F107--AIR MONITORING, CO
ID: 36C25524Q0447Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- TOXIC AND HAZARDOUS SUBSTANCE ANALYSIS (F107)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for air monitoring services in Columbia, Missouri, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to engage qualified vendors to perform various air quality monitoring tasks and reporting, with a focus on compliance with federal regulations and limitations on subcontracting, ensuring that a majority of the work is conducted by Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Women-Owned Small Businesses (WOSB). This initiative underscores the federal commitment to supporting veteran-owned businesses while addressing essential services for veteran healthcare facilities. Proposals are due by October 4, 2024, with the contract expected to commence on November 1, 2024, and interested parties can contact James F. Horne at james.horne@va.gov or 913-758-9914 for further information.

    Point(s) of Contact
    James HorneContracting Specialist
    (913) 946-1951
    James.horne@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation for air monitoring services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Department of Veterans Affairs. The contracting officer is Leslie Ross, with offers due by October 4, 2024. This acquisition is set aside for small businesses, specifically targeting Women-Owned Small Businesses (WOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a size standard of $19 million. The contract will span five years, beginning on November 1, 2024, with task orders issued by the Network Contracting Office (NCO) 15. The anticipated services include various air quality monitoring tasks and reporting, evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Required invoicing procedures, contract clauses, and compliance with established Federal Acquisition Regulation (FAR) clauses are also specified. Crucially, the contract emphasizes compliance with limitations on subcontracting, ensuring a majority of the work is performed by certified SDVOSB or WOSB entities. This solicitation reflects the federal priority of engaging veteran-owned and disadvantaged businesses while addressing critical services needed for veteran healthcare facilities.
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 15, has announced a presolicitation notice for an Air Monitoring Service contract intended for the Harry S Truman VA Medical Center in Columbia, MO. The contract will utilize an Indefinite Delivery Indefinite Quantity (IDIQ) model, categorized under NAICS code 541620 for Environmental Consulting Services, with a Product Service Code of F107, which pertains to Environmental Systems Protection. Interested vendors must meet specified minimum requirements outlined in the forthcoming Request for Quote (RFQ), expected to be released on or around September 25, 2024. The submission deadline for quotes is set for approximately October 4, 2024. Contractors can request the RFQ by writing to the Contract Specialist, James Horne, via the provided email. This notice serves as a preliminary announcement for prospective contractors to prepare accordingly for the formal solicitation process.
    Lifecycle
    Similar Opportunities
    X1DB--Colombia, MO Research and Development Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a lease related to a research and development facility in Columbia, MO, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to secure a facility that will support the VA's research initiatives, emphasizing the importance of engaging veteran-owned enterprises in federal contracting opportunities. Interested parties must submit their proposals by October 30, 2024, at 4:00 PM Eastern Time, and are encouraged to participate in a virtual pre-bid conference scheduled for September 5, 2024, with pre-registration required by September 4, 2024. For inquiries, potential bidders can contact Tom Leahy at Chartwell Enterprises via email at TOML@CHARTWELLENTERPRISES.COM or by phone at 202-382-2733.
    F103--Amendment 0001 - Legionella Water Testing Base Plus 4 Option Yrs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Legionella water testing services for the South Texas Veterans Health Care System, with a contract duration starting from November 1, 2024, to October 31, 2025, and four additional one-year options. The contractor will be responsible for quarterly collection and analysis of water samples at designated locations, ensuring compliance with federal and state regulations as outlined in the Statement of Work. This procurement is crucial for maintaining health and safety standards in veteran healthcare facilities by monitoring and managing water quality risks associated with Legionella. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by October 4, 2024, at noon Central Time, and can contact Contract Specialist Anitra Carter at anitra.carter@va.gov or by phone at 254-778-4811 ext. 46425 for further information.
    Z1DA--578-17-012 Replace AHU Air Handling Units in Building 45 (VA-25-00004335)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Units (AHUs) in Building 45 at the Edward Hines Jr. VA Hospital, identified by Project Number 578-17-012. This project requires contractors to provide labor, materials, and equipment for the HVAC system replacement and associated renovations, with a performance period of 420 calendar days following the Notice to Proceed. The initiative is crucial for enhancing the hospital's infrastructure, ensuring improved air quality and operational efficiency for veteran healthcare services. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors must attend a mandatory site visit on October 8, 2024, with bids due by October 29, 2024; the estimated contract value ranges from $2 million to $5 million. For further inquiries, contractors can contact Amber Jendrzejek, the Contract Specialist, at Amber.Jendrzejek@va.gov.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    Q301--VISN 04 Reference Laboratory Testing Services (9 Facilites)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Reference Laboratory Testing Services across nine facilities within the Veterans Integrated Service Network (VISN) 04. The procurement aims to establish a Fixed-Priced Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $41.5 million, to enhance laboratory testing capabilities for veterans from June 1, 2024, to May 31, 2029. This initiative is crucial for ensuring timely and accurate diagnostic services, which are essential for the health management of veterans. Interested parties must submit their proposals by April 25, 2024, and direct any inquiries to Amanda Saunders at amanda.saunders@va.gov or (412) 822-3731.
    4540--KCVA Solid Waste Contract (VA-25-00005947)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide solid waste disposal services for the Kansas City VA Medical Center in Missouri. The procurement involves the provision of various waste containers, transportation of refuse to approved landfills, and maintenance of the containers, ensuring compliance with federal, state, and local regulations. This service is crucial for maintaining a clean and safe environment for veterans and staff at the facility. Interested parties must submit their responses, including company qualifications and socio-economic designations, to Contracting Officer Lisa A. Buchanan via email by October 2, 2024, at 8:00 AM CST, as this notice serves as a Sources Sought for market research purposes only.
    Z2NB--MAU Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 23, is seeking proposals for the MAU Replacement project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement involves facilities support services, particularly focusing on the repair or alteration of heating and cooling plants, as indicated by the Product Service Code Z2NB and NAICS code 561210. The initiative underscores the government's commitment to engaging veteran-owned enterprises in fulfilling essential service needs. Interested parties must respond to the solicitation number 36C26324Q0547 by the specified deadline, and for further inquiries, they can contact Senior Contracting Officer Jesse M. Sweesy at Jesse.Sweesy@va.gov or by phone at 605-347-2511 x16724.
    H399--Hood & Cleanroom Certification
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Hood and Cleanroom Certification services for the Iowa City VA Medical Center, as outlined in solicitation number 36C26324Q1194. The contract requires comprehensive testing and certification of biosafety cabinets, chemical fume hoods, and cleanroom environments, adhering to the latest USP standards and conducted by certified technicians. This initiative is crucial for maintaining sterile environments in healthcare settings, ensuring compliance with safety regulations, and ultimately enhancing patient care. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by 4:00 PM CST on October 11, 2024, and direct any technical inquiries to Contracting Specialist Arielle Lifto at arielle.lifto@va.gov by October 2, 2024.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO5 - MATOC II project, which involves construction and maintenance services across various VA facilities in Maryland, Washington D.C., and West Virginia. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to address the construction and upgrade needs of veteran healthcare facilities, ensuring compliance with federal standards and safety protocols. Interested contractors must submit their proposals by October 21, 2024, with a guaranteed minimum contract amount of $2,500 and a maximum limit of $1,000,000 per task order. For further inquiries, potential bidders can contact Lisa M. Lake, the Contracting Officer, at lisa.lake2@va.gov or (304) 263-0811 ext 7617.
    Custodial Services MO001; Belton, MO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for custodial services at the MO001 facility located in Belton, Missouri, under solicitation number W911SA-25-Q-3004. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a performance period from January 1, 2025, to December 31, 2025, with options for four additional years and a six-month extension. The selected contractor will be responsible for providing all necessary personnel, equipment, and supplies to maintain facility cleanliness, ensuring compliance with security and operational standards, and documenting service activities. Interested vendors must submit their quotes, including all required documentation, by the specified deadline, and can direct inquiries to Amy E. Lewellen at amy.e.lewellen.civ@army.mil. The solicitation will be available on SAM.gov starting September 25, 2024, with questions due by October 9, 2024.