C214--LOU Continuous Commissioning Support BPA
ID: 36C24924Q0386Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Facilities Support Services (561210)

PSC

ARCHITECT AND ENGINEERING- GENERAL: MANAGEMENT ENGINEERING (C214)
Timeline
    Description

    The Department of Veterans Affairs is seeking to establish a sole-source Blanket Purchase Agreement (BPA) for Continuous Commissioning Support with Enviros, LLC, specifically for the Robley Rex VA Medical Center's VISN-wide Retro-Commissioning project. This procurement aims to renew licensing for the proprietary iPerformance Asset Performance Management Tool, which is essential for conducting federally mandated energy audits and retro-commissioning projects every four years to ensure the efficiency and reliability of HVAC and utility systems. The anticipated cost for this procurement is approximately $7.5 million, and interested parties are invited to submit their capabilities and quotations by 11:00 AM CST on September 10, 2024, to Rebecca Espinoza at rebecca.espinoza@va.gov. The government retains discretion over whether to solicit further competition based on the responses received.

    Point(s) of Contact
    Rebecca EspinozaContract Specialist
    (615) 225-6998
    rebecca.espinoza@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a Special Notice regarding a sole-source Blanket Purchase Agreement (BPA) for Continuous Commissioning Support with Enviros, LLC. This agreement pertains to the Robley Rex VA Medical Center's VISN-wide Retro-Commissioning project utilizing the proprietary iPerformance Asset Performance Management Tool, which is unique to Enviros. Federal law mandates energy audits and retro-commissioning projects every four years for federal facilities, ensuring HVAC and utility systems' efficiency and reliability. Enviros, LLC, recognized as a responsible Service-Disabled Veteran-Owned Small Business (SDVOSB), is the sole provider of the specialized software required for the project. The procurement will follow FAR guidelines for engaging a single responsible source. Interested parties may express their capability to fulfill the requirement by submitting quotations by the specified deadline of September 10, 2024. However, the government retains discretion over whether to solicit further competition based on received responses. The government cautions against including proprietary or sensitive information in submissions, as all non-proprietary technical information may be utilized in future solicitations. This document summarizes the government’s intent to renew essential software licensing and ensure compliance with federal energy management requirements.
    The Department of Veterans Affairs (VA) is justifying a sole source procurement for the iPerformance Asset Performance Management Tool under FAR 13.5, with an anticipated cost of $7.5 million. This tool supports the Continuous Commissioning Initiative at the Louisville VA Medical Center, enabling effective tracking of HVAC and utility system performance across seven facilities within VISN 9. The justification cites that Enviros LLC is the only source able to provide this proprietary software, which is vital for generating compliance reports from critical operational areas. Market research confirmed that no other vendors could satisfy the specific requirements due to its proprietary nature, and Enviros is confirmed as a Veteran-Certified Service-Disabled Veteran-Owned Small Business (SDVOSB). The contracting officer certifies the justification's accuracy and completeness, noting that existing GSA contract comparisons validate that the anticipated costs are fair and reasonable. Future research efforts will focus on identifying additional vendors to enhance competition for similar services. This document confirms the necessity of securing a unique tool that directly supports the VA's operational capabilities in a specialized context.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J041--BAS Maint & Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 23, intends to issue a Firm-Fixed Price contract for the maintenance and repair of the Metasys Building Automation System, which is proprietary to Johnson Controls, Inc. This sole-source procurement aims to upgrade the existing system that controls various mechanical and electronic systems across the St. Cloud VA Health Care System, including heating, ventilation, air conditioning, lighting, and security. Interested parties are invited to submit capability statements, including company details and authorization from the original equipment manufacturer, by 4:00 PM CST on July 9, 2024, to the Contract Specialist, Becky M De Los Santos, at Becky.DeLosSantos@va.gov. The contract will cover a base year and four option years, with the total estimated cost to be determined.
    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.
    H945--BOILER TUNING & SAFETY DEVICE TESTING
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for boiler tuning and safety device testing at the Edward Hines Jr VA Hospital in Hines, IL. The contractor will be responsible for providing all necessary labor, supervision, materials, and equipment to clean grilles and fan systems, conduct Air Change (ACH) Testing, and replace filters, ensuring compliance with safety regulations and operational efficiency. This contract is a 100% small business set-aside with an estimated total value of $12.5 million, covering a base year from November 1, 2024, to October 31, 2025, with four optional extension years. Interested contractors should contact Susan Pasholk at susan.pasholk@va.gov for further details.
    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.
    J065--MGC Breeze Software Svs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Network Contracting Office 16, intends to award a sole-source contract to MGC Diagnostics Corporation for the renewal licensing agreement of the Breeze Connect Software. This contract aims to ensure ongoing support and maintenance for the software currently utilized at the Southeast Louisiana Veterans Health Care System in New Orleans, LA, which is critical for the facility's operational efficiency. The anticipated firm-fixed-price contract will cover a base period and four option years, providing essential services such as software maintenance, updates, database management, and 24-hour support. Interested parties are invited to submit a capabilities statement by September 19, 2024, at 1:00 PM CST, to the Contracting Officer, Veronica Maskell, at veronica.maskell@va.gov.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a significant project to replace the boilers and chillers in the Fort Thomas Domiciliary Building 64, Cincinnati VA Medical Center, Kentucky, seeking a reliable and efficient heating solution. The procurement process aims to award a Firm-Fixed-Price contract for this project, titled 'Replace Fort Thomas Boilers.' The scope of work is extensive, requiring general construction services, including electrical, controls, and mechanical tasks, with a particular focus on plumbing and heating systems. The project involves replacing steam boilers, chillers, and associated infrastructure and modifying the chilled water system. To minimize disruptions, the work must be carefully phased within an occupied space, achieving this without interrupting the building's operations. The VA requires the project to be completed within a maximum timeline of 913 calendar days. Key objectives also include adhering to the VA's Green Environmental Management System and ensuring minority and female workforce participation. The VA will closely scrutinize safety and environmental records, along with recent OSHA violation history, as part of the award criteria. Contractors must provide detailed information on their safety performance and Experience Modification Rate (EMR). The procurement process involves multiple stages and deadlines. There will be a site visit on June 7, 2024, and the VA encourages prospective bidders to attend. The initial offer deadline was June 25, 2024, but several amendments have extended it. The current deadline for submissions is now 10:00 a.m. EST on October 16, 2024. The VA will evaluate bids based on compliance, certifications, and price, with the lowest aggregate amount being a key consideration. This project holds significant importance, reflected in the VA's commitment to providing extensive project specifications and multiple deadlines for submissions. The department seeks a comprehensive solution while prioritizing safety, environmental sustainability, and timely execution. Eligible bidders should carefully review the provided specifications and drawings, ensuring full compliance with the outlined requirements. For further clarification or questions, interested parties should contact Contract Specialist Luke Turner at luke.turner@va.gov regarding solicitation number 36C25024B0075.
    6515--VISN 1 B 3 Zoll Defib-AED BPA: Mod Intent to Single Source Clarification: SDVOSB Single Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically VISN 1, intends to establish a four-year Blanket Purchase Agreement (BPA) for Zoll brand Defibrillators and Automated External Defibrillators (AEDs) with After Action Medical and Dental Supply, LLC, the sole authorized distributor for these products. This procurement aims to replace approximately 145 aging Zoll defibrillators and acquire around 375 new Zoll AEDs, ensuring compatibility with existing equipment and maintaining high-quality emergent care across VISN 1 medical facilities. The decision to single source this contract is supported by extensive market research indicating Zoll devices as the preferred choice among medical institutions, critical for effective emergency response and patient care. Interested parties can contact Contracting Officer Deidra Thomas at deidra.thomas@va.gov or 802-295-9363 for further details, with the anticipated performance period running from September 20, 2024, to September 19, 2028.
    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.
    R702--PBM Drug Pricing Database [VA-25-00000408]
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a subscription service to access Pharmacy Average Wholesale Pricing (AWP) data, aimed at ensuring compliance with federal regulations regarding pharmacy agreements with third-party payers and pharmacy benefit managers. This service is critical for the VA to assess whether reimbursement rates proposed by PBMs meet federal requirements, thereby maximizing revenue streams while adhering to legal standards. The contract is set for one year, starting in December 2024, with an option for four additional years, and has an estimated budget of approximately $19.5 million. Interested vendors must submit their proposals by October 1, 2024, and can contact Contract Specialist Orangella Bittick at Orangella.Bittick@va.gov or (314) 894-6460 for further information.