Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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.
This solicitation is set aside for small businesses.
The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $12.5 million.
The FSC/PSC is J061.
The New Jersey VA Healthcare System, East Orange campus and Lyons campus specifically, are seeking to purchase generator/transfer switch testing, maintenance, and inspection services.
All interested companies shall provide quotations for the following: See attached Scope of Work (SOW) and pricing worksheet.
The contract period of performance is one (1) base year from award, plus the provision of four (4) option years.
Place of Performance
Address:
East Orange VA Medical Center
385 Tremont Avenue
East Orange, NJ 07018
Country:
Address:
Country:
USA
And
Lyons VA Medical Center
151 Knollcroft Road
Lyons, NJ 07939
USA
The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
Site Visit: Contractors have opportunity to attend a site visit on Tuesday, May 19th, 2026, to view the requirements at each facility. Contractors shall email the CO (Nathan.Northrup@va.gov) no later than Monday, May 18th, 2026, with their intention to attend and specifics will be provided in return. No other site visits will be provided. Contractors that do not attend the site-visit will not be excluded from competition; however, Contractors are encouraged to visit the site to gauge the complexity of this requirement.
Questions/Requests for Information: Shall be sent to the Contract Officer via email at Nathan.Northrup@va.gov no later than May 20th, 2026, 16:00EST.
All quoters shall submit the following at minimum: Capability statement demonstrating technical capability and approach to meet all the requirements of the SOW and all evaluation factors listed in section 2 below, and a completed 36C24226Q0459 Pricing Worksheet .
All quotes shall be sent to the Contract Officer via email at Nathan.northrup@va.gov no later than May 22nd, 2026, 16:00EST.
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. [CO will include basis of evaluation in the quote/offer, e.g., 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.]
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/.
FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: In accordance with RFO FAR 12.201-1 and FAR 12.201-2 when appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services.
The following are the decision factors:
Technical: The quotation will be evaluated to the extent in which it can meet or exceed the Government s requirements outlined in the Statement of Work (SOW).
Staffing, Qualifications, and Experience
Management and Quality Control Approach
Emergency Response Capability: 2-hour and 4-hour requirements of SOW
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. No relevant past performance shall be rated as neutral past performance.
Price: The Government will evaluate the price by adding the total of all line-item pricing (see attached pricing worksheet). The total evaluated price will be that sum.
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.
Veterans Involvement: In accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business (SDVOSB/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 SBA VertCert database at time of quotation submission and at time of award (https://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 SBA VetCert database (https://certifications.sba.gov/) and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award.
FAR 52.209-7 Information Regarding Responsibility Matters
FAR 52.219-1 Small Business Program Representations
FAR 52.233-2 Service of Protest
FAR 52.240-90 Security Prohibitions and Exclusions Representations and Certifications
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation
52.204-7 System for Award Management Registration
52.229-11 Tax on Certain Foreign Procurements Notice and Representation
FAR 52.252-5 Authorized Deviations in Provisions
The following solicitation clauses apply to this acquisition:
FAR 52.252-2 Clauses Incorporated by Reference
52.203-6 Restrictions on Subcontractor Sales to the Government
52.203-17, Contractor Employee Whistleblower Rights
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-13, System for Award Management Maintenance
52.209-6, Protecting the Government s Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
52.209-10, Prohibition on Contracting With Inverted Domestic Corporations
52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services
52.217-8, Option to Extend Services
52.217-9, Option to Extend Term of the Contract
52.219-6, Notice of Total Small Business Set-Aside
52.219-8, Utilization of Small Business Concerns
52.219-14, Limitations on Subcontracting
52.219-28, Post award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-35, Equal Opportunity for Veterans
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment
52.222-50, Combating Trafficking in Persons
52.222-54, Employment Eligibility Verification
52.222-55, Minimum Wages for Contract Workers Under Executive Order 14026
52.222-62, Paid Sick Leave Under Executive Order 13706
52.223-5, Pollution Prevention and Right-to-Know Information
52.223-23, Sustainable Products
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.228-5, Insurance Work on a Government Installation
CL-120, Supplemental Insurance Requirements
52.229-3, Federal, State, and Local Taxes
52.232-33, Payment by Electronic Funds Transfer System for Award Management
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.237-2, Protection of Government Buildings, Equipment, and Vegetation
52.240-91, Security Prohibitions and Exclusions
52.244-6, Subcontracts for Commercial Products and Commercial Services
VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference
852.201-70, Contracting Officer s Representative
852.203-70, Commercial Advertising
852.204-70, Personal Identity Verification of Contractor Personnel
852.204-72, Personnel Vetting and Credentialing
852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors
852.215-71, Evaluation Factor Commitments
852.222-71, Compliance with Executive Order 13899
852.232-72, Electronic Submission of Payment Requests
852.242-71, Administrative Contracting Officer
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.
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
Nathan Northrup, Contract Officer
RPO East, NCO 2 Contracting Office
Nathan.Northrup@va.gov