Description
Request for Quote (RFQ) #: 36C25926Q0062
Moving/Delivery Services Base + 4 Option Years
SDVOSB Set Aside
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.
* The deadline for all questions is 4:00pm MT, 11/7/2025
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.
** Quotes are to be provided to Jeremy.ferrer@va.gov no later than 4:00pm MT, 11/14/2025.
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 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 36C25926Q0062. 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 10/1/2025.
The North American Industrial Classification System (NAICS) code for this procurement is 484210 with a small business size standard of $34.0 Million. This solicitation is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses.
List of Line Items;
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Base Year: Moving Services for Eastern Colorado VA Healthcare System
Anticipated Period of Performance: 12/1/2025-11/30/2026
1
YR
$
$
1001
Option Year 1:
Moving Services for Eastern Colorado VA Healthcare System
Anticipated Period of Performance: 12/1/2026-11/30/2027
1
YR
2001
Option Year 2:
Moving Services for Eastern Colorado VA Healthcare System
Anticipated Period of Performance: 12/1/2027-11/30/2028
1
YR
3001
Option Year 3:
Moving Services for Eastern Colorado VA Healthcare System
Anticipated Period of Performance: 12/1/2028-11/30/2029
1
YR
4001
Option Year 4:
Moving Services for Eastern Colorado VA Healthcare System
Anticipated Period of Performance: 12/1/2029-11/30/2030
1
YR
Grand Total
$
Description of Requirements for the items/services to be acquired;
Please see the attached Statement of Work for all performance details.
Performance is to be completed at the Veterans Affairs Medical Center, located at
Alamosa Outpatient Clinic
622 Del Sol Drive
Alamosa, CO 81101
Aurora Outpatient Clinic
13701 E Mississippi Ave Gateway Medical Bldg. #200
Aurora, CO 80012
Burlington Outpatient Clinic
1177 Rose Avenue
Burlington, CO 80807
Bio Science Building P
1700 N. Wheeling
Aurora, CO 80045
Castle Rock Outpatient Clinic
3753 Dacoro Lane
Castle Rock, CO 80109
Community Resource and Referral Center (CRRC)
3030 Downing Str
Denver, CO 80229
Colorado Springs Outpatient Clinic (PFC Floyd K. Lindstrom Clinic)
3141 Centennial Boulevard
Colorado Springs, CO 80907
Denver Domiciliary
1055 Clermont
Denver, CO 80220
Englewood VA Clinic
500 East Hampden Avenue
Englewood, CO 80113
Denver former VAMC
1055 Clermont
Denver, CO 80220
Golden Outpatient Clinic
1020 Johnson Road
Golden, CO 80401
Jewell Clinic
14400 E Jewell Ave
Aurora, CO 80012
La Junta Outpatient Clinic
1100 Carson Ave., Suite 104
La Junta, CO 81050
Lakewood Domiciliary - Valor Point
7350 W. Eastman Place
Lakewood, Colorado 80227
Lamar Outpatient Clinic
1401 South Main Street, Suite 2
Lamar, CO 81052
Lieutenant Colonel John W. Mosley VA Clinic
21825 East Quincy Avenue
Aurora, CO 80018-3155
Pueblo Community Living Center
2600 Oakshire Ln
Pueblo, Colorado 81008
Pueblo Outpatient Clinic (PFC James Dunn VA Clinic)
4776 Eagleridge Circle
Pueblo, CO 81008
Rocky Mountain Regional VAMC
1700 N. Wheeling
Aurora, CO 80045
Salida Outpatient Clinic
920 Rush Drive
Salida, CO 81201
Space Center VA Clinic
565 Space Center Drive
Colorado Springs, CO 80915-3610
Union Blvd VA Clinic
3920 N. Union Blvd
Colorado Springs, CO 80907
Garden of the Gods VA Clinic
1365 Garden of the Gods Road
Colorado Springs, CO 80907
*Places of performance will include all facilities, existing and new, within 150 mile radius of VA Eastern Colorado Health Care System.
52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
Any award made as a result of this solicitation will be made on an All or Nothing Basis.
State if quoted services 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 Small Business Administration s certificate database (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.
Submission of quote shall include the following volumes: (I) - Technical capability or quality of the service offered to meet the Government requirement; (II) - Completion of Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products ; (III) - Past Performance; (IV) Price
Volume I - Technical capability or quality of the item offered to meet the Government requirement
The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number.
Volume II - Completion of Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products
The offeror shall complete the Attachment - VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products and submit as part of the quote.
Volume III Past Performance
Offeror must provide at least three recent and relevant past performance references (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract). To be relevant, the effort must be similar in nature of work, size, magnitude, complexity, and scope of this procurement. Recent past performance is defined as not more than five years from the RFQ release date of this procurement.
Volume IV 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 FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:
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 considering price and other factors.
The following factors shall be used to evaluate quotations:
Factor 1. Technical capability or quality of the service offered to meet the Government requirement
Factor 2. Past Performance
Factor 3. Price
Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), 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:
Factor 1. Technical capability or quality of the service 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. Past Performance: The Offeror shall be evaluated on performance of past contracts and how well the identified performance relates to the work being procured under the Statement of Work for this procurement.
Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. 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.
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.
(End of Addendum to 52.212-2)
52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025), applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission.
52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition
Provisions to include as prescribed:
52.212-1, Instructions to Offerors Commercial Products and Commercial Services
52.212-2, Evaluation Commercial Products and Commercial Services
Table 12-2 Provisions to include as prescribed.
Check Mark (X)
Number
Title
Source
Â
52.203-11
Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
Statute
Â
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
Â
52.204-7 with Alt I
System for Award Management Registration, with Alternate I
Statute
Â
52.204-90
Offeror Identification
Statute
Â
52.207-6
Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts)
Statute
Â
52.209-12
Certification Regarding Tax Matters
Statute
Â
52.219-2
Equal Low Bids
Statute
Â
52.222-18
Certification Regarding Knowledge of Child Labor for Listed End Products
E.O.
Â
52.222-48
Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification
Other
Â
52.222-52
Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification
Other
Â
52.222-56
Certification Regarding Trafficking in Persons Compliance Plan
Statute
Â
52.223-4
Recovered Material Certification
Statute
Â
52.225-2
Buy American Certificate
Statute
Â
52.225-4
Buy American-Free Trade Agreements-Israeli Trade Act Certificate
Statute
Â
52.225-6
Trade Agreements-Certificate
Statute
Â
52.225-20
Prohibition on Conducting Restricted Business Operations in Sudan-Certification
Statute
Â
52.225-25
Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
Statute
Â
52.226-3
Disaster or Emergency Area Representation
Statute
Â
52.229-11
Tax on Certain Foreign Procurements Notice and Representation
Statute
Â
52.240-90
Security Prohibitions and Exclusions Representations and Certifications
Statute
Required Clauses:
52.212-4 Terms and Conditions
Table 12-3 Clauses to include as prescribed.
Check Mark (X)
Number
Title
Source
Â
52.203-6 with Alt I
Restrictions on Subcontractor Sales to the Government
Statute
Â
52.203-13
Contractor Code of Business Ethics and Conduct
Statute
Â
52.203-17
Contractor Employee Whistleblower Rights
Statute
Â
52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
Statute
Â
52.204-9
Personal Identity Verification of Contractor Personnel
Other
Â
52.204-13
System for Award Management Maintenance
Statute
Â
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
Â
52.209-9
Updates of Publicly Available Information Regarding Responsibility Matters
Statute
Â
52.209-10
Prohibition on Contracting with Inverted Domestic Corporations
Statute
Â
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
Â
52.219-6 with Alt I
Notice of Total Small Business Set-Aside, with Alternate I
Statute
Â
52.219-8
Utilization of Small Business Concerns
Statute
Â
52.219-9
Small Business Subcontracting Plan
Statute
Â
52.219-9 with Alt I
Small Business Subcontracting Plan, with Alternate I
Statute
Â
52.219-9 with Alt II
Small Business Subcontracting Plan, with Alternate II
Statute
Â
52.219-9 with Alt III
Small Business Subcontracting Plan, with Alternate III
Statute
Â
52.219-9 with Alt IV
Small Business Subcontracting Plan, with Alternate IV
Statute
 X
52.219-14
Limitations on Subcontracting
Statute
Â
52.219-16
Liquidated Damages Subcontracting Plan
Statute
Â
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
Â
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
Â
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
 X
52.222-42
Statement of Equivalent Rates for Federal Hires
Statute
 X
52.222-43
Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)
Statute
 X
52.222-44
Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment
Statute
 X
52.222-50
Combating Trafficking in Persons
Statute
Â
52.222-50 with Alt I
Combating Trafficking in Persons, with its Alternate I
Statute
Â
52.222-51
Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements
Other
Â
52.222-53
Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements
Other
Â
52.222-54
Employment Eligibility Verification
EO
Â
52.222-62
Paid Sick Leave Under Executive Order 13706
EO
Â
52.223-9
Estimate of Percentage of Recovered Material Content for EPA-Designated Items
Statute
Â
52.223-9 with Alt I
Estimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate I
Statute
Â
52.223-11
Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
Statute
Â
52.223-12
Maintenance
Statute
Â
52.223-20
Aerosols
Statute
Â
52.223-21
Foams
Statute
Â
52.223-23
Sustainable Products and Services
Statute
Â
52.224-3
Privacy Training
Statute
Â
52.224-3 with Alt I
Privacy Training, with Alternate I
Statute
Â
52.225-1
Buy American-Supplies
Statute
Â
52.225-1 with Alt I
Buy American-Supplies, with Alternate I
Statute
Â
52.225-3
Buy American-Free Trade Agreements-Israeli Trade Act
Statute
Â
52.225-3 with Alt II
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate II
Statute
Â
52.225-3 with Alt III
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate III
Statute
Â
52.225-3 with Alt IV
Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate IV
Statute
Â
52.225-5
Trade Agreements
Statute
Â
52.225-19
Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States
Other
Â
52.225-26
Contractors Performing Private Security Functions Outside the United States
Statute
Â
52.226-4
Notice of Disaster or Emergency Area Set-Aside
Statute
Â
52.226-5
Restrictions on Subcontracting Outside Disaster or Emergency Area
Statute
Â
52.226-8
Encouraging Contractor Policies to Ban Text Messaging While Driving
EO
Â
52.229-12
Tax on Certain Foreign Procurements
Statute
Â
52.232-29
Terms for Financing of Commercial Products and Commercial Services
Statute
Â
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
Â
52.232-34
Payment by Electronic Funds Transfer Other than System for Award Management
Statute
Â
52.232-36
Payment by Third Party
Statute
Â
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
Statute
Â
52.232-9X
52.232-9X, Fast Payment Procedure
Statute
Â
52.233-3
Protest After Award
Statute
Â
52.233-4
Applicable Law for Breach of Contract Claim
Statute
Â
52.240-91
Security Prohibitions and Exclusions
Statute
Â
52.240-91 with Alt I
Security Prohibitions and Exclusions, with Alternate I
Statute
Â
52.240-92
Security Requirements
Other
Â
52.240-92 with Alt II
Security Requirements with Alternate II
Other
Â
52.240-93
Â
Â
Â
52.244-6
Subcontracts for Commercial Products and Commercial Services
Statute
Â
52.247-64
Preference for Privately Owned U.S.-Flag Commercial Vessels
Statute
Â
52.247-64 with Alt I
Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I
Statute
Â
52.247-64 with Alt II
Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate II
Statute
Table 12-4 Provisions and clauses to include as needed.
Check Mark (X)
Part
Provisions and clauses prescribed for use
Â
16
In certain contract types (see 12.104)
 X
17
When including options
Â
27
When necessary to delineate rights in certain types of data (see 12.106)
Â
36
In construction contracts
Â
45
When the contractor will use Government property in performance of the contract
Additional contract requirements or terms and conditions:
52.217-8 Option to Extend Services (NOV 1999) [use when options are included]
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 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) [use when options are included]
(a) 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.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months.
852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020)
VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.219-73
VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. (JAN 2023) (DEVIATION) if SDVOSB set-aside
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (SEP 2018)
VAAR 852.233-71
Alternate Protest Procedure (SEP 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)
852.252-70, 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.
http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar
The following FAR provisions are to be incorporated by reference:
FAR 52.204-7
System for Award Management (OCT 2018)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.229-11
Tax on Certain Foreign Procurements Notice and Representation (JUN 2020)
The following VAAR provisions are to be incorporated by reference:
None
The following FAR clauses are incorporated by reference:
FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-13
System for Award Management Maintenance (OCT 2018)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)
The following VAAR clauses are to be incorporated by reference:
VAAR 852.212-71
Gray Market Items (APR 2020)
The Defense Priorities and Allocations System (DPAS) does not apply.
DEPARTMENT OF LABOR WAGE DETERMINATIONS:
Department of Labor Wage Determination 2015-5419 Revision Number 30 dated August 7, 2025, applies to this acquisition.
Department of Labor Wage Determination 2015-5417 Revision Number 30 dated August 7, 2025, applies to this acquisition.
Department of Labor Wage Determination 2015-5427 Revision Number 28 dated August 7, 2025, applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due to jeremy.ferrer@va.gov by 4:00pm MT, 11/14/2025.
Name and email of the individual to contact for information regarding the solicitation:
Jeremy Ferrer
Jeremy.ferrer@va.gov