Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    V002--COPY OF 554 (S) MOVING SERVICES FOR ECHCS (VA-26-00009137)

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C25926Q0062Combined Synopsis/SolicitationSet-aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)Greenwood Village, CO
    Closed
    STATUS
    Closed
    closed Nov 14, 2025
    POSTED
    Oct 30, 2025
    Publication date
    NAICS CODE
    484210
    Primary industry classification
    PSC CODE
    V002
    Product & service classification

    AI Summary

    The Department of Veterans Affairs is seeking quotes for moving services for the Eastern Colorado VA Healthcare System, covering a base year and four option years. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses. Quotes must be submitted via email by 4:00 PM MT on November 14, 2025.

    Contract details

    Solicitation No.
    36C25926Q0062
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
    Posted Date
    October 30, 2025
    Response Deadline
    November 14, 2025
    NAICS Code
    484210AI guide
    PSC / Class Code
    V002
    Primary Contact
    Jeremy Ferrer
    State
    CO
    ZIP Code
    80111
    AI Product/Service
    service

    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   52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Statute   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   52.204-7 with Alt I System for Award Management Registration, with Alternate I Statute   52.204-90 Offeror Identification Statute   52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts) Statute   52.209-12 Certification Regarding Tax Matters Statute   52.219-2 Equal Low Bids Statute   52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products E.O.   52.222-48 Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification Other   52.222-52 Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification Other   52.222-56 Certification Regarding Trafficking in Persons Compliance Plan Statute   52.223-4 Recovered Material Certification Statute   52.225-2 Buy American Certificate Statute   52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate Statute   52.225-6 Trade Agreements-Certificate Statute   52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-Certification Statute   52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Statute   52.226-3 Disaster or Emergency Area Representation Statute   52.229-11 Tax on Certain Foreign Procurements Notice and Representation Statute   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   52.203-6 with Alt I Restrictions on Subcontractor Sales to the Government Statute   52.203-13 Contractor Code of Business Ethics and Conduct Statute   52.203-17 Contractor Employee Whistleblower Rights Statute   52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Statute   52.204-9 Personal Identity Verification of Contractor Personnel Other   52.204-13 System for Award Management Maintenance Statute   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   52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters Statute   52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Statute   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   52.219-6 with Alt I Notice of Total Small Business Set-Aside, with Alternate I Statute   52.219-8 Utilization of Small Business Concerns Statute   52.219-9 Small Business Subcontracting Plan Statute   52.219-9 with Alt I Small Business Subcontracting Plan, with Alternate I Statute   52.219-9 with Alt II Small Business Subcontracting Plan, with Alternate II Statute   52.219-9 with Alt III Small Business Subcontracting Plan, with Alternate III Statute   52.219-9 with Alt IV Small Business Subcontracting Plan, with Alternate IV Statute  X 52.219-14 Limitations on Subcontracting Statute   52.219-16 Liquidated Damages Subcontracting Plan Statute   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   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   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   52.222-50 with Alt I Combating Trafficking in Persons, with its Alternate I Statute   52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements Other   52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements Other   52.222-54 Employment Eligibility Verification EO   52.222-62 Paid Sick Leave Under Executive Order 13706 EO   52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items Statute   52.223-9 with Alt I Estimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate I Statute   52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons Statute   52.223-12 Maintenance Statute   52.223-20 Aerosols Statute   52.223-21 Foams Statute   52.223-23 Sustainable Products and Services Statute   52.224-3 Privacy Training Statute   52.224-3 with Alt I Privacy Training, with Alternate I Statute   52.225-1 Buy American-Supplies Statute   52.225-1 with Alt I Buy American-Supplies, with Alternate I Statute   52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act Statute   52.225-3 with Alt II Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate II Statute   52.225-3 with Alt III Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate III Statute   52.225-3 with Alt IV Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate IV Statute   52.225-5 Trade Agreements Statute   52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States Other   52.225-26 Contractors Performing Private Security Functions Outside the United States Statute   52.226-4 Notice of Disaster or Emergency Area Set-Aside Statute   52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area Statute   52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving EO   52.229-12 Tax on Certain Foreign Procurements Statute   52.232-29 Terms for Financing of Commercial Products and Commercial Services Statute   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   52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management Statute   52.232-36 Payment by Third Party Statute   52.232-40 Providing Accelerated Payments to Small Business Subcontractors Statute   52.232-9X 52.232-9X, Fast Payment Procedure Statute   52.233-3 Protest After Award Statute   52.233-4 Applicable Law for Breach of Contract Claim Statute   52.240-91 Security Prohibitions and Exclusions Statute   52.240-91 with Alt I Security Prohibitions and Exclusions, with Alternate I Statute   52.240-92 Security Requirements Other   52.240-92 with Alt II Security Requirements with Alternate II Other   52.240-93       52.244-6 Subcontracts for Commercial Products and Commercial Services Statute   52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Statute   52.247-64 with Alt I Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I Statute   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   16 In certain contract types (see 12.104)  X 17 When including options   27 When necessary to delineate rights in certain types of data (see 12.106)   36 In construction contracts   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

    Key dates

    1. October 30, 2025Posted Date
    2. November 14, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    V002--COPY OF 554 (S) MOVING SERVICES FOR ECHCS (VA-26-00009137) is a federal acquisition solicitation issued by DEPARTMENT OF VETERANS AFFAIRS. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.