6525--Lead Aprons
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
This is a combined synopsis/solicitation set aside for Total Service-Disabled Veteran-Owned Small Business 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 separate written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26226Q0141
The Department of Veterans Affairs Tucson Healthcare System is looking to purchase lead aprons and accessories equivalent to the items listed below. The contractor shall furnish all supplies to VA Tucson Healthcare System, 3601 S 6th Ave, Tucson, AZ 85723 in accordance with section B.2 SALIENT CHARACTERISTICS under this solicitation. Shipping cost must be included in the total cost.
No remanufacturers or gray market items will be acceptable. Vendor shall be an Original
Equipment Manufacturer (OEM), authorized dealer, authorized distributor, or authorized
reseller verified by an authorization letter or other documents from the OEM. The letter
must either state specific product(s) quoted or the quoter is an authorized distributor for
all the manufacturer s products. This letter or corresponding document must be on the
manufacturer s letterhead and contain the signature of an authorized official for the
manufacturer.
CLIN
DESCRIPTION
QTY
UOM
0001
AADCO Medical 48" RACK 20 REG HANGERS Product# R-402C or equal
1
EA
0002
AADCO Medical Magnalatch ComfortLite Thyroid Shield Product# LP-C800MC or equal *In multiple patterns*
27
EA
0003
AADCO Medical Magnalatch ComfortLite Thyroid Shield *Custom LG* Product# LP-C801MC or equal
1
EA
0004
AADCO Medical Apron Attached Belt with Velcro, removable belt, and buckle closure Product# LP-BELTUP or equal
7
EA
0005
AADCO Medical .35MM ComfortLite Kilt Female Medium or equal *In multiple patterns*
1
EA
0006
AADCO Medical .35MM ComfortLite Kilt Female Large or equal *In multiple patterns*
3
EA
0007
AADCO Medical .35MM ComfortLite Kilt Male Large or equal *In multiple patterns*
3
EA
0008
AADCO Medical .5MM ComfortLite Kilt Male Large Product# LP-CX686 or equal
1
EA
0009
AADCO Medical .35MM ComfortLite Vest Female Medium or equal *In multiple patterns*
1
EA
0010
AADCO Medical .35MM ComfortLite Vest Female Large or equal *In multiple patterns*
2
EA
0011
AADCO Medical .35MM ComfortLite Vest Female Size 14 or equal *In multiple patterns*
1
EA
0012
AADCO Medical .35MM ComfortLite Vest Male Large or equal *In multiple patterns*
2
EA
0013
AADCO Medical .35MM ComfortLite Vest Male XL or equal *In multiple patterns*
1
EA
0014
AADCO Medical .35MM ComfortLite Vest Male Size 50 or equal *In multiple patterns*
1
EA
0015
AADCO Medical .5MM ComfortLite Vest Male XL Product# LP-CX683 or equal
1
EA
0016
AADCO Medical .35MM ComfortLite S Buckle Male XL Product# LP-CA203 or equal
1
EA
0017
AADCO Medical .35MM ComfortLite S Buckle Male Large Product# LP-CA202 or equal
1
EA
0018
AADCO Medical .35MM ComfortLite Waist Adjustment Female Medium Product# LP-CA106 or equal *In multiple patterns*
1
EA
0019
AADCO Medical .35MM ComfortLite Waist Adjustment Female Large Product# LP-CA107 or equal *In multiple patterns*
3
EA
0020
AADCO Medical .35MM ComfortLite Waist Adjustment Female XL Product# LP-CA108 or equal *In multiple patterns*
2
EA
0021
AADCO Medical .35MM ComfortLite Waist Adjustment Female XXL Product# LP-CA110 or equal *In multiple patterns*
4
EA
0022
AADCO Medical .35MM ComfortLite Waist Adjustment Male Medium Product# LP-CA101 or equal *In multiple patterns*
1
EA
0023
AADCO Medical .35MM ComfortLite Waist Adjustment Male Large Product# LP-CA102 or equal *In multiple patterns*
2
EA
0024
AADCO Medical .35MM ComfortLite Waist Adjustment Male XL Product# LP-CA103 or equal *In multiple patterns*
2
EA
0025
AADCO Medical .35MM ComfortLite Waist Adjustment Tailored Size Product# LP-CA111 or equal
2
EA
0026
AADCO Medical ComfortLite Length Adjustment 4 or equal
11
EA
0027
AADCO Medical ComfortLite Length Adjustment 2 or equal
4
EA
0028
AADCO Medical ComfortLite Wraparound Male Size 46 Product# LP-CA702-5 or equal
1
EA
0029
AADCO Medical ComfortLite Sleeve Large Custom Product# LP-C831C or equal
2
EA
0030
AADCO Medical Monogram or equal *Personal embroidery required, and in multiple colors*
54
EA
0031
AADCO Medical Monogram *Add ELG-0549 Below monogram* or equal
1
EA
0032
AADCO Medical Nametags or equal *Personal embroidery required, and in multiple colors*
28
EA
0033
AADCO Medical Premium Material Arpon Product# LP-CLU or equal
18
EA
0034
AADCO Medical Premium Material Thyroid Product# LP-CLTU or equal
16
EA
The solicitation will be in accordance with FAR part 12, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 339113, Size Standard 800 Employees. The Contractor Combined Synopsis/Solicitation Notice shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award.
Please note 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. Examples include 52.222-25, Affirmative Action
Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications
Commercial Products and Commercial Services. Contracting officers will not consider these
representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations
in SAM.
In advancement of Section 2 of Executive Order 14208, the removal of requirements related to
Executive Order 14057 eliminates all non-statutory sustainability requirements or preferences in
purchases of food service wares, including paper straws. In addition to removing requirements
related to Executive Order 14057, the attachment also reflects recent updates to Code of
Federal Regulation citations for the U.S. Department of Agriculture s BioPreferred® Program, a
statutory purchasing preference program.
Key solicitation milestones are:
Submit any questions regarding this procurement via email to Melissa.Ramirez8@va.gov no later than 10am Pacific Time Wednesday December 3rd, 2025. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted to contract opportunities at http://SAM.gov.
Due to time constraints, responses to the solicitation shall be due on Tuesday, December 9th, 2025 at 10:00 Pacific Time. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to Melissa Ramirez, Contracting Specialist at Melissa.Ramirez8@va.gov with " 36C26226Q0141, Lead Aprons in the subject line. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.SAM.gov to do business with the Government. Ensure your registration is correct, current and has not expired.
Additionally, The Limitation of Subcontracting VAAR 852.219-76 certification must be
completed and returned in its entirety with the offer. VA Notice of Limitations on
Subcontracting - Certificate of Compliance: To be eligible for evaluation and consideration for
award, offerors must return the entire Limitations on Subcontracting Certificate of Compliance
clause containing a fully completed certification at the time offers are due or the offer will be
rejected and not forwarded for evaluation. In addition to completing the offeror fill-in
requirements for this clause, offerors must insert the offeror s name in the brackets containing
the following verbiage [Insert Name of Offeror] to have a fully completed certification. Failure
to submit a completed and signed certification with the offer will render the offer
ineligible for award and will result in the offer not being considered. No exceptions will be
made.
If you are a manufacturer: A manufacturer (the clause uses the term other than a
nonmanufacturer ) must check paragraph (a)(1)(i) agreeing that it will not pay more than 50%
of the amount paid by the government to it to firms that are not certified SDVOSBs . . . or
certified VOSBs as listed in the SBA certification database. A manufacturer must also check
paragraph (a)(2)(i) to indicate that it is the manufacturer or producer of the end item being
procured and that the end item is manufactured or produced in the United States.
If you are a nonmanufacturer: A nonmanufacturer must check paragraphs (a)(1)(ii), ALL
appropriate boxes under (a)(2)(ii), AND (a)(2)(iii). Please note if checking section (a)(2)(ii)
Nonmanufacturer, subsequent box three "The offeror certifies that it will take ownership or
possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with
industry practice still applies if items being offered will be drop shipping from OEM, the offeror
is ensuring items are delivered within industry practice.
All offerors MUST complete and/or provide following:
A complete quote/pricing with estimated lead time.
The brand name and model number of offering. If offer is an equal to, offeror quotations must demonstrate and submit documentations proving that their offer meets or exceeds ALL the salient characteristics included in this solicitation, otherwise, they will be considered nonresponsive and not be considered for award.
An authorized letter or other documents signed by OEM in order to verify the offeror s authorized dealer, authorized distributor, or authorized reseller status IAW VAAR 852.212-71 Gray Market and Counterfeit Items.
A fully completed and signed certification of C.8 VAAR 852.219-76 VA Notice of
Limitation on Subcontracting Certificate of Compliance for Supplies and Products.
If applicable, please complete E.6 52.225-2 BUY AMERICAN CERTIFICATE.