Z1DA--Replace Vacuum Pumps 553-22-201
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
    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
    John D FerrallContract Specialist
    John.Ferrall@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Z1DA--585-21-113 Replace Condensate Lines and Pumps Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Condensate Lines and Pumps Construction" project (585-21-113) at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. This opportunity is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the removal, resizing, and replacement of condensate steam lines, pumps, pressure reducing valves (PRVs), and associated asbestos, under NAICS Code 238220 for Plumbing, Heating, and Air Conditioning Contractors. The project is critical for maintaining the operational integrity of the medical facility and ensuring compliance with safety standards. Interested businesses must submit their qualifications, including company details and construction experience, by December 18, 2025, to Contract Specialist Donita Grace at donita.grace@va.gov.
    Emergency Medical Air and Vacuum Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor for emergency medical air and vacuum maintenance services at the Greater Los Angeles VA Healthcare System. The procurement aims to secure critical maintenance and repair for medical air, medical vacuum, oxygen, and dental vacuum systems, following the expiration of the previous contract with Certified Medical Sales, LLC, which posed a safety risk to patients and the VA's medical licensure. The estimated cost for this bridge contract is $42,765.00, covering the period from April 1, 2023, to June 30, 2023. Interested parties can contact Darryl Handberg at darryl.handberg@va.gov or by phone at 614-257-5200 ext. 54575 for further details.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    J041--SPS VFD REPLACEMENT 26 WASHINGTON DC VAMC 688-26-1-459-0041
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the replacement of Variable Frequency Drives (VFD) at the Washington DC VA Medical Center (VAMC). The project involves replacing two ABB ACH580 VFDs with bypasses, upgrading from existing ACH-550-031A-4 VFDs to ACH-550-045A-4 or equivalent, while ensuring continuous operation of air handlers. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561210, emphasizing the importance of supporting veteran-owned enterprises in facilities support services. Interested contractors must submit their quotes by December 19, 2025, at 10:00 AM EST, and can contact Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or 843-814-0299 for further details.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.
    J045--SOURCES SOUGHT NOTICE - REPLACE TWO STEAM PEDESTAL STYLE CONDENSATE PUMPS WITH TWO NEW PUMPS Washington DC VA Medical Center 36C24526Q0168
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified contractors to replace two pedestal-style steam condensate pumps at the Washington DC VA Medical Center. The project involves comprehensive services, including pre-installation safety measures, removal of existing pumps, installation of new pumps with necessary mechanical and electrical modifications, and subsequent commissioning. This procurement is crucial for ensuring the reliable operation of the facility's steam condensate system. Interested vendors must submit their responses, including business information and capability statements, by December 23, 2025, at 10:00 AM ET, via email to Bill Pratt at Billie.Pratt@va.gov. This notice serves as a request for information and does not constitute a solicitation or binding contract offer.
    Y1DA--Replace Kitchen Exhaust Fans Building 200 at Northport VA Medical Center 79 Middleville RD, Northport, NY 11768
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of kitchen exhaust fans in Building 200 at the Northport VA Medical Center in New York. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), involves the removal of two existing kitchen exhaust fans and the installation of new units that will integrate with the building's control system, adhering to various safety and construction standards. The estimated contract value ranges from $250,000 to $500,000, with a mandatory completion period of 250 calendar days from the notice to proceed. Interested bidders must attend a mandatory site visit on December 19, 2025, and submit their electronic bids by January 20, 2026, while ensuring compliance with subcontracting limitations and the Buy American Act. For further inquiries, contact Contract Specialist Yingjie Yeung at Yingjie.Yeung@va.gov.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    6515--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Vacuum Erectile Devices (VEDs) and accessories, identified by solicitation number 36C10G26Q0001. The procurement aims to standardize the supply of FDA-approved manual and automatic VEDs to enhance the quality of care for Veterans experiencing erectile dysfunction, ensuring a reliable and uninterrupted supply chain throughout the contract period. This contract will span a base year with four optional one-year extensions, with a minimum guaranteed amount of $1,000. Interested vendors should direct inquiries to Contract Specialist Shemika S. Wray at Shemika.Wray@va.gov, and are encouraged to submit their proposals in accordance with the outlined requirements and deadlines.
    Z1DA--Upgrade TV System IFB 553-22-209
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a presolicitation notice for the Upgrade TV System project (553-22-209) at the John D. Dingell VA Medical Center in Detroit, Michigan. The project involves the installation of a 1.4 telecom system, including the procurement and installation of approximately 6000 linear feet of fiber optic cable, networking equipment, and safety measures to ensure minimal disruption to medical center operations. This opportunity is set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $500,000 and $1,000,000, and the solicitation is expected to be available for download on or about December 29, 2023. Interested parties can contact Contract Specialist Angelo D. Vivio at Angelo.Vivio@va.gov for further information.