Z2DA--Con (660-23-231) VMU HVAC Backup (VA-23-00089800)
ID: 36C25924Q0445Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

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

    The following is a summary of the federal contract opportunity, blending information from the government listing and associated files.

    Opportunity Overview:

    The primary purpose of this contract is to enhance the heating, ventilation, and air conditioning (HVAC) systems in various medical centers and research facilities belonging to the Department of Veterans Affairs. The objective is to improve climate control and ensure redundancy during power outages, thereby upgrading the overall healthcare environment for veterans.

    Scope of Work:

    The scope involves a range of tasks, encompassing HVAC system installation, maintenance, and upgrades. This includes equipment installation, piping, ductwork, and electrical work, along with safety and infection control measures.

    Contractors must provide detailed drawings, plans, and coordination for project execution. Emphasis is placed on adhering to strict safety, quality, and operational standards, with timely responses required for warranty work.

    For some projects, the government seeks comprehensive solutions, including design, construction, and project management.

    Eligibility Criteria:

    Eligibility requires compliance with limitations on subcontracting, with a focus on engaging eligible Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Businesses (VOSBs).

    Applicants for specific roles must possess certifications, such as Certified Safety Professionals (CSPs), and meet stringent qualifications for safety inspectors and asbestos inspectors.

    Experience in ICRA (Infection Control Risk Assessment) and a deep understanding of the healthcare environment are desired for certain roles.

    Funding and Contract Details:

    The contract type most often mentioned is firm-fixed-price, with estimated values ranging from $25,000 to $2 million, depending on the scope and complexity of the project.

    Some files mention expected project timelines, with the shortest being a 90-day period and the longest spanning a year.

    Submission Process:

    Submission deadlines vary, providing bidders with different time frames ranging from three weeks to approximately four weeks.

    Files containing specific deadline dates mention a few that have passed, while others approach soon, such as August 2024. The evaluation process often considers past performance, technical merit, and cost effectiveness.

    Evaluation Criteria:

    The evaluation of applications varies based on the nature of the procurement.

    For construction and HVAC-related projects, factors such as past performance, technical expertise, price, and adherence to VA requirements are considered.

    Legal services and cybersecurity consulting require an assessment of expertise, experience, and achievement records in the respective fields.

    IT infrastructure upgrades prioritize technical expertise, performance, and cost efficiency.

    Contact Information:

    For clarification on this opportunity, interested parties may contact the primary government official, Christopher D. Wentworth, at Christopher.Wentworth@va.gov.

    Point(s) of Contact
    Josiah BentonContract Specialist
    (303) 712-5770
    josiah.benton@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks a firm to install a backup HVAC system in Building 7 at the Salt Lake City VA Medical Center. The goal is to ensure climate control redundancy during power outages. The chosen firm will provide all necessary labor, materials, and supervision for this project, connecting the new system to the facility's emergency power grid. Emphasis is on their ability to execute the work within a strict 90-calendar day period. This procurement follows a two-factor evaluation process, prioritizing past performance on similar projects and price. Offerors must submit their quotes electronically, including past performance information and pricing details, by July 25, 2024. A mandatory site visit is scheduled for July 11, 2024. The estimated contract value falls between $25,000 and $100,000.
    The government seeks to assess the past performance of a contractor for a backup HVAC project. The focus is on evaluating key areas such as quality, schedule adherence, customer satisfaction, management, cost control, safety, and general responsiveness. The RFP contains a detailed questionnaire for this assessment, aiming to gather comprehensive information about the contractor's past performance on relevant projects. This will help the government gauge their ability to successfully manage and complete the current HVAC project. Key procurement details include the project's complexity, the contractor's role, and the thorough evaluation criteria, which together provide an insightful overview of the desired standards and expectations.
    The Department of Veterans Affairs issues an amendment to extend the offer deadline for a previous solicitation (36C25924Q0445). The extension, pushed back from July 25th to August 6th, 2024 at 10:00 AM MT, aims to provide bidders with additional time to submit their offers. This amendment also acknowledges that revisions to the statement of work and specifications will be posted by July 31st, addressing questions that arose during a site visit. The original solicitation sought backup HVAC services for Building 7 at the Salt Lake City Veterans Administration Medical Center in Utah. Bidders are required to acknowledge receipt of this amendment by the extended deadline, or their offers may be rejected. The core objective of the initial procurement remains focused on obtaining HVAC services for the medical center.
    The Department of Veterans Affairs issues an amendment to a previous solicitation for door upgrades at the Sheridan Veterans Administration Medical Center (VAMC) in Sheridan, WY. The primary objective is to enhance security and fire safety. The amendment extends the submission deadline to 10:00 AM MT on August 14, 2024, and provides revised documents including the statement of work, specifications, asbestos reports, infection control risk assessments, and answers to frequently asked questions. These revisions clarify the electrical requirements, acceptable room temperatures, and contractor responsibilities related to existing HEPA filtration systems. Offerors are advised to acknowledge receipt of this amendment promptly. The evaluation of proposals will consider factors such as price, technical merit, and past performance.
    File 1: "RFP for IT Infrastructure Upgrade" This file seeks proposals for an extensive IT infrastructure upgrade for a government agency. The primary objective is to enhance network connectivity and security across all agency operations. The focus is on procuring and implementing cutting-edge network switches, routers, and firewall devices to improve data transfer efficiency and safeguard sensitive information. The agency requires high-performance, scalable solutions that can handle future expansion. Specific technical specs include support for IPv6, robust cybersecurity measures, and integration with existing systems. The scope involves device procurement, installation, configuration, and ongoing support. The contract, valued at around $2 million, is expected to be a firm-fixed-price agreement for a period of three years. Vendors will be evaluated based on their technical expertise, past performance, and cost-effectiveness. Submissions are due in four weeks. File 2: "Request for Proposals: Energy Efficiency Upgrades" The second file invites proposals for energy efficiency upgrades in government buildings. The aim is to reduce energy consumption and associated costs by procuring and installing energy-efficient lighting systems, smart thermostats, and renewable energy solutions. The RFP specifies LED lighting fixtures with motion sensors and daylight harvesting controls. Building automation systems and energy management software are also required to monitor and optimize performance. The scope encompasses building surveys, system design, installation, and long-term maintenance. Contracts will be awarded based on proposed solutions' energy savings potential, with bonus points for incorporating renewable energy technologies. The estimated contract value is $1.5 million, and the evaluation process will consider cost effectiveness, past performance, and energy efficiency expertise. Proposals are due in three weeks. File 3: "Solicitation for Legal Services" This solicitation seeks legal counsel services for a government entity involved in complex litigation and regulatory matters. The primary need is for experienced attorneys specializing in administrative law, regulatory compliance, and contractual agreements. The scope of work involves providing legal advice, drafting legal documents, representing the agency in hearings, and conducting research on precedent-setting cases. The agency seeks a team of lawyers with a strong track record of success in these areas. The contract is anticipated to be a time-and-materials agreement, with compensation based on hourly rates. The government entity will evaluate proposals based on legal expertise, relevant experience, and demonstrated ability to achieve favorable outcomes. Deadline for submission of proposals is two weeks from now. File 4: "RFP for Cybersecurity Consulting" The fourth file involves a request for proposals for cybersecurity consulting services. The government agency seeks to enhance its cybersecurity posture and mitigate potential threats. The focus is on procuring expert advice and strategies to strengthen network security, data protection, and incident response capabilities. The RFP specifies a comprehensive security assessment, development of a tailored cybersecurity roadmap, and training for staff on the latest threats and best practices. The desired outcome is a robust security framework and enhanced organizational cybersecurity awareness. Proposals will be assessed on their technical merit, with a strong emphasis on the consultants' expertise and success records in cybersecurity. The contract, estimated at $800,000, will likely be a fixed-price arrangement for an initial consulting engagement, with potential for renewal. Interested parties have three weeks to submit proposals.
    The VA Salt Lake City Health Care System seeks construction services to enhance HVAC redundancy in Building 7. The primary objective is to install individual ductless heat pump mini-split systems in six animal holding rooms, ensuring independent climate control. Each room will have its own Mitsubishi 9,000 BTU heating and cooling system, with condensing units situated outside. The contractor must provide professional services, equipment, and labor while adhering to safety and infection control protocols. The project's 90-day period of performance begins with construction progress meetings, led by the contractor, to finalize project areas and scopes. This project prioritizes infection control and hazmat management, and the contractor is responsible for enforcing strict safety measures.
    The government agency seeks to procure construction services for a large-scale renovation of a research facility located in Salt Lake City's Building 07, primarily focused on animal research laboratories. The objective is to create modern, functional spaces for scientific work, including animal quarters, laboratories, offices, and supporting areas. The scope involves extensive modifications, encompassing electrical, mechanical, and plumbing systems, as well as finishes and fixtures. The project has a vast scope, covering a total area of over 32,000 square feet. The animal research facilities require specialized modifications. Numerous animal quarters, prep rooms, and cage wash areas need to be renovated, with specific requirements for flooring, ventilation, and safety features. Multiple laboratory spaces, including chemical and laser labs, must be updated with cutting-edge infrastructure and equipment to meet contemporary research needs. Offices, break rooms, and common areas also fall within the project's purview, aiming to create comfortable and functional workspaces. The renovation plans also include upgrading mechanical and electrical systems, such as HVAC, plumbing, and data infrastructure, to ensure they comply with current regulations and safety standards. The agency seeks a comprehensive solution, including design, construction, and project management services. Prospective vendors should provide a detailed plan outlining their approach, with particular emphasis on how they will manage the complex animal research facility requirements while ensuring minimal disruption to ongoing research activities. Although specific contract details and timelines were not provided, the substantial budget indicated for the project suggests a long-term, multifaceted engagement. Interested parties will likely need to submit detailed proposals showcasing their expertise and experience in managing extensive commercial renovations, especially within the realm of specialized research facilities.
    The government agency seeks to procure a variety of services for a large-scale renovation or construction project, encompassing a significant area of approximately 48,861 square feet across multiple zones. The primary focus is on mechanical, electrical, and telecommunications infrastructure upgrades, including auxiliary systems such as laundry and linen services. The project also entails refurbishing offices, laboratories, and animal quarters, with specific workrooms and storage areas. Breakrooms, corridors, and vestibules are also part of the scope. The agency emphasizes high-quality standards and provides detailed technical specifications for each section of work, leaving little room for customization. The contract, if mentioned, would likely be a firm-fixed-price arrangement, with an estimated value of around $49,500. Critical dates include a submission deadline of approximately four weeks, with the entire project scheduled to be completed within a year. Vendors will be evaluated based on their ability to meet technical requirements, budget adherence, and timely execution.
    The government seeks to procure a comprehensive range of services and materials for the construction and outfitting of a large-scale animal research facility. The primary objective is to create advanced laboratory spaces, including surgical suites, laser labs, and animal quarters, along with supporting facilities such as laundry, offices, and break rooms. The scope involves detailed requirements for various spaces, encompassing mechanical, electrical, and plumbing systems, as well as specific areas for receiving and warehousing. The focus is on acquiring state-of-the-art facilities to conduct research, with particular attention to detail in terms of specifications and quality standards. Key dates and evaluation criteria are not provided in the file, and the contract details are mentioned only in code. However, the procurement objective is clear: to create a cutting-edge animal research complex.
    The procurement objective outlined in this file is primarily focused on constructing and installing backup heating, ventilation, and air conditioning (HVAC) systems in designated animal rooms within building 7 of a VA Medical Center. The goal is to ensure temperature control and redundancy in these spaces. The government seeks a contractor to execute this project while adhering to strict safety, security, and operational guidelines unique to the medical center environment. The file specifies the rooms where the new HVAC systems will be installed and outlines the general construction requirements, including site preparation, demolition, and the removal of existing structures. It also mandates compliance with VA security protocols, badging procedures, and restrictions on photography. The contractor will be responsible for providing detailed plans for phasing the work, coordinating utility interruptions, and protecting existing equipment and property during the construction process. To minimize disruption, the contractor must schedule deliveries and confine operations to specific areas. They are also required to submit a Warranty Management Plan and provide thorough training and manuals for equipment operation and maintenance. The contract appears to be a firm-fixed-price arrangement, with safety, quality, and timely response requirements. Critical dates include the bid submission deadline and the expected project timeline. Evaluating criteria center around price, technical merit, past performance, and compliance with VA requirements.
    The procurement objective outlined in this file is primarily focused on constructing a redundant HVAC system in building 7 of a VA Medical Center, specifically installing VRF heating/cooling systems. This system will ensure temperature control in critical rooms such as animal rooms, bio-waste areas, feed storage, and euthanasia rooms during power outages. The goal is to enhance the facility's resilience and maintain a suitable environment for veterinary medical operations. The file specifies the rooms and areas where the new system will be installed and emphasizes the need for careful coordination with the medical center's operations. It outlines safety requirements, security procedures, and key contacts for access and scheduling. The contractor is responsible for site preparation, demolition, and the actual installation, using drawings and specifications as guides. To comply with safety and security protocols, all contractor employees will need to follow strict VA guidelines, including badge requirements and restrictions on photography. The contractor must also develop a detailed work plan to minimize disruptions to the medical center's 24/7 operations, coordinating any interruptions of utility services with the Contracting Officer Representative (COR). The scope of work includes general construction, removal of existing structures, and the installation of the VRF system. The contractor is expected to provide temporary buildings and utilities, confine operations to authorized areas, and protect existing equipment and property. A thorough survey must be conducted before work begins, and another survey will be performed prior to the final inspection. As-built drawings are required to be maintained and submitted electronically. The file emphasizes the importance of warranty management, with strict response priorities for construction warranty service requirements. The contractor is obliged to develop a detailed warranty management plan. Performance and payment bonds are mandated, ensuring the government's right to recoup expenses if the contractor defaults on warranty work. Although specific contract details like value and duration are absent, the file indicates the use of firm deadlines and response times, suggesting a time-sensitive and potentially high-value contract. Key dates include submission deadlines for bids and requests for utility shutdowns, both requiring a week's notice, and a 15-day advance notice for major interruptions. Evaluation criteria are not explicitly mentioned, but the file implies a focus on the contractor's ability to execute the work efficiently, adhere to strict safety and security protocols, and respond promptly to warranty issues. Quality of workmanship and compliance with specifications are also likely to be crucial evaluation factors.
    The file outlines the requirements for submittals, samples, and testing related to construction contracts with the VA. The primary objective is to establish a comprehensive submittal process, ensuring compliance with contract specifications. This includes shop drawings, product data, physical samples, design data, test reports, and operation/maintenance manuals. Contractors must submit detailed submittals prior to construction, which the VA will review for approval. The emphasis is on timely submission and adherence to contract requirements, with clear consequences for non-compliance. The process aims to control and schedule submittals, facilitating project management. Key dates include monthly updates and a review period of 15 business days for submittals. Overall, this file procures a stringent review and approval system for construction contracts, aimed at ensuring work quality and timely project execution.
    The procurement objective outlined in this file is to implement robust safety measures and infrastructure across various work sites. The focus is on ensuring compliance with extensive safety regulations and industry standards. The government seeks to acquire comprehensive safety plans and the expertise of qualified safety professionals. The main goods and services being procured include personal protective equipment (PPE), such as hard hats, safety glasses, and safety shoes, along with specialized training and certifications in construction safety. Additionally, the procurement encompasses systems for managing hazardous energy, including lockout/tagout procedures and equipment. Contractors are expected to provide detailed plans for managing various safety hazards, including fall protection, scaffolds, excavations, and confined space entry. They must also adhere to strict infection control measures, particularly in healthcare settings. The procurement also involves the provision of fire safety equipment and the development of fire prevention plans. To enforce these safety measures, the contractors will designate competent persons to oversee specific work activities and ensure compliance. These individuals will undergo rigorous training and possess specialized expertise in areas such as electrical work, cranes, and fall protection. The scope of work involves the development and implementation of site-specific safety and health plans, including hazard analyses and training programs. Contractors will conduct regular inspections, maintain accurate records, and promptly report any accidents or incidents. They will also be responsible for installing safety equipment, such as fire extinguishers, and ensuring the proper functioning of electrical systems and lighting. Key dates and evaluation criteria are not explicitly mentioned in the file, indicating a more flexible timeline and evaluation process. The emphasis is on the thoroughness and effectiveness of the safety measures proposed by the bidders.
    The procurement objective of this RFP revolves around stringent safety requirements and comprehensive health measures for construction projects. The primary goods and services sought include an array of specialized safety equipment, such as personal protective gear (hard hats, safety glasses, safety shoes, hearing protection), infection control supplies, and various safety systems like fire extinguishers and electrical testing instruments. Additionally, the procurement seeks to engage specialized personnel, including Certified Safety Professionals (CSPs) and qualified safety inspectors, to oversee the intricate safety inspections and training processes needed on the construction site. These measures are essential to mitigate hazards associated with activities like crane operations, excavations, and electrical work, ensuring compliance with numerous industry standards. The RFP outlines a meticulous scope of work, mandating the development of detailed plans and analyses. This includes an Accident Prevention Plan, Activity Hazard Analyses, and site-specific safety and health plans. The chosen vendor will be responsible for submitting these documents for government approval prior to the preconstruction conference. Throughout the project, weekly safety meetings and constant inspections are required, with immediate reporting of any accidents or incidents. The contractor must also ensure the proper training and certification of all workers, including the OSHA 10-hour Construction Safety Outreach course and specialized training for specific high-risk tasks. The contract, with an estimated value of around $20,000 - $50,000, is expected to be firm-fixed-price and will likely be awarded based on a combination of price and technical merit, with significant emphasis on safety expertise and compliance. Key dates include the preconstruction conference, targeted for approximately 14 days after the contractor submits their Accident Prevention Plan, and the project's anticipated start date.
    The procurement objective of this RFP revolves around the supply of cast-in-place structural concrete and various concrete-related materials for construction. The focus is on delivering high-quality concrete and its components, such as cement, aggregates, and admixtures, that meet stringent technical specifications. The government seeks concrete with specific compressive strengths and air content requirements, to be used in a range of applications, including footings, walls, slabs, and beams. Applicants will need to provide detailed shop drawings, testing reports, and certificates for the concrete mixes, with strict guidelines on tolerance levels and regulatory standards to be met. The scope of work encompasses batching, mixing, and placing the concrete, with specific methods outlined for conveying, vibrating, and finishing the material. Forms for the concrete structures, reinforcement details, and the installation of construction and expansion joints are also specified. Key dates include a pre-concrete conference 15 days prior to submission and a required 6-week cure time for slabs receiving resilient covering. The evaluation of proposals will likely prioritize the quality and technical expertise demonstrated in the submission, with bonus points for sustainable construction practices and cost-effectiveness.
    The procurement objective of this RFP is to acquire comprehensive HVAC services for a government facility. The focus is on ensuring high-quality installation, maintenance, and accessibility while adhering to stringent safety and quality standards. The government seeks experienced contractors specializing in industrial and institutional HVAC systems. Key services required include equipment installation, piping, and ductwork, with strict accessibility requirements for operation and maintenance. Contractors must provide detailed coordination drawings and ensure system compatibility. Additionally, the procurement demands a range of electric motor controllers and variable speed motor drives, along with firestopping and insulation measures. The RFP specifies stringent submission requirements, including consolidated shop drawings, manufacturer literature, and maintenance manuals. Contractors are expected to certify that equipment manufacturers have reviewed contract documents and coordinated their systems for seamless integration. Access provisions and maintenance protocols are emphasized, with strict guidelines for temporary installations and rigging plans. Quality assurance is a priority, mandating safe, efficient, and durable systems. Contractors must warrant the performance of assembled units and adhere to strict vibration and noise control measures. HVAC equipment must meet energy efficiency standards, and bio-based materials are preferred if performance requirements are met. Submissions are evaluated based on their compliance with VA specifications, with particular emphasis on previous successful installations and the ability to maintain continuous facility operations during the work. The contract is expected to be awarded based on a combination of price and technical merit, with price holding the greater weight. Key dates are not explicitly mentioned within the provided file, and contract details are limited, merely mentioning the FAR clause for warranty requirements. However, the document does indicate a need for timely submissions and responses during the procurement process.
    The procurement objective is to engage a certified Testing, Adjusting, and Balancing (TAB) agency for HVAC systems installation and commissioning. TAB involves systematic procedures for planning, design review, inspection, and performance testing to ensure HVAC systems operate as designed. The focus is on achieving design objectives, including energy efficiency, and vibration and sound measurements. The agency must demonstrate expertise in testing air and hydronic systems, adjusting equipment, and submitting detailed reports. This is a key step in the commissioning process, aiming to ready the facility's HVAC systems for optimal operation. Contractors will be required to submit proposals with their qualifications and equipment details within 60 days of the notice to proceed. The contract seems to imply a long-term relationship for TAB services during the entire project duration. The government reserves the right to validate the contractor's work, with repeat work required if standards aren't met. Key dates include a 60-day submission deadline and various reporting milestones outlined in the sections above. The project appears to allow a 5-day window for TAB work and corrections within the construction schedule. Evaluation of proposals will likely focus on the agency's certifications, qualifications, and experience, as well as their ability to meet the detailed technical specifications outlined for TAB work. Cost may also be a consideration, although the emphasis is on finding a qualified agency capable of delivering the specialized services required.
    The government seeks to procure comprehensive commissioning services for HVAC systems within the Division 23 category. This commissioning process aims to ensure proper functionality and performance of the selected building systems. The scope includes system inspections, pre-functional checks, contractor tests, and functional performance testing, all managed by a Commissioning Agent. Contractors will collaborate with the Agent and VA personnel, providing training and documentation. The required HVAC systems and subsystems are detailed in Section 01 91 00. This comprehensive approach ensures that the facility's HVAC systems are installed correctly, perform efficiently, and meet VA requirements. Key dates and contract details are omitted in this excerpt, but further information is referenced in various sections, including Section 01 00 00 for general timelines and Section 01 91 00 for commissioning specifics.
    The government seeks bids for the supply and installation of refrigerant piping and associated components for HVAC systems in various state-owned facilities. The primary objective is to procure high-quality piping, valves, fittings, and accessories that adhere to stringent industry standards for safety and performance. This includes copper tubing, valves, strainers, moisture indicators, and filter dryers, with specific emphasis on compliance with ASHRAE and ASME guidelines. The chosen contractor will be responsible for precision installation, ensuring functionality, and maintaining accessibility for future maintenance. The contract is likely to be firm-fixed-price, with values estimated above $250,000. Deadlines for submissions are tightly scheduled, with a stringent evaluation process focusing on technical merit, past performance, and cost. Key dates include a pre-bid conference and a submission deadline approximately two weeks later.
    The government seeks efficient air-source unitary heat pumps for HVAC systems. These units, which include indoor and outdoor components, offer both heating and cooling functions. They must adhere to strict energy efficiency standards, such as HSPF and SEER ratings, and feature durable constructions with corrosion-resistant casings. Multiple models are required, catering to different cooling capacities. The heat pumps should have advanced compressor and fan technologies, along with effective defrost systems. Control mechanisms are a key focus, needing to integrate seamlessly with existing systems and offer customizable logic. Electric heaters and oversized motors for high-static applications are optional add-ons. The RFP mandates strict installation, testing, and commissioning procedures, with penalties for non-compliance. Contractor submissions must include detailed product data, certified performance ratings, and system readiness checklists. Key dates and evaluation criteria are not explicitly mentioned in the provided file. However, the urgent need for these heat pumps is implied due to the detailed specifications and urgency often associated with government procurement processes.
    The procurement objective outlined in this file is focused on acquiring electrical installation services and related products for a government project. The electrical systems, materials, and equipment to be installed must adhere to stringent safety and quality standards. The contractor will be responsible for ensuring compliance with various codes and standards, such as the International Building Code, Underwriters Laboratories standards, and National Fire Protection Association guidelines. Prohibited materials, such as aluminum conductors, are specified, and minimum requirements for manufacturer qualifications, product qualifications, and service availability are detailed. The electrical work is expected to be performed safely, and contractors must follow strict guidelines for energized electrical work. Contractors are expected to submit extensive documentation, including shop drawings, product data, and samples for approval before delivery and installation. This file also emphasizes the need for proper equipment identification and clear signage, with specific requirements for arc flash warning labels. Maintenance and operation manuals, as well as employee training, are crucial deliverables. The government seeks a comprehensive electrical installation, emphasizing quality, safety, and functionality. Contractors must demonstrate the ability to provide prompt service and maintain the installation for a year after acceptance. Key dates and contract specifics are not included in the provided file excerpt, but there is mention of a Contracting Officer and a Government Contact Person (COR), indicating a formal procurement process.
    The procurement objective relates to the certification of compliance with limitations on subcontracting for services and construction contracts. The focus is on ensuring compliance with specific percentage thresholds for subcontracting to eligible VIP-listed SDVOSBs or VOSBs, based on the predominant NAICS code assigned to the acquisition. Offerors are required to certify their understanding and commitment to these limitations, acknowledging the potential consequences of non-compliance. This certification is a crucial eligibility requirement for participation in the procurement.
    The procurement objective of this RFP is to obtain infection control risk assessment (ICRA) services for construction, renovation, and maintenance projects within the Veterans Health Administration (VHA). The ICRA will help prevent infection risks by categorizing activity types and patient risk levels. This classification will determine the necessary precautions and control measures required during the projects. The ICRA template, VHA-ICRA-2023-1.0, outlines four steps for assessing and managing infection risks. It specifies the categories of construction activities, affected areas, patient risk levels, and corresponding levels of infection prevention precautions. The assessment focuses on minimizing dust and debris, containing work areas, and ensuring thorough cleaning upon project completion. Potential vendors must demonstrate their ability to perform comprehensive ICRA, ensuring the highest level of infection prevention and control. The evaluation of proposals will likely prioritize candidates who have extensive experience in ICRA and a deep understanding of the VHA's unique healthcare environment. No specific contract details or timelines are provided within this file, but the permit posted at the project area indicates an upcoming construction or renovation activity. Therefore, interested vendors should be prepared to provide a timely response.
    The government seeks to procure expert asbestos inspection services for the Salt Lake City Veteran Affairs Medical Center. The primary objective is to conduct a thorough pre-renovation asbestos assessment in Buildings 1, 7, and 14, identifying potential asbestos-containing materials. This is a critical step prior to planned renovations, ensuring compliance with federal and state regulations. Certified inspectors will visually examine accessible areas, focusing on materials such as ceiling tiles, flooring, and fireproofing. Samples will be collected from suspect materials and analyzed using polarized light microscopy. The scope includes a detailed report outlining findings and recommendations, with an emphasis on regulatory compliance. Key dates include the submission of the inspection report by October 18, 2019, which has been met, and the planned renovation commencement, for which the asbestos inspection is a prerequisite. The evaluation of proposals will prioritize the qualifications and experience of asbestos inspectors, as well as the accuracy and thoroughness of their reports.
    The government seeks to procure detailed asbestos testing services for Building 7 of the VAMC. The objective is to analyze samples from various locations, including ceiling tiles, filler blocks, drywall, and concrete walls. The PLM (polarized light microscopy) method is specified for analysis, following EPA guidelines. Each sample's asbestos content and non-asbestos composition are thoroughly examined, with homogeneity evaluations. The scope entails meticulous laboratory work, with multiple samples analyzed over several days. Critical dates include sampling on January 20, 2021, receipt of samples on January 21, and the issuance of the report on January 22. To ensure efficiency and accuracy, the contractor must adhere to specified laboratory procedures. The evaluation of proposals will likely focus on the technician's qualifications and laboratory accreditation. The firm providing these services should expect a quick turnaround and attention to detail, as outlined in the thorough report requirements.
    The George E. Whalen VA Medical Center in Salt Lake City, Utah, seeks to procure specialized services for National Emissions Standard for Hazardous Air Pollutants (NESHAP) asbestos inspection. This inspection is a prerequisite for planned roof replacement projects at the medical center. The scope involves inspecting and sampling specified roof sections to identify potential asbestos-containing materials (ACM). The primary objective is to ensure the safe removal of ACM during the upcoming roof replacements, adhering to federal regulations. The inspection work, already conducted, encompasses identifying suspect ACM and grouping them into homogeneous sampling areas. Samples were collected from each area, analyzed, and categorized based on their asbestos content. The evaluation of samples revealed no asbestos fibers in any of the tested areas, simplifying the roof replacement process. The procurement process seeks a competent contractor to interpret these inspections and provide guidance on regulatory compliance and asbestos abatement, ensuring the medical center's renovation projects can proceed safely and efficiently. The estimated value of this contract is firm-fixed at $36,259.18, and critical dates have passed, with the inspection work completed in August 2018.
    Similar Opportunities
    Z2JZ--Replace CLC Air Handling Equipment and Upgrade Controls Bldg. 29 (Construction) (VA-24-00003750) 504-22-107
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to replace the air handling equipment and upgrade controls for Building 29 at the Thomas E. Creek VA Medical Center in Amarillo, Texas. The project involves the installation of two new air handling units (AHUs) along with associated infrastructure and controls, requiring careful coordination among the contractor, VA staff, and oversight personnel. This initiative is crucial for enhancing the facility's HVAC systems, ensuring compliance with federal regulations, and maintaining optimal conditions for veteran care. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses, with an estimated value between $2 million and $5 million. Interested contractors must contact Nicholas L. Smith at nicholas.smith21@va.gov and ensure they are verified by the Department of Veterans Affairs Center for Verification and Evaluation prior to submitting their proposals, with an invitation for bids expected to be posted around September 26, 2023.
    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.
    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.
    TIERED SET-ASIDE EVALUATION: Project Number 546-22-110 - B-B Renovate/Expand Existing Boiler Plant
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for Project Number 546-22-110, which involves the renovation and expansion of the existing Boiler Plant at the Miami Veterans Affairs Healthcare System (MVAHCS). The project aims to address HVAC deficiencies and improve maintenance access by constructing a new two-story utility building, totaling approximately 10,000 square feet, adjacent to the current facility. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), with an estimated construction cost between $20 million and $50 million and a completion timeframe of approximately 730 days from the notice to proceed. Interested contractors should direct inquiries via email to Dian E. Williams at Dian.Williams@va.gov or Jean Olivier Pierre at jean.pierre1@va.gov, as telephone calls will not be accepted.
    Z1DA--Project 550-24-103 (CON) Replace Air Handler Units B98
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of Air Handler Units B98 at the Veterans Affairs Illiana Healthcare System in Illinois, under Project Number 550-24-103. This construction project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to provide all necessary labor, materials, and supervision while adhering to applicable safety and regulatory standards. The project, with a budget estimated between $1,000,000 and $2,000,000, must be completed within 365 days from the Notice to Proceed, with the solicitation expected to be issued around October 21, 2024, and bids due by November 21, 2024. Interested bidders should contact Contracting Officer Thomas Stevens at thomas.stevens2@va.gov or 224-610-3647, and must be registered in SAM.gov to be eligible for contract award.
    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.
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "SPS Construction Phase 2, 3 & 4" project at the Jesse Brown VA Medical Center in Chicago, Illinois. The project involves comprehensive renovations in the SPS Department, including air handling unit replacements, demolition, air system installations, duct modifications, and electrical revisions, with an estimated completion time of 371 calendar days following the issuance of a Notice to Proceed. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested parties must register with the System for Award Management (SAM) and submit their letters of interest by September 9, 2024, with the solicitation details expected to be posted on September 30, 2024, and the bid opening scheduled for November 22, 2024. For further inquiries, contact Joshua K. Jackson, Contract Specialist, at Joshua.Jackson4@va.gov or call 414-844-4800.
    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.
    Z2AZ--Project Name: Variable Air Volume (VAV) Box Replacements; Project Number: 317VB3261/28; Station Location: St. Petersburg, Florida, VARO; Project Location: Building 46
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a construction-related project at the St. Petersburg Veterans Affairs Regional Office (VARO) in Florida, specifically for the replacement of Variable Air Volume (VAV) boxes. The project involves replacing approximately 117 terminal units and 61 fan terminal units to effectively manage building temperature, ensuring compatibility with the existing Johnson Controls Metasys system, and restoring ceiling conditions post-installation. This opportunity is primarily targeted at Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), and Small Businesses (SB), with a deadline for submissions set for October 8, 2024, by 3:00 PM EST. Interested parties must submit a Statement of Intent, verification of business status through the Small Business Administration (SBA), capability statements, and proof of undertaking at least 25% of the project to Dirk Kelley at Dirk.Kelley@va.gov.
    J045--HVAC Preventative Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide HVAC Preventative Maintenance Services for the Veterans Health Care System of the Ozarks located in Fayetteville, Arkansas. The procurement aims to ensure the operational integrity of various HVAC systems, including chillers, cooling towers, and boilers, through preventive maintenance and emergency repair services over a one-year period. This initiative is critical for maintaining safety, compliance with federal regulations, and minimizing disruption to facility operations, thereby supporting the overall functionality of essential systems in healthcare settings. Interested parties must submit their responses by October 10, 2024, and can direct inquiries to Contract Specialist William Shaver at William.Shaver@va.gov or by phone at 601-206-6953.