Z1DA--Replace Vacuum Pumps 553-22-201 - 0002
ID: 36C25025B0016Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
  1. 1
    Posted Feb 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is seeking bids for the replacement of medical vacuum pumps at the John D. Dingell VA Medical Center in Detroit, Michigan, under solicitation number 36C25025B0016. This project, designated as a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves replacing nine aging vacuum pumps and requires contractors to provide all necessary resources while ensuring minimal disruption to hospital operations. The estimated cost for this project ranges between $500,000 and $1,000,000, with a performance period of 90 days post-Notice to Proceed. Interested bidders must submit their proposals by April 24, 2025, at 1:00 PM EDT, and can contact Contract Specialist Kyle Lipper at kyle.lipper2@va.gov for further information.

Point(s) of Contact
Kyle LipperContract Specialist
kyle.lipper2@va.gov
Files
Title
Posted
Apr 18, 2025, 7:08 PM UTC
The government solicitation 36C25025B0016 seeks bids for the replacement of medical vacuum pumps at the John D. Dingell VA Medical Center in Detroit, Michigan. This project is designated as a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $500,000 and $1,000,000. The selected contractor will provide all necessary resources—including labor, materials, and supervision—to replace nine aging medical vacuum pumps, which are prone to breakdown due to their original construction. The work must not disrupt medical center operations, adhering to VA building standards and safety codes. The bidder must submit various documents including a bid guarantee, acknowledgment of amendments, and performance/payment bond certifications. A site visit is scheduled for potential bidders to assess the conditions. The bid submission deadline is set, and all bids must be delivered by a specified date. This solicitation emphasizes the importance of compliance with federal regulations concerning employment and construction practices, particularly regarding equal opportunity and environmental safety standards.
Jan 24, 2025, 5:04 PM UTC
The Department of Veterans Affairs is announcing an upcoming Invitation for Bids (IFB) for Project 553-22-201, which involves the replacement of vacuum pumps at the John D. Dingell VA Medical Center in Detroit, Michigan. The solicitation is expected to be issued around February 28, 2025. The project requires the contractor to supply labor, materials, and supervision to replace nine existing medical vacuum pumps while ensuring minimal disruption to the Medical Center's operations during the construction process. The contract is designated for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and falls under the NAICS code 236220, with a project budget between $500,000 and $1,000,000. All work must comply with applicable safety standards, and contractors must submit necessary documentation prior to beginning operations. This presolicitation notice serves to inform potential bidders of the forthcoming project, with further details to be available on the Contract Opportunities website. As part of the process, all pertinent bidding documents will be available electronically, reinforcing the government’s commitment to transparency and accessibility in procurement operations.
Apr 18, 2025, 7:08 PM UTC
The document is an amendment to a solicitation issued by the Department of Veterans Affairs for the Ann Arbor Healthcare System. The main purpose is to extend the deadlines for request for information (RFI) submissions and bid openings. The due date for RFI submissions has been pushed from March 20, 2025, to April 9, 2025, and the bid opening date has been extended from March 31, 2025, to April 22, 2025. Additionally, there is a change in the contract specialist from Wendell Fulcher to Angelo Vivio. The amendment includes the inclusion of a bid schedule as an attachment and a posting of the pre-bid site visit attendance log on the SAM.gov portal. Overall, the document serves to update potential offerors regarding changes in timelines and key personnel related to the procurement process for replacing vacuum pumps under the specified contract number (553-22-201). This amendment ensures transparency and accessibility in the government procurement process.
Apr 18, 2025, 7:08 PM UTC
The document is an amendment to a solicitation for the Department of Veterans Affairs, specifically the Ann Arbor Healthcare System. The primary purpose of the amendment is to extend the deadline for the submission of offers from April 22, 2025, to April 24, 2025, at 1:00 PM EDT. It includes instructions for bidders to acknowledge receipt of the amendment, either by returning a signed copy of the amendment or by including a reference to it with their submitted offers. The amendment also references the release of responses to Requests for Information (RFIs) as an attachment, providing additional clarity to potential bidders. All other terms and conditions of the initial solicitation remain unchanged. This amendment reflects standard procedural updates associated with federal solicitations while ensuring all interested parties are adequately informed of changes affecting their submissions.
Apr 18, 2025, 7:08 PM UTC
The document outlines the bid schedule for the replacement of vacuum pumps at the Detroit VA Medical Center under project number 553-22-201. It specifies that bidders must price all items to be considered responsive. The primary bid item involves comprehensive construction tasks, including labor and removal of existing structures, with a performance period of 90 days post-Notice to Proceed. Additionally, two deductive bid items are presented which permit reductions based on excluded work involving specific vacuum pumps, listed in order of priority. In cases where the base bid exceeds available funding, awards will first be considered for the lowest deductive bid, structured to ensure compliance and responsibility among bidders. The document reinforces the importance of complete pricing and adherence to bid procedures, critical for the award selection process. This solicitation reflects the federal government's effort to maintain and upgrade healthcare facilities through a structured bidding approach that prioritizes budget adherence and project scope management.
Apr 18, 2025, 7:08 PM UTC
The document addresses important logistical and procedural considerations for a construction project at a VA hospital, specifically regarding the installation of temporary and new pump systems. Key points include the requirement to provide new circuitry and breakers for the temporary pumps, with a clear directive to maintain separate circuits for both temporary and new units due to project phasing. Security protocols are outlined, mandating that all contractors obtain badging for access, and raising questions about chaperoning in restricted areas. Additionally, it confirms the existence of a shutdown procedure for the installation of breakers, requiring a two-week notice, and specifies that construction may need to occur after hours or on weekends. This response is part of the broader context of governmental processes relating to RFPs and grants, emphasizing safety, compliance, and efficiency in federal projects. Overall, the document is essential for ensuring that contractors are aware of operational requirements and security measures necessary for working within the VA facility.
Apr 18, 2025, 7:08 PM UTC
The Pre-Award Contractor Experience Modification Rate (EMR) Form collects crucial information regarding a contractor's safety performance as part of the offer for Solicitation 36C25025B0016, in accordance with FAR 9.104-1(e). It aims to evaluate a prospective contractor's organizational capabilities, experience, operational controls, and safety programs. The form requires the company to provide detailed statistics from the past three years, including man hours worked, workplace injury cases, Days Away, Restricted, or Transferred (DART) rates, and any serious OSHA violations. Additionally, it mandates the submission of relevant OSHA forms, a letter from the insurance carrier confirming the current EMR rate, and the six-digit NAICS code pertinent to the acquisition. The company is also required to identify the individual responsible for the Safety and Health Program and provide the company's current EMR rate. This document serves as a significant tool for assessing responsibility and safety standards of potential contractors in federal contracts.
Apr 18, 2025, 7:08 PM UTC
The document outlines the plans for replacing the medical vacuum pump systems at the VA Medical Center in Detroit, under project number 553-22-201. The project aims to enhance existing plumbing infrastructure while ensuring minimal disruption to ongoing medical operations. It includes detailed phases for installation and removal of the vacuum systems in three specific areas: LL658, LL528, and LL215. Temporary systems will be utilized during upgrades to maintain service. The construction plans emphasize compliance with various regulations, including the National Fire Protection Association codes and the Americans with Disabilities Act. Architectural and engineering details, including diagrams and notes on system connections, clearances, and electrical setups, are provided. The document also outlines safety measures and requirements for coordinating with existing services and equipment. This initiative reflects the VA's commitment to improving healthcare facility operations and enhancing patient safety and service efficiency through infrastructure modernization. Overall, the project underscores the significance of meticulous planning and adherence to regulations in executing facility upgrades within government healthcare settings.
Apr 18, 2025, 7:08 PM UTC
The government project, "Replace Vacuum Pumps," initiated by the John D. Dingell Department of Veterans Affairs Medical Center in Detroit, aims to overhaul the vacuum pumping systems utilized in healthcare settings. The contract includes comprehensive site preparation, removal of existing structures, and installation of new medical vacuum pumps, all scheduled to minimize disruptions to hospital operations. Strict safety and security measures are mandated, detailing contractor obligations, employee identification, and access control to ensure the security of government sites. The contractor must generate and maintain an updated Critical Path Method (CPM) project schedule, submitting regular reports detailing project progress, costs, and modifications. Key milestones and timelines must align with the operational needs of the Medical Center, as it functions round-the-clock. The project emphasizes not only the installation of new equipment but also adherence to quality control, safety standards, and environmental regulations, highlighting the VA's commitment to maintaining high-quality healthcare services through enhanced facility infrastructure.
Apr 18, 2025, 7:08 PM UTC
The Request for Information (RFI) No. 36C25023B0057 is issued by the VA Medical Center to solicit information regarding the replacement of vacuum pumps as part of project number 553-22-231, located at 4646 John R St., Detroit, MI. The document emphasizes the importance of thoroughly reading the solicitation and related specifications before submitting any questions or requests for clarification. Contractors are instructed to reference specific sections or drawings when inquiring to ensure timely responses from the government. The RFI establishes a need for detailed and organized communication from prospective contractors, underscoring the comprehensive nature of the project and adherence to specified requirements. The contracting officer, Kyle A. Lipper, is the primary contact for communications related to this RFI. Through this RFI process, the government seeks to gather relevant information that will assist in the execution and management of the vacuum pump replacement initiative, ensuring that proposals align with project specifications and safety standards.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Z1DA--FY25 36C25725AP2590 | Cons-New | Bldg. 60 VAV Box Replacement | PND 5-26-2025
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement of 76 Variable Air Volume (VAV) Boxes at Building 60 of the Dallas VA Healthcare System. This project, identified under solicitation number 36C25725R0048, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the agency's commitment to supporting veteran-owned enterprises. The estimated contract value ranges from $500,000 to $1,000,000, with a response deadline of June 10, 2025. Interested vendors must verify their SDVOSB status through the Dynamic Small Business Search database and can contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732 for further details.
Upgrade Parking Garage Sump Pumps - Proj. No. 583-25-505
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to upgrade the sump pumps in the patient parking garage at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, Indiana. The project involves the removal of two failed sump pumps and the installation of two new pumps along with associated system components, ensuring compliance with safety and environmental regulations. This procurement is crucial for maintaining operational efficiency and safety within the medical center, reflecting the government's commitment to supporting veteran-owned businesses. Interested contractors must submit their proposals by the extended deadline of 120 days from the amendment date, with a project budget estimated between $25,000 and $100,000. For further inquiries, potential bidders can contact Brian Rosciszewski at brian.rosciszewski@va.gov.
659-25-510 | B11 CW Pumps & Condensate Pumps |
Buyer not available
The Department of Veterans Affairs is soliciting bids for the replacement of Chilled Water and Condensate Pumps at the W.G. Hefner VA Medical Center in Salisbury, North Carolina. The contractor will be responsible for providing all necessary equipment, personnel, and services to complete the replacement, ensuring minimal disruption to the facility's operations during the project. This procurement is particularly significant as it aims to enhance the infrastructure of a critical healthcare facility, with a contract value estimated between $500,000 and $1 million. Interested service-disabled veteran-owned small businesses (SDVOSBs) must submit their proposals by April 29, 2025, and can direct inquiries to Contracting Officer Sean Cosby at sean.cosby@va.gov.
Z1DA--Bldg 60 VAV Box Replacement Wing A and Wing B
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of Variable Air Volume (VAV) boxes at Building 60 within the Dallas VA Health Care System. This presolicitation notice invites bids specifically from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as mandated by FAR regulations, and emphasizes the importance of verifying SDVOSB status through the Dynamic Small Business Search prior to proposal submission. The project, which falls under the NAICS code 238220, has an estimated magnitude between $500,000 and $1 million, highlighting its significance in maintaining the VA healthcare infrastructure. Interested contractors should direct inquiries to Contract Specialist Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732, with a response deadline set for May 2, 2025.
UNINTERRUPTIBLE POWER SUPPLY SYSTEM MAINTENANCE
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the maintenance of Uninterruptible Power Supply (UPS) systems at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a total project value of $12.5 million over a five-year term, which includes a base year and four optional years. The maintenance services will involve semi-annual preventive services and battery replacements, ensuring compliance with industry standards to maintain operational uptime for critical power systems essential for healthcare facilities. Interested contractors should contact Susan Pasholk at SUSAN.PASHOLK@VA.GOV or call 414-844-4846 for further details, and a site visit is recommended for those considering submission of a proposal.
J065--Bedford VA Medical Center Medical Gas and Dental Vacuum Systems Testing
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified small businesses for a firm-fixed price contract to maintain, test, and inspect medical gas and dental vacuum systems at the Bedford VA Medical Center in Massachusetts. The procurement aims to ensure compliance with safety and regulatory standards, including NFPA codes, through comprehensive semi-annual inspections and maintenance of the systems across multiple buildings. This initiative is crucial for maintaining the safety and efficacy of medical gas systems in healthcare facilities, thereby supporting uninterrupted service delivery. Interested contractors must submit their bids electronically by April 29, 2025, at noon Eastern Time, and can direct inquiries to Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or by phone at 401-273-7100.
Z2DA--Project 667-25-190 Install Isolation Valves, B1 (Con)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 16, is soliciting proposals for the installation of isolation valves on the domestic water system at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This project, designated as a total Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves critical tasks such as asbestos abatement, installation of valves, and ensuring compliance with health and safety regulations during construction. The estimated project cost ranges from $100,000 to $250,000, with contractors expected to commence work within 10 calendar days of receiving the notice to proceed. Interested contractors must submit their proposals, including detailed pricing and performance bonds, by the specified deadlines, and can direct inquiries to Contract Specialist Jennings Herbst at Jennings.Herbst@va.gov.
Y1DZ--618-25-202, Replace Chiller #4
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to replace Chiller 4 at the Minneapolis VA Health Care System, specifically in Building 69. The project involves the removal of the existing chiller and installation of a new 1,100-ton centrifugal liquid chiller, along with necessary updates to associated equipment such as pumps and filters, all while ensuring compliance with current environmental regulations. This procurement is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated cost range between $1,000,000 and $2,000,000, with a performance period of 190 calendar days following the notice to proceed. Interested bidders must submit their proposals electronically by May 5, 2025, and can direct inquiries to Contract Specialist Trevor W Keyworth at Trevor.Keyworth@va.gov.
Y1DA--521-23-121 | SPS Renovation Phase 2
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the Sterile Processing Service (SPS) at the Birmingham VA Medical Center under solicitation number 36C24725R0079. This project, designated as Y1DA--521-23-121, aims to create a fully functional SPS following a prior demolition phase, with an estimated construction cost between $5 million and $10 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of compliance with federal, state, and local codes throughout the construction process. Interested contractors must submit their proposals electronically by May 8, 2025, and can contact Contract Specialist Gregory Snyder at gregory.snyder@va.gov or 762-333-4273 for further information.
Y1DA--FY25: NRM (PROJ: 516-23-117) BB - Refresh Hemodialysis
Buyer not available
The Department of Veterans Affairs is seeking proposals for the "Refresh Hemodialysis" project at the C.W. Young VA Medical Center in Bay Pines, Florida. This project involves comprehensive demolition, renovation, and construction of the hemodialysis suite, with an estimated budget between $1,000,000 and $2,000,000, and a performance period of 168 days from the Notice to Proceed. The initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. Proposals are due by May 7, 2025, and must be submitted by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with all submissions evaluated based on cost, technical capabilities, and past performance. Interested contractors can contact Kenneth Caryer at Kenneth.Caryer@va.gov for further information.