Pacific Continental Midwest Equipment Supply TIERED RFQ
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.
Quick Summary
The Department of Veterans Affairs (VA), National Cemetery Administration (NCA), is soliciting quotes for grounds maintenance and construction equipment to support cemetery operations across its Pacific, Continental, and Midwest Districts. The VA intends to establish multiple Blanket Purchase Agreements (BPAs) for commercially available equipment. This acquisition utilizes a tiered evaluation approach, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB). Quotes are due by March 16, 2026, 4:00 PM PT.
Scope of Work
The BPAs will cover the supply and delivery of various cemetery equipment, including grounds equipment, construction equipment, and trailers. Examples include tractors, turf equipment, skid steer loaders, compact track loaders, backhoes, excavators, bulldozers, trenchers, rollers, and various types of trailers. Offerors must be authorized resellers or distributors for equipment manufacturers. Key requirements include providing new, commercial-grade equipment, full manufacturer's warranty, and ensuring compliance with safety and environmental standards. Optional services like assembly, installation, training, or maintenance support may also be required.
Contract Details
- Contract Type: Multiple Blanket Purchase Agreements (BPAs). These will be unpriced, with pricing determined at the order level.
- Period of Performance: A base period of 12 months, with four (4) additional 12-month option periods, for a total possible BPA duration of 5 years.
- Delivery: Anticipated within 120 days After Receipt of Order (ARO), with specific schedules agreed upon at the order level. Delivery is FOB Destination and requires 72-hour advance coordination.
- Ordering: Orders will be competed among BPA holders on a best value basis. No minimum quantity or dollar amount is guaranteed.
Eligibility / Set-Aside
This acquisition employs a Tiered Set-Aside Approach:
- Tier 1: Service-Disabled Veteran-Owned Small Businesses (SDVOSB)
- Tier 2: Veteran-Owned Small Businesses (VOSB)
- Tier 3: Other Small Businesses (if adequate competition is not met in Tiers 1 & 2). The procurement is subject to an SBA-approved class waiver of the Nonmanufacturer Rule.
Submission & Evaluation
- Submission Deadline: Quotes are due by March 16, 2026, 4:00 PM PT.
- Submission Method: Email quotes to brian.trahan@va.gov.
- Evaluation Factors:
- Factor 1 – Technical Capability (Acceptable/Unacceptable): Assesses equipment categories supported, manufacturer authorization, supply chain, delivery, and warranty support.
- Factor 2 – Administrative Compliance (Pass/Fail): Confirms SAM registration, SDVOSB/VOSB verification (if applicable), authorized reseller documentation, and required submission documents.
Additional Notes
- Questions are due by March 12, 2026, 4:00 PM PT.
- Offerors must be registered in SAM.
- The solicitation incorporates FAR provisions and clauses in effect through FAC 2025-06.