*= Required Field
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, 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 SDVOSBs.
The associated North American Industrial Classification System (NAICS) code for this procurement is 238210, with a small business size standard of $19.0 million.
The FSC/PSC is J061.
The Department of Veteran Affairs (VA) Central Western Massachusetts Medical Center located at 421 North Main St. in Leeds, MA 01053 is seeking to purchase services for electrical repairs as outlined in the Performance Work Statement:
04/08/2026
PERFORMANCE WORK STATEMENT
VA Medical Center Leeds, MA
B65 Switch 1 Repair
Electrical Repair Service, VACWM, Leeds, MA
GENERAL: This is a non-personnel services contract to provide electrical repairs and service. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, lockout/ tagout, supervision, and other items and non-personal services necessary to perform electrical repairs and service as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property and services. All shutdowns and deenergizing of equipment shall be the contractor s responsibility. The contractor shall meet the standards in this contract. The contractor shall show a minimum of 5 years of successfully completed experience in fixing and repairing medium voltage equipment, testing medium voltage equipment, and medium voltage LOTO. Installing new medium voltage equipment will not be considered as repair experience.
Background: The Leeds campus has experienced a failed medium voltage electrical switch. This requires repair under the NFPA 70B and VA 1028 directive to have a safe and maintained electrical system.
Objectives: Switch 1 requires internal insulators to be replaced and tested.
Switch 1 is a park switch model number PM255-2-2-2-LF.
Scope: After award, but prior to the start of any field work, the contractor shall contact the Project Engineer/Manager (i.e. COR) to review proposed methods and plans for completion of work and to review infection control procedures, interim life safety procedures, and hot permits, schedule and shutdown requirements. Please review all documents prior to this meeting. The contractor is responsible for shutting down, making safe, LOTO, and testing all energized parts IAW NFPA 70E. Some off-hours may be required.
The scope of this work is to furnish and install all new porcelain insulators and new stainless-steel hardware within switch 1 (SW1).
Furnish and install one new S&C fuse holder assembly.
Clean and lubricate all mechanisms within the switch (2 sets of 3) IAW NFPA 70B and the manufacturers recommended service.
Field test insulation resistance and contact resistance within the switch IAW NFPA 70B and the manufacturers recommended service.
All work plans and material must be submitted to the COR for approval 21 calendar days in advance of planned installation.
The COR shall be notified of all on-site work 7 calendar days in advance.
Past Performance: The contractor must show a minimum of 5 years of similar work experience in repairing medium voltage switches, testing, and LOTO. If subcontractors are intended to be used a history of at least 2 previously successfully completed repairs working together. The subcontractor must also have a minimum of 5 years of similar work experience in repairing medium voltage switches, testing, and LOTO.
Period of Performance: The period of performance shall be 90 calendar days from contract award date.
APPLICABLE DOCUMENTS
(Attached)
END OF PERFORMANCE WORK STATEMENT
The purchase order/contract period of performance is 90 calendar days from contract award date.
Place of Performance/Place of Delivery
Address:
Central Western Massachusetts VA Medical Center
421 North Main St Leeds, MA
Postal Code:
01053
Country:
UNITED STATES
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (DEVIATION AUG 2025)
FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is 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 (see 12.602); or (2) Include a similar provision containing all evaluation factors required by 13.106, subpart 14.2 or subpart 15.3, as an addendum (see 12.302(d)).]
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.
As prescribed in 852.102(a), insert the following provision:
Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.
[Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.]
(End of provision)
852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION)
As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate:
(iii) The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA.
Certification
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee:
Printed Title of Signee:
Signature:
Date:
Company Name and Address:
(End of clause)
Parent topic:Â Subpart 852.2 - Text of Provisions and Clauses
52.252-2 Clauses Incorporated by Reference (FEB 1998).
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far.
The following contract clauses apply to this acquisition:
52.203-11 C and D Regarding Payments to Influence Certain Federal Transactions. (SEP 2024)
52.203-18 Prohibition on Contracting with Entities (JAN 2018)
52.204-7 System for Award Management Registration (DEVIATION NOV 2025).
852.204-70 Personal Identity Verification of Contractor Personnel (DEVIATION MAY 2020).
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. (DEVIATION NOV 2025).
52.219-14 Limitations on Subcontracting (OCT 2022).
52.233-3 Protest after Award (DEVIATION NOV 2025).
52.233-4 Applicable Law for Breach of Contract Claim (DEVIATION NOV 2025).
52.244-6 Subcontracts for Commercial Products and Commercial Services. (DEVIATION NOV 2025).
852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION)
852.232-72 Electronic Submission of Payment Requests (NOV 2018)
852.246-71 Rejected Goods (OCT 2018)
52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (DEVIATION AUG 2025).
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (OCT 2025).
The following subparagraphs of FAR 52.212-5 are applicable:
52.203-17 Contractor Employee Whistleblower Rights.(NOV 2023)
52.204-13 System for Award Management-Maintenance (DEVIATION NOV 2025)
52.204-14 Service Contract Reporting Requirements (Oct 2016).
52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024).
52.222-3 Convict Labor (JUNE 2003).
52.222-21 Prohibition of Segregated Facilities (APR 2015).
52.222-26 Equal Opportunity (SEPT 2016).
52.222-35 Equal Opportunity for Veterans (JUN 2020).
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020).
52.222-37 Employment Reports on Veterans (JUN 2020).
52.222-50 Combating Trafficking in Persons (OCT 2025).
52.222-54 Employment Eligibility Verification (JAN 2025).
52.225-1 Buy American-Supplies (OCT 2022).
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021).
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024).
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018).
52.242-5 Payments to Small Business Subcontractors (JAN 2017).
52.222-41 Service Contract Labor Standards (AUG 2018).
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014).
52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY 2014).
52.222-50 Combating Trafficking in Persons.(DEVIATION OCT 2025)
52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022).
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022).
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving.(MAY 2024)
52.233-3 Protest after Award.(DEVIATION NOV 2025)
52.233-4 Applicable Law for Breach of Contract Claim.(DEVIATION NOV 2025)
52.203-13 Contractor Code of Business Ethics and Conduct (NOV 2021).
52.203-17 Contractor Employee Whistleblower Rights (NOV 2023).
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017).
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021).
52.219-8 Utilization of Small Business Concerns (JAN 2025).
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.212-2 Evaluation-Commercial Prods and Commercial Svcs (DEVIATION AUG 2025)
SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services.
The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can apply here: https://www.cep.fsc.va.gov/
All quoters shall submit the following:
Attachment 1- Price Schedule
Attachment 2 - Past Performance Worksheet
All quotes shall be sent to the Contract Specialist, Juliette Buchanan
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. 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:
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Scope of Work).
Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Scope of Work).
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.
Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 24-April-2026 by 4:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
Submission of your response shall be received not later than 1-May-2026 by 4pm. RFQ responses must be submitted via email to: juliette.buchanan@va.gov. Hand deliveries shall not be accepted.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Point of Contact
Juliette Buchanan
Juliette.Buchanan@va.gov
ATTACHMENT 1
PRICE SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Repair of Electrical Switch 1
1
JB
$________________
$_________________
GRAND TOTAL
$_________________
ATTACHMENT 2
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors: