J061--Notice of Intent to Sole Source - Heat & Power (CHP) Maint Albany VA Medical Center, Albany NY Base Plus 4 Year Option
ID: 36C24225Q0384Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole source contract to Martin Energy Group Services LLC for the maintenance and support of the Combined Heat and Power (CHP) system at the Albany VA Medical Center in New York. This contract will encompass a base year plus four option years, focusing on full-service preventive maintenance, repairs, and operational support of the gas-fired CHP unit, in compliance with manufacturer specifications. The contractor will be responsible for providing necessary labor and materials, remote monitoring of the unit, and ensuring ongoing qualifications as authorized by the equipment's OEM. Interested parties must notify the Contracting Officer, Julie Monagan Barnard, via email within 10 days to demonstrate their capabilities and qualifications, particularly if they hold veteran-owned or small business classifications.

    Point(s) of Contact
    Julie Monagan BarnardContract Specialist
    (607) 590-1325
    julie.monaganbarnard@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a Special Notice to indicate its intention to award a sole source contract to Martin Energy Group Services LLC for maintenance and support of the Combined Heat and Power (CHP) system at the Albany VA Medical Center in New York. This contract will cover a base year plus four option years, utilizing FAR Part 6.302-1, which authorizes contracts with only one responsible source. The contractor will be responsible for full-service preventive maintenance, repairs, and operational support of the gas-fired CHP unit, adhering to manufacturer specifications. They must provide necessary labor, materials, monitor the unit remotely, and ensure ongoing qualifications as authorized by the equipment's OEM. Respondents to this notice must demonstrate their capabilities and qualifications in order to be considered, particularly highlighting any veteran-owned or small business classifications. The notice serves as a market research tool and emphasizes that the government has no obligation to issue a solicitation based on responses. Interested parties have 10 days to notify the Contracting Officer via email regarding their capability to fulfill this contract.
    Similar Opportunities
    Q301--Notice of Intent to Sole Source -Environmental & Personnel Sampling & Reporting Albany VA Medical Center, Albany, NY Base plus 4 Year Option
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to US Micro-Solutions, Inc. for environmental and personnel sampling and reporting services at the Albany VA Medical Center in Albany, NY. This contract, which encompasses a base year plus four option years, is essential for compliance with United States Pharmacopeia (USP) Chapter 797, ensuring sterile environments through monthly microbiological testing and detailed reporting. Interested small businesses, particularly those owned by veterans, are encouraged to demonstrate their capabilities, although the government does not guarantee funding or a solicitation based on responses. For further inquiries, interested parties can contact Contract Specialist Julie Monagan Barnard at julie.monaganbarnard@va.gov or by phone at 607-590-1325.
    J065--FY25 SERVICES (1YR) BIO-RAD SERVICE CONTRACT (VA-25-00047665)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the maintenance of the Bio-Rad Evolis Vitamin D Analyzer at the Stratton VA Medical Center in Albany, NY. This contract will encompass a firm fixed-price agreement that includes preventative maintenance visits, repairs, and necessary parts for the VA-owned equipment, with a base period and four additional option periods. Ensuring the operational readiness of medical equipment is crucial for the VA's mission, and this initiative reflects their commitment to maintaining high standards of service. Interested service providers, particularly Service Disabled Veteran Owned, Veteran Owned, or other small businesses, are encouraged to demonstrate their capabilities by contacting Contract Specialist Michelle Harsch at Michelle.Harsch@va.gov or by phone at 716-862-7373.
    J045--Boiler Maintenance, Calibration & Combustion Reset, 3rd Party Inspections (VA-25-00032970)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for boiler maintenance, calibration, and combustion reset services, along with third-party inspections at the Canandaigua VA Medical Center. The contract, valued at approximately $12.5 million, includes a base period and four option years, requiring the contractor to perform annual safety inspections and semi-annual calibrations of boiler systems to ensure compliance with regulatory standards. This procurement is vital for maintaining operational safety and regulatory compliance within veteran healthcare facilities, emphasizing the need for qualified service providers with at least five years of relevant experience. Interested contractors should submit their quotes, adhering to specific guidelines, to Contract Specialist Cara L. Grittner at Cara.Grittner@va.gov by the designated due date.
    J046--Boiler Maintenance Services - Carl Vinson VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for boiler maintenance services at the Carl Vinson VA Medical Center in Dublin, GA. The project involves replacing malfunctioning feedwater valves, ruptured blowdown lines, and programming Boiler 3, requiring all necessary labor, tools, and equipment to be provided by the contractor. This initiative is crucial for maintaining the operational capacity of the facility and is categorized as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a project value of approximately $30 million. Interested parties must submit their offers by March 11, 2025, and are encouraged to attend a site visit scheduled for February 24, 2025; for further inquiries, they can contact Contract Specialist Michael Barton at Michael.barton@va.gov.
    J065--Hill-Rom Beds Maintenance and Repair Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 02, is seeking a contractor for full-service maintenance and repair of Hill-Rom Care Assist, Progressa, and Centrella beds at the New York Harbor Healthcare System. The procurement includes comprehensive and preventive maintenance services, requiring certified technicians with access to OEM parts and schematics, and is primarily designated for Baxter Healthcare Corporation, although other interested vendors are invited to submit their capabilities. This initiative is crucial for ensuring the optimal operational condition of medical equipment across the Brooklyn and St. Albans campuses, with a contract duration of one base year and four option years. Interested parties must be registered in the System for Award Management (SAM) and are encouraged to respond via email to Contracting Officer Leia LaBruna at Leia.Labruna@va.gov by March 5, 2025.
    Boiler Plant Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler Plant Services to support the St. Cloud VA Health Care System. The contract, valued at approximately $12.5 million over five years, requires the provision of services such as instrumentation calibration, combustion tuning, device testing, and motor vibration analysis, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). These services are critical for maintaining the safety and efficiency of boiler equipment, ensuring compliance with federal, state, and local regulations. Interested contractors should contact Timothy Kimmel at timothy.kimmel@va.gov or John Milroy at john.milroy@va.gov for further details, with the contract including a base year and four option years, and adherence to wage determinations under the Service Contract Act is mandatory.
    J065--Philips V60 | Service Contract | Option Year 3
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 17, intends to award a sole source contract to Philips North America LLC for ongoing services related to the Philips V60 Bipap ventilators. The procurement aims to extend the existing purchase order for two additional years, covering Option Year 3 from June 15, 2025, to June 14, 2026, and Option Year 4 from June 15, 2026, to June 14, 2027, which includes repair, preventative maintenance, labor, technical support, and parts for 27 ventilators. This contract is critical for maintaining essential medical equipment for veterans, ensuring that they receive the necessary respiratory support. Interested parties are encouraged to express their interest and capabilities within five business days of the notice's publication; however, this notice does not constitute a request for competitive quotations, as the intent is to negotiate directly with Philips. For further inquiries, contact Contract Specialist Gillian Hooge at gillian.hooge@va.gov or (210) 364-3724.
    J061--Services FY24 1x - BK & SA Load Bank Testing
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for generator load bank testing services at the Brooklyn and St. Albans Campuses of the New York Harbor Healthcare System. The procurement aims to ensure compliance with Joint Commission and NFPA requirements through the testing and maintenance of fifteen generators, with a focus on safety standards and necessary certifications. The selected contractor will be required to complete testing services within 30 days of contract award and corrective maintenance within 150 days, with submissions evaluated based on technical capability, past performance, and pricing. Interested vendors must submit their quotes by March 10, 2025, and can contact Anthony Murray at anthony.murray2@va.gov or (518) 626-6138 for further inquiries.
    Chiller Maintenance - VA Long Beach Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventative chiller maintenance services for the VA Long Beach Healthcare System in California. The procurement aims to identify small businesses, particularly those owned by veterans, capable of performing annual and quarterly maintenance on six chillers, with a contract anticipated to span a 12-month base period and four optional renewal years. This maintenance is crucial for ensuring operational efficiency and compliance with federal standards, while adhering to VHA safety policies and minimizing disruption to healthcare operations. Interested parties must submit their qualifications, capabilities statements, and sample price quotes by March 7, 2025, to Contract Specialist Melissa Serrato at Melissa.Serrato@va.gov.
    C1DA--528A8-23-811 AIR MONITOR RENOVATE FOR CT A221-A223
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a presolicitation for an air monitor renovation project at the Stratton VA Medical Center in Albany, New York. This project aims to enhance patient care by replacing existing CT machines and renovating rooms A221-A223, necessitating the services of a Certified Industrial Hygienist (CIH) to oversee the abatement of hazardous materials, specifically asbestos and lead paint, during construction. The procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 541620 and a project magnitude of less than $25,000. Interested parties can expect the solicitation to be posted around mid-May or June 1, 2025, and should direct inquiries to Terry Fraser at terry.fraser@va.gov or by phone at 518-626-5161.