Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2026 SAM #8815
MODIFICATION

43 -- RFQ: Environmental Sensors, Pressure Probes, Transmitters, and Probes, for the New York Harbor.

Notice Date
1/12/2026 12:15:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24226Q0248
 
Response Due
1/19/2026 1:00:00 PM
 
Archive Date
01/24/2026
 
Point of Contact
Rondon, Jonatan, Contracting Officer, Phone: 212-686-7500 ex. 16490
 
E-Mail Address
jonatan.rondon@va.gov
(jonatan.rondon@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
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, FAC Number 2025-06, effective date of 10/01/2025. This solicitation is set-aside for SDVOSB, Service Disabled Veteran Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 employees. The FSC/PSC is 4310. The Department of Veterans Affairs Manhattan VA Medical Center requires the procurement and installation of new or replacement pressure monitoring probes for three designated clinical departments: - Emergency Room (ER) Isolation Room - Sterile Processing Service (SPS) Storage Room - Surgical Intensive Care Unit (SICU) Isolation Room This work includes delivery, installation, testing, and commissioning of new sensors and replacement of faulty units. All interested companies shall provide quotations for the following: - CCC 10080-DT-032 NIST Traceable Internal/External Temperature Sensor (Qty 5) - CCC 10071-032 NIST Traceable Internal Temperature + Remote Sensor (Qty 20) - CCC 10108-03-A NIST Traceable 24V 0.1 High Resolution Pressure Differential Monitor (Qty 10) - CCC 10113-032 NIST Traceable Solid Simulator Probe 6 (Qty 5) - CCC 10610-AN Analog Transmitter Installation Kit (Qty 40) Scope of Work Pre-Installation Activities - On-site walk-through with VA Engineering & Infection Control. - Inspect existing systems and determine necessary replacements or new installations. - Verify integration requirements and mounting/wiring needs. Installation Activities - Install pressure differential probes and temperature sensors. - Replace faulty sensors as identified. - Install analog transmitter assemblies. - Ensure compliance with VA standards, ASHRAE 170, and ICRA protocols. Calibration & Commissioning - Perform full NIST-traceable calibration. - Test alarms, BAS integration, and pressure performance. - Provide commissioning report to VA Engineering. Documentation & Training - Provide calibration certificates. - Provide as-built documentation. - Provide warranty papers and brief staff training. Contractor Responsibilities Contractor will provide all labor, materials, tools, safety equipment, and site cleanup while following infection control procedures. VA Responsibilities VA will provide access, infection control coordination, and necessary power/network connectivity. Project Deliverables - Completed installation in all units. - Operational and calibrated monitoring systems. - Certification package and training. Warranty Manufacturer standard equipment warranty and minimum 1-year labor warranty. Line No. Quantity UOM Item Description 1 5 EA CCC 10080-DT-032 NIST Traceable Internal/External Tempera 2 20 EA CCC 10071-032 NIST Traceable Internal Temperature + Re 3 10 EA CCC 10108-03-A NIST Traceable 24B/0.1 High Resolution P Pressure Differential Monitor Lumity 4 5 EA CCC 10113-032 NIST Traceable Solid Simulator Probe-6 5 40 EA CCC 10610-AN Analog Transmitter Installation The purchase order/contract period of performance is to be delivered within 30-45 days after award. Place of Performance/Place of Delivery VA New York Harbor Healthcare System Margaret Cochran Corbin VA Medical Center 423 East 23rd Street New York, NY 10010 Manhattan, 4th Floor The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions and clause apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include (1) The solicitation number; (2) The name, address, telephone number of the Offeror; (3) The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; (4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation; (5) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and (6) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2) Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4) Offerors may withdraw their offers by written notice to the Government received at any time before award. (d) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror s initial offer should contain the Offeror s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. (e) Debriefings. If a post award debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1) The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer. (2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award. (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. (End of provision) VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) [ ] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2)The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. 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) 52.225-2 Buy American Certificate. As prescribed in 25.1101(a)(2), insert the following provision: Buy American Certificate (Oct 2022) (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, ""domestic end product,"" ""end product,"" and ""foreign end product"" are defined in the clause of this solicitation entitled ""Buy American-Supplies."" (b) Foreign End Products: Line Item No. Country of Origin Exceeds 55% domestic content (y/n) (b)[List as necessary] (c) Domestic end products containing a critical component: Line Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. Name: ____________________________ Signature: __________________________ (End of provision) All quoters shall submit the following: One (1) quote in PDF format One (1) Filled out and signed Limitations on Subcontracting in PDF format One (1) Filled out and signed Buy America Certificate in PDF format All quotes shall be sent to the following email address: Jonatan.rondon@va.gov Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Comparative Evaluations may be considered for this procurement. The government shall evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. 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. 52.212-3 Offeror Representations and Certifications. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) 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. Submission of your response shall be received not later than Monday, January 19th, 2026, at 1600 EST. at Jonatan.rondon@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). 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: Contracting Officer Jonatan Rondon Jonatan.rondon@va.gov 212-686-7500 ex. 16490 Network Contracting Office 2 VA New York Harbor Healthcare System Margaret Cochran Corbin VA Medical Center 423 East 23rd Street New York, NY 10010
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6dcc4a37e6154672b2842bd615f27aa2/view)
 
Place of Performance
Address: New York Harbor Healthcare System Margaret Cochran Corbin VA Medical Center 423 East 23rd Street, New York 10010
Zip Code: 10010
 
Record
SN07683520-F 20260114/260112230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.