The document outlines a combined synopsis and solicitation notice for a five-year services contract for the testing, adjusting, and balancing (TAB) of ventilation systems at the Miami VA Healthcare System and associated sites. The contract requires comprehensive technical support, including equipment, labor, and materials necessary for annual TAB of 260 designated rooms to comply with established VA standards and various federal regulations. Key requirements include the use of certified equipment, adherence to infection control procedures in sensitive areas, and the timely delivery of detailed reports documenting testing results. The contractor must employ personnel with a minimum of 10 years' experience in ventilation system services and relevant certifications. Performance will be monitored via a Quality Assurance Surveillance Plan, ensuring compliance with established standards. Contractor personnel must operate under the supervision of their own management and are prohibited from being supervised by government staff, emphasizing the non-personal nature of the services required. This solicitation reflects the government's commitment to maintaining healthcare environments conducive to safety and patient care.
The Presolicitation Notice outlines a federal Request for Proposal (RFP) for a five-year contract focused on testing and balancing the ventilation system at the Miami VA Medical Center, located at 1201 NW 16th Street, Miami, FL. The solicitation number for this proposal is 36C24825Q0173, with responses due on April 30, 2025, by 12:00 PM Eastern Time. This notice is designated as a Small Business Administration (SBA) set-aside and falls under the Product Service Code H241 and the NAICS Code 238220.
In addition to basic information, the notice includes updates on attached documents, including responses to previously posed questions and stipulations regarding limitations on subcontracting. The point of contact for further inquiries is Contract Specialist Sallieann Wilson, reachable via email or phone.
The document serves as a formal notice to solicit interest from potential contractors, detailing both the requirements and conditions under which proposals will be evaluated, showcasing the Department of Veterans Affairs' ongoing commitment to maintaining their facilities to standard.
The Department of Veterans Affairs has issued an amendment to a combined solicitation for a five-year testing and balancing project of the ventilation system at the Miami VA Healthcare System. The solicitation number is 36C24825Q0173, with a response deadline set for May 5, 2025, at 12:00 PM Eastern Time. A mandatory site visit is scheduled for April 28, 2025, at 11:00 AM in the West Parking Lot Security area of the facility. Interested bidders can contact Contract Specialist Sallieann Wilson for inquiries and engineering contacts Kenny Taveras and Jose Orta for technical questions. The project is categorized under the Product Service Code H241 with NAICS code 238220. This amendment serves to clarify aspects of the previous solicitation, reflecting the government's ongoing effort to maintain and upgrade infrastructure within VA facilities, ensuring compliance with relevant standards and safety regulations. The process signifies the commitment to providing quality healthcare environments for veterans through proper equipment maintenance and systematic evaluations.
The Miami VA Healthcare System has issued Request for Quote (RFQ) 36C24825Q0173 for a 5-year contract focused on the testing and balancing of its ventilation system. This solicitation invites written quotes from small businesses registered with the System for Award Management (SAM), ensuring compliance with federal guidelines. The project involves awarding a Firm-Fixed Base contract with four optional years. Quotations must be submitted electronically in Microsoft Word or PDF format by April 30, 2025, with questions directed to the designated contact by April 21, 2025. The procurement falls under the North American Industrial Classification Standard 541380, tailored for Testing Laboratories and Services, and emphasizes an environmentally friendly approach by specifying electronic submissions. The Miami VA aims to enhance its engineering services through this initiative while supporting small business engagement.
The document outlines responses to inquiries regarding a federal procurement process related to service contracts. The main points include clarification on subcontracting rules, indicating that the prime contractor must perform at least 51% of the work as stipulated by VAAR 852.219-74. It notes that there currently are no scheduled site visits for the locations that require services. The contract in question is a new initiative, replacing a previous contract held by PENN AIR CONTROL INC. that was active from September 23, 2019, until September 22, 2024. The absence of an incumbent contractor may indicate a fresh opportunity for new bidders to engage in providing the required services, signaling a shift in provider responsibilities within the outlined scope.
The Miami Veterans Affairs Medical Center (MIAMI VAMC) is scheduling a site visit for interested parties regarding a Request for Quotation (RFQ). The visit is set for April 28, 2025, at 11:00 AM, conducted at the west parking lot of the facility, located at 1201 16th Street, Miami, FL. Attendees can contact engineering representatives Kenny Taveras at (305) 970-3244 or Jose Orta at (786) 961-4078 for more information. Quotations are due by May 5, 2025, at 12:00 PM EST. This RFP process emphasizes the government's aim to obtain detailed proposals from vendors, ensuring transparency and competitive pricing for necessary services or products. The outlined logistics for the site visit play a crucial role in facilitating communication and understanding between the contracting agency and prospective suppliers, as part of the broader framework of federal procurement practices.
The document provides a comprehensive air balance analysis for multiple projects within the Bruce W. Carter Veterans Affairs Medical Center, focusing on various patient care, research, and operating room areas. It details room specifications, including dimensions, pressure requirements, air changes, and operational performance against design specifications. The analysis reveals a total of 487 rooms tested across different projects, with 71 deemed highly critical and 216 categorized as lower critical. The report specifies the need for adjustments to air supply, return, and exhaust systems in several rooms where discrepancies were noted, indicating whether each area passed or failed to meet required airflow metrics. This evaluation is critical for ensuring a safe and compliant medical environment, supporting the Department of Veterans Affairs' commitment to patient and staff safety in alignment with federal standards and regulations. The document serves as a foundation for future assessments and potential improvements, emphasizing the importance of maintaining effective air quality in healthcare settings.
The VAAR 852.219-74 outlines the limitations on subcontracting within contracts resulting from the solicitation, in compliance with FAR 52.219-6 and 13 CFR 125.6. It emphasizes that the Contracting Officer may utilize support contractors to monitor the Contractor’s adherence to these limitations. These support contractors will require access to the Contractor’s business records and proprietary data to evaluate compliance effectively. To safeguard this sensitive information, they must sign a non-disclosure and conflict of interest agreement. Should the support contractor services qualify as advisory and assistance per FAR definitions, a separate agreement to protect proprietary information is required. The Contractor is mandated to fully cooperate and provide necessary documentation for the Contracting Officer's compliance assessment. This regulation underscores the importance of maintaining compliance and protecting proprietary information in federal and state contracting environments.