J047--Repair/Upgrade Medical Air, Gas, and Vacuum Systems - 552-25
ID: 36C25026B0004_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PIPE, TUBING, HOSE, AND FITTINGS (J047)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for the repair and upgrade of medical air, gas, and vacuum systems at the Dayton VA Medical Center in Ohio. This project, designated as RFP 552-25-505, involves replacing obsolete medical air compressors, vacuum pumps, N2O and N2 manifolds, and master alarm panels across Buildings 310, 320, and 330, with all work required to comply with NFPA 99-2024 and VA construction specifications. The upgrades are critical for maintaining operational efficiency and patient care, addressing deficiencies identified in annual inspections of the medical gas systems. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by November 21, 2025, at 10:00 AM EST, with a mandatory pre-bid site visit scheduled for October 29, 2025. For further inquiries, contact Contract Specialist Tiffany A Rausch at Tiffany.Rausch@va.gov.

    Point(s) of Contact
    Tiffany A RauschContract Specialist
    Tiffany.Rausch@va.gov
    Files
    Title
    Posted
    This amendment to solicitation 36C25026B0004 for the Department of Veterans Affairs provides crucial updates for offerors. Key changes include providing the site visit sign-in sheet, responses to Requests for Information (RFIs), and conference call details for the public bid opening scheduled for November 19, 2025, at 11:00 am. The RFI responses clarify several technical aspects, such as the acceptability of plans for maintaining patient care during medical air system shutdowns (e.g., using existing space for new compressors, temporary medical air cylinders, or portable suction units). It also addresses wiring requirements for master alarm replacements and relocations, confirming that new master alarm panels must meet current NFPA 99 code and all new low voltage wiring for the relocated biomedical master alarm panel must be in conduit. The amendment also includes a refusal to add wood support removal to the Statement of Work, instead referring it to the maintenance shop. All other terms and conditions of the solicitation remain unchanged.
    This amendment from the Department of Veterans Affairs extends the offer due date for solicitation 36C25026B0004 from November 19, 2025, to November 21, 2025, at 10:00 AM EST. A public bid opening will follow on November 21, 2025, at 11:00 AM via conference call (205-235-3524, code 844 331 12#) hosted by Contract Specialist Tiffany Rausch. This modification, issued by the Network Contracting Office 10 in Indianapolis, IN, ensures all other terms and conditions of the original solicitation remain unchanged. The amendment is crucial for potential offerors to acknowledge receipt by the new deadline to avoid rejection.
    This document is Amendment/Modification 0003 to Solicitation 36C25026B0004 for the Department of Veterans Affairs, Network Contracting Office 10, effective November 18, 2025. The amendment's primary purpose is to correct the Statement of Work (SOW) on page 6 of the solicitation. Specifically, it revises paragraph 5 B, which details the requirements for replacing a Medical Air Compressor Unit. The updated SOW specifies an equivalent NFPA 99 compliant triplex oil-less scroll Medical Air unit with different electrical specifications (230/460V -3PH- 15HP) compared to the previous version (460V -1PH- 10HP). All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by one of the specified methods to avoid rejection of their offer.
    The Department of Veterans Affairs (VA) is soliciting bids for the Repair/Upgrade of Medical Air, Gas, and Vacuum Systems at the Dayton VA Medical Center. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside project, estimated between $500,000 and $1,000,000, requires contractors to replace obsolete medical air compressors, vacuum pumps, N2O & N2 manifolds, and master alarm panels in buildings 310, 320, and 330. All work must comply with NFPA 99-2024 and VA construction specifications, including the provision of temporary units to ensure continuous operations. Key requirements include ASSE-certified personnel, specific equipment standards, and adherence to strict safety protocols. Bids are due by November 19, 2025, at 10:00 AM EST, submitted via email to tiffany.rausch@va.gov. A mandatory pre-bid site visit is scheduled for October 29, 2025. Contractors must also provide bid and performance bonds, register with SAM, and comply with various federal regulations, including Buy American requirements and veteran employment reporting. The period of performance is 120 calendar days from the notice to proceed.
    This government file, likely an RFP or grant document, outlines requirements for federal and state/local projects, emphasizing security, infrastructure, and compliance. It details various components, including security measures, access control, and data protection, alongside infrastructure upgrades and system integrations. The document highlights the need for adherence to specific standards and regulations, particularly concerning federal and local guidelines. It also touches upon personnel requirements, training, and operational procedures, ensuring projects are executed efficiently and securely. The extensive use of coded sections suggests a structured approach to project specifications and deliverables, covering everything from system design to maintenance and reporting. Overall, the file serves as a comprehensive guide for entities seeking to undertake government-related projects, stressing precision, security, and regulatory compliance.
    The document refers to a “4000 SER AUTOMATIC MANIFOLD” system, designed to “REDUCE CYLINDERS.” The fragmented nature of the provided text prevents a comprehensive understanding of its specific purpose or context within government RFPs, federal grants, or state/local RFPs. However, based on the keywords, it likely pertains to specifications or requirements for an automated gas or fluid handling system that optimizes cylinder usage, potentially for a facility, laboratory, or industrial application. The reference to
    VAAR 852.219-75 outlines subcontracting limitations for VA contracts, primarily focusing on general construction. Contractors must certify that they will not pay more than 85% of the government-paid amount to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). This percentage applies to general construction, while services are capped at 50% and special trade construction at 75%. The cost of materials is excluded from these calculations. The certification acknowledges the contractor's understanding of potential penalties for false claims, including criminal, civil, or administrative actions. The VA may request documentation to verify compliance, and failure to provide such information can lead to remedial action. The offeror must complete and return a formal certification with their bid for it to be considered eligible for award.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is designed to assess potential contractors' safety and environmental performance for Contract # 36C25025C0191. Contractors must provide detailed OSHA 300 Forms data for 2022-2024, including man-hours, cases with days away/restricted activity, and their DART rates. They must also report any serious, willful, or repeat OSHA violations from the last three years, with explanations. The form requires submission of OSHA 300 and 300a forms, the company's NAICS Code (236220), information on who administers their Safety and Health Program, and their Insurance Experience Modification Rate (EMR). This evaluation ensures that contractors meet specific safety and environmental standards before being awarded a government contract.
    The document, an as-built drawing dated June 21, 2012, for Building 320 B-Pod at the VA Dayton, outlines the existing conditions and requirements for replacing medical gas units. It specifically notes the presence of existing medical vacuum and medical air units, which are slated for replacement. A critical detail highlighted is the constraint that new units must fit through a door opening approximately 34 3/4 inches wide. Additionally, the Medical Gas Master Alarm Panel in Building 320 B-Pod is also scheduled for replacement. This file appears to be a reference document for an RFP or a similar procurement process, providing essential logistical and technical specifications for contractors bidding on the replacement of medical gas systems.
    The document is a riser diagram for medical gases at the VA Medical Center in Dayton, Ohio, specifically detailing Area II, which spans from the basement to the 3rd floor. Dated February 15, 2012, with a revision by Frank C. Aleccia on January 19, 2012, the diagram is labeled B-330, indicating medical gases, and is part of a larger set of facility condition assessment (FCA) drawings (552-090D). The file includes detailed floor plans showing various rooms such as bedrooms, bathrooms, dining rooms, TV lounges, and staff areas, illustrating the layout of the medical gas infrastructure across different levels of the facility. This technical drawing is crucial for understanding the medical gas distribution system within the specified areas of the VA Medical Center.
    This government file outlines the general requirements for a project to repair and upgrade medical air, gas, and vacuum systems in Buildings 310, 320, and 330 at the Dayton, Ohio VA Medical Center (Project #552-25-505). The project, with a 120-calendar day performance time, involves replacing existing equipment, providing temporary systems, and ensuring third-party certification for piping repairs. Key requirements include stringent security procedures for contractors and subcontractors, mandatory OSHA safety training, a comprehensive warranty management plan, and detailed project scheduling using the Critical Path Method (CPM). The contractor is responsible for submitting various documents, including a submittal register, operation and maintenance data, and test reports, all subject to VA review and approval. The document also details procedures for utility service interruptions, site operations, material disposal, restoration, and use of roadways and elevators, emphasizing minimal disruption to the medical center's 24/7 operations.
    The document, an exhibit from the VA Medical Center in Dayton, Ohio, provides current floor plans for the B-310 building, specifically the first floor. It details various room sizes in square footage, ranging from 42 sqft to 422 sqft. The plans also identify key areas such as N2O and N2 Storage Rooms, the ED B310, and the Medical Gas Master Alarm Panel. The exhibit is labeled B-310-1 with a scale of 1/8" = 1'-0". This information is crucial for understanding the layout and infrastructure of the facility, likely in preparation for federal RFPs, grants, or state/local RFPs related to construction, renovation, or equipment upgrades at the VA Medical Center.
    The provided document, Exhibit 2, details the layout of a facility with multiple rooms, including bedrooms, bathrooms, a dining room, a living room, and a quiet room. The key focus of this exhibit is the placement and dimensional constraints related to medical air/vacuum units. It specifies the location of existing medical air units and a temporary dryer, indicating where new medical air/vacuum units will need to be installed. A critical detail highlighted is that new units must fit through a door opening with an approximate width of 34 3/4 inches. This document appears to be part of a larger government RFP or grant application, likely for a healthcare or medical facility, outlining the requirements for equipment installation and space planning.
    The document provides a detailed layout of a basement floor, identified as B-330, likely within a medical or administrative facility. It meticulously labels various rooms and areas, including staff lounges, training rooms, men's and women's locker rooms and toilets, offices (e.g., Secretary Office, Chief Office, Dispatch Office), mechanical and electrical rooms, communication closets, and specialized areas such as sterile and non-sterile storage, cart parking, and a decontamination room. The layout also highlights key infrastructure elements like stairwells, corridors, and numerous elevators (P-1 through P-6, SE-1 through SE-5). Specific departments or functions are indicated, including an In-Patient Pharmacy, Biomedical Electronics Shop, Laundry Room, and areas for Dietetics, Mail Room, and Reproduction. The plan also details locations for existing medical air compressors and driers, and indicates a new location for a Bio-Med Alarm Panel. This comprehensive floor plan serves as a critical reference for facility management, maintenance, and potential future modifications or upgrades, particularly in the context of government RFPs for infrastructure and operational improvements.
    The provided document, "Exhibit 5 B330 Medical Gas Master Alarm Panel," outlines the layout and critical areas of a VA Medical Center in Dayton, Ohio. The file details various rooms and their functions, including procedure rooms (RM. 1, 2, 3, 4, 5), negative pressure procedure rooms (RM. 2, 3), prep/recovery areas (GI-107, GI-108, GI-109, GI-110, GI-123, GI-124, GI-125, GI-126, GI-127), and multiple toilets/dressing rooms. Key administrative and support areas include a nurse station (GI-106), fellows office (GI-113), physician offices (GI-132, GI-134, GI-135), a break/conference room (GI-130), scheduling office, public relations office (1C-171), and various other offices (GI-112, GI-122, GI-129, GI-136, 1C-170). The document also identifies essential service areas such as clean supply (GI-119), clean scopes (GI-118), scope pickup (GI-117), storage (GI-103, GI-104, GI-117A), men's and women's staff toilets/lockers (GI-131, GI-131A, GI-133, GI-133A). The presence of
    This Request for Information (RFI) 36C25026B0004, Project Number 552-25-505, is issued by the Department of Veterans Affairs, Network 10 Contracting Office, for the "Repair/Upgrade Medical Air, Gas, and Vacuum Systems" project at the Dayton VAMC, located at 4100 W. Third Street, Dayton, OH 45428. Contractors are required to thoroughly read all solicitation documents, specifications, and drawings before submitting questions or clarification requests. All inquiries must specifically identify the relevant section(s) or drawing number(s). The Government, specifically Tiffany A Rausch, Contract Specialist, will not answer questions failing to meet these requirements. Replies to RFIs will be issued via amendment(s) on SAM.gov or email.
    The Dayton VA Medical Center seeks a contractor for RFP 552-25-505 to repair and upgrade its medical air, gas, and vacuum units in Buildings 310, 320, and 330. This project addresses obsolete equipment, critical deficiencies, and imminent failures in systems vital for patient care, as identified in an annual medical gas inspection. The scope includes replacing medical air compressors, a medical vacuum pump, N2O and N2 manifolds, and four master alarm panels, with one panel being relocated. The contractor must provide ASSE 6010 certified installers, ASSE 6020 certified inspectors, and an ASSE 6030 certified verifier. All work must comply with NFPA 99-2024 and VA Master Construction Specifications. Temporary units are required to minimize service interruptions, with shutdowns scheduled during weekends. The period of performance is 120 days.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    Medical Gas Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for medical gas repair and replacement services at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The project requires the contractor to provide all necessary labor, equipment, materials, and supervision to repair and install replacement parts for the medical gas network, including the installation of zone valves for oxygen, medical air, and vacuum in designated rooms. This work is critical for maintaining the safety and functionality of medical gas systems in healthcare settings, adhering to VA standards and relevant regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by December 1, 2025, at 2:00 PM ET, following a mandatory site visit scheduled for November 24, 2025, at 10:00 AM ET. For further inquiries, contact Jacob A. Tackett at Jacob.Tackett@va.gov or by phone at 706-469-0691.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide medical gas system inspection and preventive maintenance services at the VA New Jersey Healthcare System's East Orange and Lyons campuses. This procurement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to deliver all necessary labor, materials, and equipment for a comprehensive preventive maintenance program, including annual inspections and testing in compliance with NFPA 99 and VA specifications. The contract is crucial for ensuring the safety and reliability of medical gas systems, which are vital for patient care in healthcare facilities. The estimated period of performance is from February 1, 2026, to January 31, 2027, with four option years, and the Request for Quote (RFQ) is expected to be released around December 8, 2025, with quotes due by December 17, 2025. Interested parties should register on SAM.gov to participate and obtain further details.
    Y1NZ--598-23-107 Med Gas Deficiencies
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a project titled "Y1NZ--598-23-107 Med Gas Deficiencies," aimed at addressing medical gas deficiencies at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center in Arkansas. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and involves comprehensive construction work, including leak repairs, installation of new fittings, wiring, and controls, as outlined in a 2022 Medical Gas Analysis report. The project is valued between $2,000,000 and $5,000,000, with a performance period of 240 calendar days following the issuance of the Notice to Proceed, and proposals are due by January 23, 2026. Interested contractors must be VetCert SDVOSB verified, registered in the System for Award Management (SAM), and are encouraged to contact Contract Specialist Julius Jones at Julius.Jones@va.gov for further details.
    6835--Medical Gas and Cylinders Syracuse VA Solicitation
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 02, is seeking a contractor to provide medical gases and cylinders to various VA facilities within the VISN 2 region, including the Syracuse VA Medical Center and its associated clinics. The contractor will be responsible for the comprehensive management of medical gases, which includes providing, filling, transporting, handling, servicing, maintaining, delivering, picking up, and storing these gases and cylinders, along with all necessary equipment and materials. This procurement is particularly significant as it supports the healthcare needs of veterans, ensuring they receive essential medical services. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and will establish a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with responses due by November 12, 2025. Interested parties can reach out to Contract Specialist Ryan Seburn at Ryan.Seburn@va.gov or by phone at 315-751-6369 for further details.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z2DA--Renovate MICU/SICU 539-20-104
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Industrial O2 Tank Procurement & Installation Services- QTY2 EA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from qualified sources for the procurement and installation of two industrial oxygen tanks at the Seattle VA Medical Center. The project involves decommissioning existing tanks, procuring and installing new primary and reserve oxygen tanks, and ensuring a continuous supply of medical-grade oxygen during the transition, all in compliance with NFPA 99 requirements. This initiative is critical for maintaining the medical facility's operational capabilities and ensuring patient safety. Interested parties must submit their responses to the Request for Information (RFI) by December 10, 2025, and can direct inquiries to Derek Crockett at derek.crockett@va.gov or by phone at 360-816-2760.
    Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@va.gov.