7830--TRM 835 TREADMILL. MUST COMPLETE BUY AMERICAN CERTIFICATE. "BRAND NAME OR EQUAL TO PRECOR IAW SOW". OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NON-RESPONSIVE.

SOL #: 36C24526Q0214Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
245-NETWORK CONTRACT OFFICE 5 (36C245)
LINTHICUM, MD, 21090, United States

Place of Performance

Place of performance not available

NAICS

Sporting and Athletic Goods Manufacturing (339920)

PSC

Recreational And Gymnastic Equipment (7830)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 9, 2026
2
Submission Deadline
Jan 15, 2026, 5:00 PM

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.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information

Document Type:

Combined Solicitation/Synopsis

Solicitation Number:

36C24526Q0214

Posted Date:

Friday, January 9, 2026

Response Date:

Thursday, January 15, 2026

Product or Service Code:

7830

Set Aside:

Total Small Business Set-aside

NAICS Code:

339920, Sporting and Athletic Goods Manufacturing.

Contracting Office Address

The Department of Veterans Affairs

Network Contracting Office 5

Baltimore VA Medical Center

10 North Greene Street

Baltimore, MD 21201.

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items. RFO FAR 12.2 Solicitation, Evaluation, and Award for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation.

This solicitation is a request for quotations (RFQ). The government anticipates awarding a firm-fixed price purchase order resulting from this solicitation. This request for quotations (RFQ) is for single award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339920, Sporting and Athletic Goods Manufacturing with a small business size standard of 750 employees. Set-Aside: Total Small Business Set-aside.

SDVOSB s Offerors must be verified in the SBA Small Business Search Database: https://search.certifications.sba.gov/, at the time of receipt of quotes and at the time of award.

The Department of Veterans Affairs, Network Contracting Office 5, Baltimore VA Medical Center, 10 North Greene Street, MD 21201 is soliciting quotations from all small businesses to provide TRM 835 Treadmill Brand Name or Equal to Precor IAW SOW at the VISN 05 facility listed below. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below.

All interested companies shall provide quotation(s) for the following: (See Attachments).

Place of Performance: VISN 05 Medical Center.

Baltimore VA Medical Center

10 North Greene Street

Baltimore, MD 21201

Hours of Operation:

The Baltimore VAMC requires the contractor to deliver within 60 days from the contract award to the VA medical facility warehouse above during normal business hours from 8:00 AM to 3:30 PM (EST), Monday through Friday.

Government Responsibilities:

No Government Furnished Property (GFP) will be provided.

The Government will provide access to areas and an escort when required by participating in Medical Center policy.

The Government will provide applicable VA Polices, Handbooks, Guides, Regulations and Medical Center Memorandums

The Government will unilaterally award Task Orders to fund the required services for each facility.

The Contract Specialist for this contract will be:

Mohsin Abbas

Mohsin.Abbas2@va.gov.

The Government Point of Contact for this Requirements will be:

VA POC: Jamie Giffuni

Email: Jamie.Giffuni@va.gov.

E. Price Schedule:

The contractor must provide a price quote for each CLIN delineated in Attachment 2 to be considered for award.

** See Attachment 2: Price Quote Contract Line-Item Number (CLIN) Table **

F. Evaluation of Quotes:

The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. 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.

** See Details in 52.212-2 Evaluation Commercial Items **

Specific quote requirements are detailed in attached FAR 52.212-1 Instructions to Offerors Commercial Items .

Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted in accordance with RFO 12.203 - Evaluation. See Details in 52.212-2. The Government will compare quotes to one another to select the quote that best benefits the Government by fulfilling the requirement.

Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote.

Once the Government determines there is/are a contractor(s) that can provide a product that meets(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues.

G. Clauses and Provisions:

The clauses and provisions for this solicitation are found in Attachment S02 Attachment 1 RFQ 36C24526Q0214. The Clauses and Provisions provide additional information regarding the requirements for quote submission and evaluation.

This is an open-market combined synopsis/solicitation for supplies as defined herein.  The government intends to award firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Orders will then be placed against this contract. 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:"

Offeror shall list exception(s) and rationale for the exception(s).

All quotations shall be sent via email to Mohsin Abbas, Contract Specialist,

Mohsin.Abbas2 @va.gov . Submission shall be received no later than 12:00 EST on January 15, 2026. Late submissions shall not be accepted. FAR 52.212-1(f)(1), RFO 52.212-1(c)(1). Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Government s timely receipt of their quote.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Mohsin Abbas, Mohsin.Abbas2@va.gov.

People

Points of Contact

Mohsin AbbasContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 9, 2026
7830--TRM 835 TREADMILL. MUST COMPLETE BUY AMERICAN CERTIFICATE. "BRAND NAME OR EQUAL TO PRECOR IAW SOW". OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NON-RESPONSIVE. | GovScope