration to support future clinical needs (e.g., 2D 3D upgrades or cephalometric attachments), equivalent to the brand-name product s modular design.
Performance & Safety
Must comply with FDA, IEC, and all applicable radiation safety standards.
Must provide stable, high quality image acquisition for all listed modalities.
Shall include emergency stop and safety interlock features.
Unit must maintain consistent image quality through automatic exposure control or equivalent.
Mechanical & Operational Requirements
Floor standing or wall mounted configuration that fits standard dental operatory spaces.
Must include all required mounting hardware, power requirements, and site prep documentation.
Shall include manufacturer-recommended accessories for standard operation (e.g., patient positioning aids, bite blocks, chin rests).
Warranty & Support
Minimum one year manufacturer s warranty on parts and labor or equal.
Technical support, operator training, and installation must be provided.
PERFORMANCE WORK STATEMENT
SCOPE OF WORK: The Contractor shall provide all labor, personnel, equipment, tools, materials, software, supervision, and other items and services necessary to perform the following:
Procurement, installation, and configuration of the following dental imaging equipment:
9 Heliodent Plus intraoral X-ray devices
1 Orthophos SL 2D/ 3D machine with panoramic and 3D cone beam computed tomography capabilities
De-installation of existing equipment (6 Heliodents and 1 Orthophos)
BACKGROUND
Bedford VAMC is seeking to procure 9 Heliodent Plus intraoral X-ray machines and 1 Orthophos SL 2D/ 3D.
AREAS TO BE SERVICED
Edith Nourse Rogers Memorial Veterans Hospital
Bedford VA Medical Center
200 Springs Rd
Bedford, MA 01730
INSTALLATION
The Contractor shall provide all labor, materials, tools, equipment, and software to prepare for and complete the installation of the equipment in the space determined by the Government.
Installation dates are to be coordinated in advance with the Contractor and the Bedford VA Medical Center s Healthcare Technology Management service.
All employees of the Contractor and subcontractors shall comply with the VA security management program and obtain the permission of the VA police, be identified by project and employer, and be restricted from unauthorized access.
All installation personnel shall be trained by the manufacturer on how to properly install the equipment. Resumes and certifications shall be submitted for review prior to installation.
The Contractor shall request information regarding determined installation space construction, such as wall blocking and/or stud placement, room dimensions, finish materials, etc., as required to complete a safe and functional installation.
The Contractor shall communicate the estimated noise level produced during the installation process to the Bedford VA Medical Center prior to the start of installation. The Contractor shall modify equipment, tools, etc., used during installation and/or installation time of day to ensure the estimated noise level is within the acceptable threshold as communicated by the Government.
The Contractor shall be responsible for the safe removal and disposal of all packing materials and related waste generated during installation.
TRAINING
The Contractor shall provide a comprehensive on-site training program for the operating clinicians as required. This training program shall include at a minimum the following sessions: (i) Technical Training, (ii) Operational Training, (iii) Administrative Training, and (iv) Hardware and Software Troubleshooting. Training shall occur onsite during normal business hours, 8:00 am-4:30 pm, Monday through Friday. Competency assessments shall be provided with the training. On-site training is to be scheduled in advance with the Bedford VA Medical Center s Healthcare Technology Management Service.
TASK FREQUENCY AND INSTRUCTIONS
The work set forth in the Scope of Work shall be completed in a single visit, whether a single day or multiple days as required for proper completion. All work is to be scheduled in advance with the Bedford VA Medical Center s Healthcare Technology Management Service.
Installation, configuration, and training shall occur on the same day determined in advance by the Contractor and the Bedford VA Medical Center s Healthcare Technology Management Service.
SPECIAL WORK REQUIREMENTS
The Contractor shall comply with any and all Infection Control Risk Assessment requirements deemed appropriate by the Bedford VA Medical Center during all portions of the work set forth in the Scope of Work.
The Contractor must comply with security, privacy, and safety requirements in accordance with VA standards, policies, and directives at all times while performing the work outlined in the Scope of Work.
PROPERTY DAMAGE
The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed the current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (e.g., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer.
ATTACHMENTS
None.
IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE, AND VA REGULATIONS:
The contractor's employees shall wear visible identification at all times while on the VA property. It is the contractor's responsibility to park in the designated parking areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or reimburse the contractor for any parking violations under any conditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.
COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD:
The contractor shall comply with the Federal OSHA Bloodborne Pathogens Standard. The contractor shall:
Have methods by which all employees are educated as to the risks associated with bloodborne pathogens.
Have policies and procedures that reduce the risk of employee exposure to blood-borne pathogens.
Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens.
Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract.
Place of Performance/Place of Delivery
Address:
200 Springs Rd
Postal Code:
01730
Country:
UNITED STATES
The full text of FAR provisions or clauses may be accessed electronically at
https://acquisition.gov/far-overhaul
https://acquisition.gov/browse/index/far
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (DEVIATION OCT 2025)
ADDENDUM to 52.212-1 Instructions to Offerors Commercial Products and Commercial Services. (OCT 2025)
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 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.
The following provision is incorporated into 52.212-1 as an addendum to this solicitation:
52.212-1 Instructions to Offerors Commercial Products and Commercial Services (OCT 2025)
(a) Submission of quotes. Submit signed and dated quotes to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, quotes shall include
(1) The solicitation number;
(2) The name, address, and telephone number of the Quoter;
(3) The Quoter s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator;
(4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation;
(5) Responses to provisions that require Quoter completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and
(6) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments.
(b) Period for acceptance of quotes. The Quoter agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation.
(c) Late submissions, modifications, revisions, and withdrawals of quotes.
(1) Quoters are responsible for submitting quotes and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation.
(2) Any offer, modification, or revision received after the time specified for receipt of quotes is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted.
(3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(4) Quoters may withdraw their quotes by written notice to the Government received at any time before award.
(d) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotes and award a contract without discussions with Quoters. Therefore, the Quoter s initial offer should contain the Quoter s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all quotes if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in quotes received.
(e) Debriefings. If a postaward debriefing is given to requesting Quoters, the Government will disclose the following information, if applicable:
(1) The agency s evaluation of the significant weak or deficient factors in the debriefed Quoter s offer.
(2) The overall evaluated cost or price and technical rating of the successful Quoter and the debriefed Quoter and past performance information on the debriefed Quoter.
(3) The overall ranking of all Quoters when any ranking was developed by the agency during source selection.
(4) A summary of the rationale for award.
(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Quoter.
(6) Reasonable responses to relevant questions posed by the debriefed Quoter as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities.
(End of provision)
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations and certifications based on provisions that are not included in this solicitation. Examples include 52.240-90 Security Prohibitions and Exclusions Representations and Certifications, 52.242-91 Security Prohibitions and Exclusions, 52.240-92 Security Requirements, and 52.240-93 Basic Safeguarding of Covered Contractor Information Systems. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
52.204-7 System for Award Management Registration (NOV 2024) (DEVIATION NOV 2025) [when offerors are required to be registered in SAM]
52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products.(FEB 2021)
52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) (DEVIATION SEP 2025)
52.240-90 Security Prohibitions and Exclusions Representations and Certifications. (DEVIATION NOV 2025)
52.212-2 Evaluation Commercial Products and Commercial Services. (NOV 2021) (DEVIATION OCT 2025)
ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
(a) Basis for Award. The Government will establish a blanket purchase agreement with 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 or Quality
(2) Past Performance
(3) Veterans Involvement
(4) Price
(c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in RFO FAR 12.203(c)(2), 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 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 or Quality: 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.
(2) 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 supply or 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.
(3) Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified in the Small Business Administration Small Business Search database at the time of quotation submission and at the time of award (https://search.certifications.sba.gov/) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the Small Business Administration Small Business Search database (https://search.certifications.sba.gov/) and must meet federal small business size standards for the NAICS code assigned to this solicitation at the time of both quotation submission and at the time of award.
(4) Price: The Government will evaluate the price by adding the total of all line item prices, including all options (if applicable). The Total Evaluated Price will be that sum.
(End of provision)
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services [NOV 2025] Addenda is attached.
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Clauses 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 will make their full text available.
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
52.225-3Â Buy American-Free Trade Agreements-Israeli Trade Act. Alt II
52.225-4Â Buy American-Free Trade Agreements-Israeli Trade Act Certificate Alt II
52.203-17 Contractor Employee Whistleblower Rights. (NOV 2023)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (JAN 2017)
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (DEVIATION NOV 2025)
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) (DEVIATION NOV 2025)
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (OCT 2022) (DEVIATION NOV 2025)
52.222-3 Convict Labor. (JUN 2003) (DEVIATION NOV 2025)
52.222-19 Child Labor-Cooperation with Authorities and Remedies. (MAR 2026) (DEVIATION NOV 2025)
52.222-36 Equal Opportunity for Workers with Disabilities. (JUN 2020)
52.222-50 Combating Trafficking in Persons. (NOV 2021)
52.222-90 Addressing DEI Discrimination by Federal Contractors (APR 2026)
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. (MAY 2024)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (MAR 2023)
52.233-3 Protest after Award. (AUG 1996) (DEVIATION NOV 2025
52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004)
52.244-6 Subcontracts for Commercial Products and Commercial Services. (JAN 2025) (DEVIATION OCT 2025)
52.225-18 Place of Manufacture (AUG 2018) [in solicitations predominantly for the acquisition of manufactured end products (majority of contract value)]
All quotes shall be sent to the Contracting POC Manasés Cabrera at manases.cabrera@va.gov.
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 12. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The following are the decision factors: (1)Technical or Quality, (2)Past Performance, (3)Veterans Involvement and (4)Price
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than 5/11/2026 at 8:00am at manases.cabrera@va.gov.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(c).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Contracting POC Manasés Cabrera at manases.cabrera@va.gov