J041--QA Mechanical Systems Services - 666 POP 10/1/2024-9/30/2025
ID: 36C25925Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

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 a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) contractor to provide mechanical systems services at the Sheridan VA Medical Center in Wyoming. The contract encompasses maintenance and operation of various mechanical equipment, including HVAC systems, with specific requirements for rapid response to service notifications and adherence to safety and performance standards. This procurement is crucial for ensuring the operational efficiency and safety of healthcare facilities, reflecting the government's commitment to maintaining high-quality services for veterans. Quotations are due by August 30, 2024, at 2:00 PM MST, and interested parties should contact Christine Jarvis at christine.jarvis@va.gov or 303-712-5784 for further information.

    Point(s) of Contact
    Christine JarvisContract Specialist
    (303) 712-5784
    christine.jarvis@va.gov
    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation Notice from the Department of Veterans Affairs for Mechanical Systems Services in Sheridan, Wyoming, under solicitation number 36C25925Q0001. The government seeks a Service-Disabled Veteran Owned Small Business (SDVOSB) contractor to provide services over a one-year base period (from 10/01/2024 to 09/30/2025) with four optional 12-month extensions. Quotations are due by 08-30-2024 at 2:00 PM MST. Respondents must submit price schedules, technical capability documents, and evaluations of three relevant past performances. Evaluation criteria include price and technical capability, with the government retaining discretion to select offers that are not the lowest but provide greater benefits. Key requirements highlight staffing, training, and risk management strategies. Important contact information is provided, and prospective bidders are encouraged to ask questions via email by 08-21-2024. The document emphasizes regulatory compliance and encourages interested parties to refer to attached documents for detailed requirements and pricing schedules. This request aligns with the VA’s objectives to obtain quality mechanical services while fostering opportunities for veteran-owned businesses.
    The Department of Veterans Affairs seeks hourly mechanical systems services for the Sheridan VA Health Care System in Sheridan, Wyoming, through a 100% Service-Disabled Veteran Owned Small Business set-aside. The one-year contract, with four potential 12-month extensions, requires bidders to submit pricing for a detailed scope of work and provide information on their technical capability, past performance, and certifications. The solicitation's addenda detail evaluation criteria, contract terms, and clauses, with responses due by 14:00 MST, 10 September 2024. Site visits are available during the specified period, and offerors must adhere to the provided instructions for submission.
    This document outlines an amendment to a combined solicitation for Mechanical Systems Services by the Department of Veterans Affairs (VA), specifically for the Network Contracting Office in Greenwood Village, CO. The solicitation (number 36C25925Q0001) is set to close on September 10, 2024, at 2:00 PM Mountain Time. The primary purpose of this amendment is to address questions from potential offerors regarding project requirements and proposal submissions. It stresses importance on acknowledging receipt of the amendment and adhering to the submission guidelines to avoid disqualification. Notably, it includes a specific set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), and clarifies that no further questions will be accepted after this point. Furthermore, it highlights the critical need for compliance with all stipulations outlined in the addendum to the applicable FAR instructions for offers. The responses to submitted inquiries reinforce that comprehensive review of the provided documentation is essential for understanding project expectations and requirements.
    The Performance Work Statement (PWS) outlines a non-personnel contract for mechanical systems maintenance at the Sheridan VA Medical Center in Wyoming. The contractor will handle maintenance for various mechanical equipment, including HVAC systems, requiring rapid response to service alerts within one hour and completion of repairs within three hours. All services must comply with NFPA-99, OSHA, and manufacturer standards. The scope includes preventive maintenance, unscheduled repairs, and documentation of all services provided. The contractor must ensure all personnel have necessary qualifications and access, including OSHA safety certifications and background checks. The contract spans one base year with four optional extensions, emphasizing quality control, adherence to maintenance standards, and regular reporting requirements to government representatives. The document illustrates the VA's efforts to maintain efficient operations, enhance safety, and ensure compliance with federal regulations in managing healthcare facilities.
    The Performance Work Statement (PWS) outlines a non-personnel services contract for mechanical systems maintenance at the Sheridan VA Medical Center in Wyoming. The primary objective is to ensure operation and maintenance of mechanical equipment, requiring contractors to provide all necessary resources, including personnel and tools. Contractors must respond to service notifications within one hour and complete repairs within three hours. The PWS specifies adherence to safety and performance standards, alongside regular reporting requirements to the VA maintenance staff. It details responsibilities for a wide range of mechanical systems, including HVAC and plumbing, with protocols for emergency services and preventive maintenance. Contractors must have specific training and valid safety certifications and are accountable for reporting issues and maintaining equipment in accordance with manufacturer specifications. Also highlighted are the requirements for background checks, secure access, and qualifications for personnel involved in the service. The contract spans one base year, with four optional years, emphasizing quality control and corrective action for any deficiencies in service. This structured framework underscores the government's effort to ensure high standards in maintenance services crucial for the functioning of healthcare facilities.
    The document lists major HVAC equipment installed at the Sheridan VA Medical Center, detailing various types, locations, manufacturers, models, serial numbers, and capacities (CFM). The HVAC system includes multiple Air Handling Units (AHUs), chillers, heat exchangers, and rooftop units primarily from manufacturers like Trane and Daikin. Specific equipment is identified within different building areas, highlighting a comprehensive inventory for maintenance and operational purposes. Additionally, the document outlines various window air conditioning units and evaporative coolers used throughout the facility. The structure is organized in a tabular format, allowing for easy reference of equipment specifications and locations. This file serves as a critical resource for facility management, supporting possible RFPs or grants related to HVAC system upgrades, maintenance, and regulatory compliance within the healthcare environment.
    The document provides a comprehensive listing of major HVAC (Heating, Ventilation, and Air Conditioning) equipment at the Sheridan VA Medical Center across various building sections. It details specific equipment types, manufacturers, models, serial numbers, sizes, and locations within the facility. Predominantly, the HVAC systems are supplied by Trane, Daikin, Siemens, and Greenheck, encompassing air handling units (AHUs), chillers, heat exchangers, rooftop units (RTUs), energy recovery ventilators (ERVs), and various other components, including window AC units and evaporative cooling systems. The document also categorizes equipment based on building numbers, denoting specific configurations and quantities for each unit type. Overall, the purpose of this inventory is to inform about existing HVAC resources as part of federal grant and RFP processes, ensuring operational efficiency and compliance with standards necessary for the management and maintenance of the healthcare facility’s environmental systems.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring contractor performance in delivering mechanical services as per the Performance Work Statement (PWS). Its primary aim is to ensure compliance with performance standards while enabling flexibility in how the contractor achieves these outcomes. The QASP describes roles and responsibilities for key personnel, such as the Contracting Officer (CO) and Contracting Officer Representative (COR), detailing their oversight duties and performance evaluation metrics. It establishes that contractors must maintain equipment operational conditions, respond to notifications within specified timeframes, and implement corrective action plans. Various surveillance methods, including direct observations, user surveys, and progress reports, are employed to assess performance. Additionally, customer feedback serves as a crucial indicator of service effectiveness. The plan ensures that performance ratings are systematically documented and communicated to facilitate optimal contractor performance, ultimately guiding decisions about contract continuity and options for renewal. This dynamic and living document highlights the government's commitment to regulatory compliance while fostering collaboration and continuous improvement in contractor management.
    The Quality Assurance Surveillance Plan (QASP) outlines the protocols for monitoring performance in the provision of mechanical services as per the Performance Work Statement (PWS). Its primary goal is to ensure that the contractor meets specified performance standards while the government pays appropriately for delivered services. The QASP defines the roles of the integrated project team, including the Contracting Officer (CO) and Contracting Officer Representative (COR), alongside their responsibilities for oversight and administration. It emphasizes a performance management approach that focuses on results rather than compliance, encouraging contractor flexibility and innovation within defined constraints. Monitoring methodologies include direct observation, user surveys, and inspection techniques, with customer satisfaction being a key focus. The document establishes clear performance standards, such as operational efficiency of mechanical equipment and timely response to service issues, along with ratings ranging from “Exceptional” to “Unsatisfactory” to evaluate contractor performance. Ultimately, the QASP serves as a dynamic framework to foster effective contractor performance management and ensure adherence to quality standards within the contracting process.
    The document outlines various requests for proposals (RFPs) and grants issued by federal, state, and local governments, emphasizing their importance in funding and driving projects across diverse sectors. It discusses the procedural framework for accessing these funds, including eligibility criteria, application processes, and reporting expectations. Key ideas include the significance of adhering to established guidelines to ensure compliance and successful funding acquisition. Supporting details highlight the complexity of navigating multiple funding sources, with a focus on collaboration between governmental agencies and potential recipients. Furthermore, the document stresses the need for transparency and accountability in the management of awarded funds. Overall, it serves as a comprehensive guide for stakeholders seeking government support, reflecting a commitment to fostering economic development and public service through effective allocation of resources. The primary purpose is to inform potential applicants about available opportunities and best practices for securing federal and state grants.
    The document appears to pertain to various federal and local government Requests for Proposals (RFPs), federal grants, and project guidelines. Its main focus includes ensuring compliance with safety and regulatory standards while facilitating project execution, particularly regarding the necessary evaluations and assessments for traditional or historic structures. It mentions critical elements such as hazardous material surveys and necessary remediation for components like asbestos and lead-based paint, underscoring the importance of thorough hazard mitigation and environmental safety protocols. The text emphasizes the need for detailed plans that address existing issues before any construction or alteration takes place. The pursuit of compliance is threaded throughout, highlighting community priorities in securing public health standards amid infrastructure or facility upgrades. This aligns with broader governmental objectives to modernize systems while adhering to regulations and ensuring safety for both workers and the public during project execution. The orderly presentation of ideas reflects a structured approach to project management within government contracts and grants.
    The document outlines the "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction," which mandates compliance from contractors regarding subcontracting limitations in federal contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It details specific limitations based on the contract type: 50% for services, 85% for general construction, and 75% for special trade construction. The contractor must certify adherence to these guidelines, which are enforced under 38 U.S.C. 8127. Violations may result in penalties, including fines or referrals to the VA Suspension and Debarment Committee. Furthermore, the offeror must provide documentation that demonstrates compliance, which the VA will review. Failure to comply with documentation requests can lead to remedial actions. This certification must be completed and submitted with bids, as lack of compliance will render offers ineligible for award consideration. Overall, the document emphasizes the government's focus on safeguarding opportunities for veteran-owned businesses while maintaining accountability and transparency in federal procurement processes.
    The VAAR 852.219-75 outlines limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) by the Department of Veterans Affairs. Offerors must certify that, if awarded, they will adhere to specific subcontracting limits: a maximum of 50% for service contracts (excluding construction), 85% for general construction contracts, and 75% for special trade construction contractors, with caveats on costs of materials. This certification is a legal declaration subject to penalties under U.S. law, emphasizing good faith conduct. The document underscores the importance of compliance verification through records and documentation, with potential ramifications for non-compliance, including referral for suspension or debarment and civil penalties. Offerors must complete the certification form, ensuring eligibility for bid evaluation, which reflects the government's commitment to supporting small veteran-owned enterprises while enforcing accountability in contracting practices.
    The document outlines the mandatory identification card process and required documentation for contractor employees engaged in mechanical services for a federal contract. Prior to starting work, all contract and subcontract employees must cooperate with their Contracting Officer’s Representative (COR) to complete essential steps within five business days. The process begins with the contractor point of contact submitting a completed Contract Security Services Request Form, ensuring secure transmission of sensitive information. Each listed employee must then fill out and submit various forms, including a Fingerprinting Request and a Self-Certification Form, to the COR. Following this, employees are required to provide two forms of ID at a designated VA facility to undergo fingerprinting for background checks, with the submission of the completed request form being critical for processing. WMC Human Resource Operations Office is tasked with screening all documentation and providing results regarding employee security clearance based on national criminal history checks. This procedure applies to all contract personnel, emphasizing the need for compliance whenever personnel are added or substituted. The effective date for this process is July 20, 2022.
    The document outlines the identification card process and required documentation for contractor employees engaged in Mechanical Services for a federal contract. After contract award, each contract employee, including subcontractors, must complete the identification process within five business days with their Contracting Officer’s Representative (COR). The process involves three steps: 1. The contractor's point of contact must submit a Contract Security Services Request Form (Form 1A) and, if necessary, a Supplemental Request (Form 1B), ensuring secure transmission of personal information. 2. Each contractor employee must complete a series of forms, including a Fingerprinting Request Form and a Declaration of Federal Employment, and send these to their COR for review. 3. Employees must have their fingerprints taken at a designated VA facility using the Fingerprinting Request Form, which is crucial for billing and result submission. The document emphasizes that any new or substituted contractors must undergo this process before beginning work, ensuring compliance with security protocols for federal contracts. The effective date of the procedure is set for July 20, 2022.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J045--HVAC Systems - NWI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for HVAC system services at the Omaha VA Medical Center to prepare for the upcoming winter season. The procurement, identified by solicitation number 36C26324Q1176, involves evaluating, repairing, and replacing HVAC components, particularly focusing on air handlers and rooftop units to ensure operational efficiency and patient comfort. This total small business set-aside contract, valued at approximately $19 million, requires contractors to comply with federal regulations and submit their quotes by September 18, 2024, at 10:00 AM CST. Interested contractors should direct technical inquiries to Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov.
    589A5-22-106, REPLACE BLDG4 HVAC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the HVAC system in Building 4 at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The project requires comprehensive construction services, including the removal and installation of HVAC infrastructure, with a focus on minimizing disruptions to ongoing operations within the facility. This initiative is critical for enhancing the medical center's operational efficiency and ensuring a safe environment for veterans and staff. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a construction magnitude exceeding $10 million and a performance period of 540 calendar days following the Notice to Proceed. Interested contractors must submit their proposals by the specified deadlines and can direct inquiries to Arnold Payne at arnold.payne@va.gov or by phone at 913-946-1124.
    Y1DA--CON NRM 668-21-102 UPGRADE AHU-1/4 Mechanical Systems - SBA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform construction services for the upgrade of air handlers AHU-1 and AHU-4 at the Mann-Grandstaff VA Medical Center in Spokane, WA, under project number 668-21-102. The project involves comprehensive upgrades to mechanical systems, including the replacement of undersized ducts, installation of electrical panels, and integration with the existing Building Automation System (BAS), all aimed at enhancing HVAC efficiency within the facility. This initiative underscores the government's commitment to improving healthcare infrastructure for veterans, ensuring compliance with safety and quality standards throughout the construction process. Interested contractors should contact Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov, with proposals due by September 21, 2024, following a mandatory site visit on September 5, 2024.
    6515--Replacement Medical Air Compressor System and Vacuum Pump Grand Junction VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for the replacement of a Medical Air Compressor System and Vacuum Pump at the Grand Junction VA Medical Center. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with NFPA 99 standards, including specific equipment specifications and installation services. The selected contractor will be responsible for providing all necessary equipment, labor, and documentation to ensure the systems meet regulatory requirements and function effectively. Interested vendors must submit their quotes by September 13, 2024, following a strongly encouraged site visit on September 4, 2024. For further inquiries, contact Stephanie Cahill at stephanie.cahill@va.gov.
    Boiler / Chiller Plant Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Plant Maintenance Services at the Garland VA Medical Center in Texas. The contractor will be responsible for comprehensive services including testing, inspections, preventative maintenance, corrective repairs, and emergency response for the facility's heating and cooling systems, as detailed in the Statement of Work. This contract is crucial for ensuring the operational efficiency and regulatory compliance of the medical center's facilities, with a base period of one year starting November 15, 2024, and the possibility of four additional one-year extensions. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details.
    6515-- GE Healthcare LOGIQ e R9 Systems Ultrasound
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the procurement of one GE Healthcare LOGIQ e R9 Systems Ultrasound Machine, intended for use at the Sheridan VA Medical Center in Wyoming. The ultrasound machine must meet specific criteria, including a minimum 14” full touchscreen, two active probe ports, and wireless capabilities for real-time imaging, to enhance ultrasound-guided vascular access for veterans. This procurement reflects the VA's commitment to providing essential medical services while supporting small businesses, as the solicitation is set aside exclusively for small businesses, with quotes due by 2:00 PM Mountain Time on September 20, 2024. Interested vendors should submit their quotes via email to Contract Specialist Marc Del Valle at marc.delvalle@va.gov, and any inquiries must be made in writing by September 18, 2024.
    J041--589A5-24-141, REPLACE HVAC IN BLDG 1 RM A14 SWITCH GEAR ROOM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architectural and engineering services for the replacement of the HVAC system in the Switch Gear Room (Room A14) at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The project aims to design a new air-conditioning system that maintains specific temperature and humidity levels while addressing existing conditions, with a budget for design work ranging from $25,000 to $100,000. This procurement is critical for ensuring the facility meets the necessary environmental controls for its operations, and the anticipated design completion time is approximately 123 calendar days. Interested firms must submit a completed Standard Form 330 (SF330) by September 20, 2024, at 10:00 AM Central Standard Time, and can direct inquiries to Contracting Officer Tim Parison at timothy.parison@va.gov.
    Z2DA--666 | 24-AP-4277 | 666-22-107 | Install Emergency Eyewashes in HACs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the installation of emergency eyewash stations in 24 Housekeeping Aid Closets (HACs) at the Sheridan VA Medical Center in Wyoming. The project aims to enhance safety measures by installing tempered, plumbed eyewashes while also making necessary electrical, plumbing, and storage improvements, all while adhering to strict infection control and safety protocols. This initiative is crucial for maintaining health and safety standards in active medical areas, ensuring compliance with federal construction regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by September 6, 2024, following a pre-proposal site visit scheduled for August 13, 2024; the estimated project cost ranges from $500,000 to $1,000,000. For further inquiries, contractors can contact Timothy R. Verburgt at Timothy.Verburgt@va.gov.
    J041--589A5-24-141 AE - REPLACE HVAC IN BLDG 1 RM A14 SWITCH GEAR ROOM (VA-24-00101696)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architectural and engineering services for the replacement of the HVAC system in the Switch Gear Room at the Colmery O'Neil VA Medical Center in Topeka, Kansas. The project, identified as 589A5-24-141, requires comprehensive services including field investigations, design development, construction documents, cost estimations, and oversight during construction, with an estimated budget ranging from $100,000 to $250,000. This opportunity is crucial for ensuring the operational efficiency of the facility's electrical transformer room, and interested firms must respond by August 23, 2024, at 9:00 AM Central Time, providing their qualifications and confirming their SDVOSB status to the Contracting Officer, Tim Parison, at timothy.parison@va.gov.
    Z1DA--550-24-206 Chiller and Air Handler Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of chillers and air handlers at the VA Illiana Health Care System in Danville, Illinois, under solicitation number 36C25224B0012. The project aims to upgrade existing mechanical systems to enhance facility operations, with a contract value estimated between $1,000,000 and $2,000,000, specifically reserved for CVE verified Service-Disabled Veteran-Owned Small Business firms. Interested contractors must submit their proposals by September 19, 2024, following a pre-bid conference held on August 20, 2024, and are required to comply with federal labor regulations and affirmative action goals. For further inquiries, potential bidders can contact Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.