1. Introduction: A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. B. This solicitation is not restricted to any particular business size requirement (i.e., it is full and open competition). The applicable NAICS code is 541990 and the Small Business Size Standard is $16.5 million. C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-02. The full text of the provisions and clauses can be obtained from the following websites: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/. 2. Responding to this solicitation. Offeror must submit its offer via Email to James.Whisner@va.gov. Offeror must provide the following information with its offer: A. Legal entity name, address, SAM UEI of your company; B. Information that demonstrates: (1) Your company s experience performing Radiation Safety Officer services for VA Medical Centers or other Federal agencies. (2) Your Radiation Safety Officer who ll be performing the services under the contemplated contact meets the technical requirements (e.g., education, certification, work experience, knowledge, etc.) specified in Paragraph 4 of the SOW. C. Completed Price Schedule for CLIN 0001 (see the Price Schedule Attachment for CLIN description). Enter the unit price and amount (Amount = Quantity X Unit Price) for the CLIN and the Grand Total; 3. Date & time offers are due: April 8, 2025. 4. Evaluation-Commercial Items. The Government intends to perform a comparative evaluation of offers in accordance with FAR 13.106-2(b)(3) to determine which offer provides the best benefit to the Government. The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum but is not required to select a response that exceeds the minimum if it provides no value or benefit to the Government. 5. Description of Work: A. Contractor shall provide a dedicated, primary Radiation Safety Officer (RSO) for the Washington DC VAMC to perform RSO duties onsite at the Washington DC VAMC, 3 days per week, at 8 hours per day (8 AM 4:30 PM). The period of performance for this contract will be 5 months (May 1 Sept 30, 2025). (See the Work Statement attachment for more details.) B. Contract Line Item Numbers, quantities, unit of measure: (see the Price Schedule attachment). 6. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, including the following addenda: A. 52.204-7, System for Award Management (OCT 2024); B. 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); C. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021); D. 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023). 7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. 8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, including the following addenda: A. 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); B. 52.204-13, System for Award Management Maintenance (OCT 2018); C. 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); D. 852.201-70, Contracting Officer s Representative (DEC 2022); E. 852.203-70, Commercial Advertising (MAY 2018); F. 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION); G. 852.215-71, Evaluation Factor Commitments (OCT 2019); H. 852.223-71, Safety and Health (Sep 2019); I. 852.232-72, Electronic Submission of Payment Requests (NOV 2018); J. 852.237-75, Key Personnel (OCT 2019). 9. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition, including the additional FAR clauses cited in the clause: A. 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018); C. 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) D. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025); E. 52.219-28, Post Award Small Business Program Rerepresentation (JAN 2025); F. 52.222-3, Convict Labor (JUNE 2003); G. 52.222-21, Prohibition of Segregated Facilities (APR 2015); H. 52.222-26, Equal Opportunity (SEPT 2016); I. 52.222-35, Equal Opportunity for Veterans (JUN 2020); J. 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); K. 52.222-37, Employment Reports on Veterans (JUN 2020); L. 52.222-50, Combating Trafficking in Persons (NOV 2021); M. 52.222-54, Employment Eligibility Verification (JAN 2025); N. 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021); O. 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024); P. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); Q. 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024)