5835--Sound Masking and Baffling
ID: 36C24825Q0265Type: Combined Synopsis/Solicitation
AwardedFeb 6, 2025
$167.9K$167,870
AwardeeSOUND MASKING USA LLC BLANCO 78606
Award #:36C24825P0673
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

SOUND RECORDING AND REPRODUCING EQUIPMENT (5835)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for the procurement and installation of sound masking and baffling equipment at the Malcolm Randall VA Medical Center in Gainesville, Florida. This project, designated under solicitation number 36C24825Q0265, specifically aims to enhance the acoustic environment within the facility, thereby improving the overall experience for both staff and patients. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes detailed specifications for the installation of acoustic baffling across multiple floors of the Administration Building. Interested vendors must submit their quotes by January 29, 2025, and can direct inquiries to the contracting officer, John H. Shultzaberger, at John.Shultzaberger@va.gov or by phone at 352-214-5135.

    Point(s) of Contact
    John H. ShultzabergerContracting Officer
    (352) 214-5135
    John.Shultzaberger@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a solicitation for a project focused on Sound Masking and Baffling at the Malcom Randall VA Medical Center in Gainesville, Florida. The solicitation (number 36C24825Q0265) has a response deadline of January 29, 2025, at 16:30 Eastern Time and is reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The project specifications are detailed in accompanying documents, which include overall plans for sound masking and baffle arrangements on the first and second floors of the Admin Building. Interested parties are instructed to refer to the provided plans, which include reflective ceiling layouts. This initiative is part of the VA's effort to improve its facilities to ensure a better environment for both staff and patients. The contracting officer designated for this project is John H. Shultzaberger, and further details can be found on the VA's official website. Overall, this solicitation emphasizes the VA's commitment to enhancing its operational environment through specialized sound management solutions.
    The document is a Combined Synopsis/Solicitation RFQ (36C25Q0265) by the Department of Veterans Affairs seeking quotes for the provision and installation of sound masking/baffling equipment at the Malcom Randall VA Medical Center. It is specifically designated for Service-Disabled Veteran-Owned Small Businesses under NAICS code 334310. The solicitation includes a detailed description of the required items, which consist of acoustic baffling for multiple floors and installation services. Prospective vendors must submit written quotes by January 29, 2025, and can direct inquiries to the designated contracting officer, John H. Shultzaberger. The announcement outlines regulations concerning the solicitation process, including registration in the System for Award Management (SAM) and compliance with various clauses related to contract terms. Key elements include pricing schedules, delivery requirements, and the necessity for invoice submission and payment processes. This RFQ emphasizes the government’s commitment to supporting veteran-owned businesses while ensuring transparency and adherence to federal acquisition regulations during the procurement process.
    The document outlines specifications for the procurement of straight baffles, specifically noting a quantity of 145 baffles to be installed in an office and training room configuration, and another set of 235 baffles intended for the SMUSA GNV Administrative Building. Each baffle measures 96 inches nominal and is to be spaced 24 inches on center. This procurement appears to be a part of a request for proposals (RFP), likely aimed at government projects focusing on facility enhancements or upgrades. The structured listing of items and counts suggests a systematic approach to fulfilling requirements for building improvements, aiming for efficiency in installation and operation within designated locations. Understanding the quantity and specifications highlights the project’s intent to address specific acoustical or environmental needs within the mentioned facilities. Overall, this document serves as a technical outline for contractors likely responding to government RFPs related to improvements in federal or local government structures.
    The document pertains to a project related to the Gainesville VA Administration Building, specifically focusing on equipment specifications and layout within a given space. It provides a detailed list of equipment quantities and dimensions, with prominent references to various design elements, such as plenum and exposed surfaces, indicating a focus on ventilation and environmental control systems. Notably, much of the content appears to be technical annotations or revisions rather than descriptive project explanations. The date 4/25/2024 indicates a projected timeline for completion or a revision date, suggesting that the document is part of ongoing planning or compliance documentation for a construction project. Overall, it underscores the importance of precision in the design and installation of mechanical systems in federal projects to meet regulatory standards.
    The document outlines construction plans and guidelines for the Malcolm Randall VA Hospital's Administration Building, focusing on the implementation of a reflected ceiling plan. It stipulates the responsibilities of contractors to address existing construction conditions before commencing work and mandates compliance with specific building codes. It provides a detailed key regarding construction symbols and notations used in the plans, particularly concerning office modifications and existing data points that guide renovations. Emphasis is placed on careful handling of existing structures and materials to mitigate risks and ensure safety during the construction process. Overall, the document reflects the VA's aim to enhance its facilities while adhering to regulatory requirements and standards for healthcare infrastructure.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    Renovate Interventional Radiology Suites (Construction Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    4130--Supply: Chiller Rental
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotations for the rental of two 550-ton chillers for the Malcom Randall VA Medical Center located in Gainesville, Florida. This procurement involves a firm-fixed-price contract for temporary air-cooled rental chillers, which includes delivery, installation, operation, and removal, with a base period from February 1, 2026, to September 30, 2026, and two optional one-year extensions. The chillers are essential for maintaining optimal climate control within the medical facility, ensuring a comfortable environment for patients and staff. Interested vendors must submit their quotes via email to Contracting Officer Scott K. Brickey at scott.brickey@va.gov by December 23, 2025, at 4:30 PM EST, and are encouraged to attend a site visit scheduled for December 10, 2025.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    9905--Planning: Wayfinding Signs at Lake Baldwin VA Clinic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is preparing to solicit bids for the installation of wayfinding signage at the Orlando VA Healthcare System's Lake Baldwin Clinic and the Lakemont Admin Building. This procurement aims to enhance navigation and accessibility within the facilities, which is crucial for improving the experience of veterans and visitors. The anticipated contract will be a firm-fixed-price, indefinite delivery type, with a base performance period from March 1, 2026, to February 27, 2030, and includes four optional 12-month periods. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, Veteran Owned Small Businesses, or Small Businesses, must be registered in SAM.gov and submit their responses by December 30, 2025, at 2:00 PM Eastern Time. For further inquiries, contact Contracting Officer Stephen Mancuso at Stephen.Mancuso@va.gov or 407-646-4016.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a Design-Build (DB) contract to install a 1.5T MRI Integrated Care Center (ICC) at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project, identified as Project Number 673-CSI-132, requires comprehensive design and construction services, including site investigation, architectural modifications, and installation of a new Siemens 1.5T MRI system, with a total performance period of 740 days. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2,000,000 and $5,000,000. Interested parties must submit their Phase I quotes by January 6, 2026, and can direct inquiries to Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV or by phone at 813-893-3904.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.