J041--Kitchen Hood and Duct Cleaning
ID: 36C25925Q0174Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotations for Kitchen Hood and Duct Cleaning services at the Fort Harrison VA Medical Center in Montana. The procurement aims to ensure compliance with health and safety standards by requiring the contractor to provide all necessary labor, equipment, and materials for thorough cleaning every four months, adhering to NFPA 96 and IKECA standards. This service is critical for maintaining operational hygiene and safety within the facility, with the contract spanning from March 1, 2025, to February 28, 2029, and includes four optional renewal periods. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their offers by February 19, 2025, at 10:00 AM Mountain Time, and can direct inquiries to Contract Specialist Aaron Thurber at aaron.thurber@va.gov.

    Point(s) of Contact
    Aaron ThurberContract Specialist
    (303) 712-5745
    aaron.thurber@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) seeks quotations for Kitchen Hood and Duct Cleaning services at the Fort Harrison VA Medical Center. This solicitation (36C25925Q0174) is categorized as a Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), as defined by NAICS code 561790. Interested contractors must submit offers by February 19, 2025, at 10:00 AM Mountain Time. The contract comprises a base year and four optional renewal years, with performance starting on March 1, 2025, and concluding by February 28, 2029. Quotations should include pricing, a technical approach summary, and details of past performance in similar services. Evaluation criteria will focus on technical capability, price, and past performance, aiming to identify the best value for the government. Potential quoters must also be registered in the System for Award Management (SAM) to qualify for consideration. The procurement emphasizes compliance with various federal regulations and policies, aiming to ensure high standards of performance and accountability in contract execution. The document emphasizes electronic communication for submissions and inquiries, reflecting a modern approach to procurement processes.
    The Statement of Work outlines the requirements for a contractor to perform kitchen hood and duct cleaning at the Fort Harrison VA Medical Center in Montana. The contractor must provide all necessary labor, equipment, and materials while ensuring personnel are trained and certified according to NFPA 96 and IKECA standards. Key tasks include the thorough removal of grease and contaminants using various approved cleaning methods, including hot water and steam cleaning. The cleaning process is scheduled to occur every four months, coordinated with facility management to avoid disruption. Safety protocols must be followed, including lockout/tagout procedures for electrical systems and maintaining fire safety systems. After cleaning, the contractor must provide a certificate of service and ensure that all systems returned to normal operation are properly tagged. Compliance with NFPA standards and timely reporting of any identified deficiencies are also required, maintaining high quality and safety standards throughout the process. This RFP is part of the government's effort to maintain safe and compliant environments in its facilities.
    The document outlines a government Request for Proposal (RFP) for Kitchen Hood and Duct Cleaning Services across multiple line items. Each item (0001 to 4001) specifies that the services must be performed in accordance with the Statement of Work (SOW). The contract spans a base period starting March 1, 2025, through March 1, 2029, with four optional extensions to extend service availability until March 1, 2030. Each year requires a quantity of six jobs to be priced under the relevant product/service code (J041), corresponding to the principal NAICS code 561790 for other services to buildings and dwellings. The structure emphasizes a clear timeline of contract terms and quantity requirements, ensuring consistent maintenance of kitchen hoods and ducts across the designated timeframe. The comprehensive cleaning service is vital for compliance with health and safety standards, indicating the government’s commitment to maintaining operational hygiene in facilities.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor. It specifically addresses minimum wage requirements based on recent Executive Orders, notably for contracts awarded on or after January 30, 2022, which mandates a minimum wage of $17.75 per hour. The document details wage rates for various occupations in specific counties in Montana, highlighting roles in administrative support, automotive services, health occupations, and more, along with their corresponding pay rates. Additionally, the document establishes fringe benefits requirements, such as health and welfare benefits, paid sick leave, and vacation time. It notes compliance regulations for contractors, including a conformance process for any unlisted job classifications on contracts. This document serves as a guide for contractors to ensure compliance with federal wage requirements, thereby promoting fair labor standards within government contracts and grants.
    The VA Notice of Limitations on Subcontracting serves as a certification requirement for contractors seeking awards related to services and construction. Under 38 U.S.C. 8127, contractors must ensure that a specified percentage of the contract value is retained for performance by certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For service contracts, no more than 50% of the funds can flow to non-certified firms, while general construction contracts allow for 85%. Special trade construction limits this to 75%. The contractor must present appropriate documentation to the VA to verify compliance, including invoices and subcontract records. Failure to adhere to these regulations could result in serious penalties, including potential criminal prosecution and financial fines. This certification is essential for maintaining fair opportunity for veteran-owned businesses in federal contracting, ensuring that they are not unfairly sidelined. To be eligible for contract awards, the formal certification must be completed, signed, and returned with proposals, as offers lacking this certification will be deemed ineligible.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J041-- Quarterly Power Washing of Kitchen Vent Hoods and Exhaust Cleaning (5 total vent hoods)
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for quarterly power washing and exhaust cleaning services for kitchen vent hoods at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The procurement involves cleaning five kitchen exhaust systems, ensuring compliance with NFPA 96 and The Joint Commission standards, and requires completion of services within 90 to 100 days post-award. This contract is set aside for small businesses and includes a base period of one year with four optional renewal years, emphasizing safety and regulatory compliance. Interested vendors must submit quotes by February 13, 2025, and direct any questions to Contract Specialist Rhonda Gibson at rhonda.gibson2@va.gov.
    J045--DUCT CLEANING BASE + 4OYS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide duct cleaning services at the Clement J. Zablocki Medical Center in Milwaukee, WI, under the solicitation titled "J045--DUCT CLEANING BASE + 4OYS." The contractor will be responsible for cleaning central fan systems, associated ductwork, and other mechanical systems, ensuring compliance with safety regulations and facility requirements. This procurement is crucial for maintaining a clean and safe healthcare environment, emphasizing the importance of air quality in medical facilities. Interested parties must submit their bids by February 10, 2025, following a mandatory site visit scheduled for January 29, 2025, and can direct inquiries to Contract Specialist Susan Pasholk at susan.pasholk@va.gov.
    Hood and Duct Cleaning - Vandenberg SFB, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Hood and Duct Cleaning Services at Vandenberg Space Force Base (VSFB) in California. This procurement, identified as Request for Quote Number FA461025Q0008, is aimed at ensuring compliance with National Fire Protection Association (NFPA) standards through systematic cleaning of commercial exhaust systems across multiple facilities. The contract will be a Firm Fixed Price (FFP) arrangement, with a performance period from April 1, 2025, to March 31, 2026, and options for four additional years, plus a potential six-month extension. Interested vendors must submit their quotes by February 24, 2025, and are encouraged to attend a site visit on February 11, 2025, to familiarize themselves with the locations involved. For further inquiries, contact Tina Cox at Tina.Cox.4@spaceforce.mil or Kristofer Clark at kristofer.clark@spaceforce.mil.
    A2 - J065--RFQ: Pharmacy Hoods Semi-Annual Inspection PM Svc
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the semi-annual inspection and maintenance of pharmacy hoods at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with regulatory standards, including USP 797 and 800, to ensure the safety and efficacy of pharmacy equipment. The contract will be awarded as a Firm-Fixed Price Single-Award for a base year with four optional renewal years, emphasizing the importance of maintaining high operational standards in healthcare environments. Interested vendors must submit their offers by February 18, 2025, at 3 PM CST, and can direct inquiries to Contract Specialist Quentin Chew at Quentin.Chew@va.gov or by phone at 713-794-8609.
    Q999--Durable Medical Equipment Services - Montana VA Health Care System
    Buyer not available
    The Department of Veterans Affairs, through the Veterans Health Administration's Network Contracting Office 19, is seeking potential sources for Durable Medical Equipment (DME) Services for the Montana VA Health Care System. The procurement aims to identify qualified contractors capable of providing timely pick-up, delivery, repair, storage, assembly, and instruction for the safe operation of various medical equipment, while adhering to Joint Commission standards and VA requirements. This initiative is crucial for ensuring high-quality medical services for veterans in Montana, reflecting the VA's commitment to safety and regulatory compliance. Interested parties must submit their responses, including company information and eligibility for small business programs, by 4:00 PM MST on February 11, 2025, to the primary contact, Noaa Lanotte, at Noaa.Lanotte@va.gov.
    Hines VA Hospital Janitorial Services (2/1/25-1/31/26
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
    6515--Actionable-436-S/S Waste sterilizer (VA-25-00017950) NEED 1-20-2025
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a medical waste sterilizer (autoclave) at the Montana VA Medical Center, as outlined in a Sources Sought Notice. The objective is to acquire a new autoclave that meets specific installation and operational requirements, including the removal of outdated equipment and compliance with federal, state, and VA standards. This procurement is crucial for enhancing the facility's operational capabilities in managing medical waste safely and efficiently. Interested contractors must submit their responses detailing their qualifications and proposed solutions by February 7, 2025, to Contract Specialist Barron Long at barron.long@va.gov, with a total contract duration of 150 days for installation and training.
    N041--Exhaust Installation
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide exhaust installation services for the Veterans Health Care System of the Ozarks under solicitation number 36C25625Q0358. The project involves the installation of a working exhaust system in building 21's elevator mechanical room, requiring management, labor, materials, and equipment while adhering to safety measures and compliance with building codes. This procurement is particularly significant as it aims to enhance hospital operations while minimizing disruptions to patient services during the 120-day performance period. Interested small businesses, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB), must submit their quotations via email to Lakeisha White at lakeisha.white@va.gov by February 6, 2025, at 3:00 PM Central Time, with a total award amount of $19 million allocated for this contract.
    J046--FY25: SEWER DRAIN SYSTEM SERVICES BASE + FOUR
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for sewer drain system services at the Columbia VA Health Care System, with a contract structured as a base year plus four option years. The procurement focuses on maintaining and treating grease trap sewer systems, which includes monthly maintenance of discharge drains, annual root sawing, and pressure washing of sanitary sewer lines, ensuring compliance with safety regulations for hazardous materials. This contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran-owned enterprises while maintaining high service standards. Interested vendors must submit their RFQ responses by February 5, 2025, at 10:00 AM CST, and can direct inquiries to Contract Specialist Terri Hudson at terri.hudson@va.gov.
    S299--Window Cleaning Services for VA Southern Nevada Health Care System (VASNHCS)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide semiannual window cleaning services for the VA Southern Nevada Health Care System (VASNHCS). The procurement aims to ensure high-quality cleaning of various facilities, including the main medical center and multiple clinics, adhering to strict safety and quality standards as outlined in the attached draft Statement of Work (SOW). This service is crucial for maintaining a clean and safe environment for patients and staff, reflecting the VA's commitment to facility maintenance. Interested contractors must submit their responses, including company information and capabilities, to Contract Specialist Tim Smith via email by 2:00 P.M. PST on February 5, 2025, with the applicable NAICS code being 561720 and a small business size standard of $22 million.