NY Long Is NWR Morton Siding Supplies
Agency: Fish and Wildlife Service
Location: New York
NAICS: 325211
| Agency | VISN 2: New York/New Jersey VA Health Care Network |
|---|---|
| Deadline | 05/22/26 |
| Posted | 05/08/26 |
| Estimated Value | <$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value) |
| Set Aside | SBA |
| NAICS | 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance |
| PSC | J061 - Maint/Repair/Rebuild Of Equipment- Electric Wire And Power Distribution Equipment |
| Location | East Orange VA Medical Center and Lyons VA Medical Center East Orange/Lyons, NY 07018 United States |
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
Background The New Jersey VA Healthcare System, specifically the East Orange and Lyons campuses, is seeking to procure generator and transfer switch testing, maintenance, and inspection services. This solicitation is issued as a Request for Quotation (RFQ). The contract is set aside for small businesses. Work Details The contractor will provide all necessary parts, tools, materials, labor, supervision, test equipment, technical manuals, and transportation to perform maintenance on Automatic Transfer Switches (ATS) and Manual Transfer Switches (MTS) at both the Lyons and East Orange campuses. Specific tasks include: 1. Semi-annual preventative maintenance procedures on all generators. 2. Annual load bank testing and preventative maintenance procedures on all generators. 3. Biennial preventative maintenance procedures on all generators (performed in odd-numbered calendar years). 4. A field service report must be submitted to the Contracting Officer Representative (COR) within 14 working days after each visit. 5. All work must comply with the latest editions of OEM preventative maintenance manuals, Joint Commission standards, NFPA regulations, and OSHA guidelines. 6. Equipment must be returned to operational conditions as defined by OEM specifications. Period of Performance One base year from award plus four option years. Place of Performance East Orange VA Medical Center, 385 Tremont Avenue, East Orange, NJ 07018; Lyons VA Medical Center, 151 Knollcroft Road, Lyons, NJ 07939.
| Contact name | Nathan Northrup |
|---|---|
| Contact email | nathan.northrup@va.gov |
| Contact phone | (607) 664-7533 |
Agency: Fish and Wildlife Service
Location: New York
NAICS: 325211
Agency: Denver Service Center
Location: New York
NAICS: 237310
Agency: VISN 2: New York/New Jersey VA Health Care Network
Location: New York
NAICS: 236220
Agency: Naval Air Systems Command
Location: New York
NAICS: 336413