H141--Heating and Cooling | HVAC Air Balancing | Testing, Adjusting, and Balancing of Air in the Philadelphia VAMC
ID: 36C24424Q0961Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

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

PSC

QUALITY CONTROL- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (H141)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide HVAC air balancing services at the Philadelphia VA Medical Center under a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The selected contractor will be responsible for conducting testing, adjusting, and balancing (TAB) services on a recurring basis, ensuring compliance with federal and state guidelines to maintain optimal air quality and safety in medical facilities. This procurement is critical for enhancing patient safety and operational efficacy, with a minimum guaranteed order value of $2,500 and a contract duration estimated at five years. Interested vendors must submit their quotes acknowledging all amendments by the specified deadlines, and inquiries should be directed to Contract Specialist Eric Christy at Eric.Christy@va.gov.

    Point(s) of Contact
    Eric ChristyContract Specialist
    Email Only
    Eric.Christy@va.gov
    Files
    Title
    Posted
    This document is an amendment to the previous combined solicitation for HVAC air balancing services at the Philadelphia VA Medical Center (Solicitation No. 36C24424Q0961). It addresses vendor questions and clarifies key details regarding the Contracting Office, expected performance periods, and procedures for task orders under a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Vendors must acknowledge amendments upon submitting quotes. The document outlines that there will be no site visits before the contract award; an Initial Site Review will follow for the contract winner. It also clarifies that the requested air balance requirements are not fixed—specifics will be provided post-award. Additionally, past contract inquiries are directed to FOIA channels as they will not be addressed in this context. Supplementary documents, including a sample Air Flow Report, are attached to guide bidders on the required services. This solicitation emphasizes transparency and structured planning to ensure qualified vendors understand the expectations and requirements for providing HVAC services.
    The document addresses the solicitation 36C24424Q0961 for a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at providing specific services to the Philadelphia VA Medical Center (VAMC). The contract is estimated for a five-year duration, with a minimum guaranteed order value of $2,500, and a maximum total contract value to be determined at award. After award, task orders will be issued based on actual service needs, utilizing a pre-defined pricing schedule. Additional inquiries included whether a site visit was planned, availability of engineering specifications, and the existence of a previous incumbent contract. It was clarified that no site visit will occur before contract award, that relevant reports will be shared post-award, and questions regarding past contracts should be directed to the FOIA office. The solicitation emphasizes the importance of adhering to the provided guidelines for air balancing services, noting that the specifics of task orders are essential for service performance and that previous reports are not relevant for bidding. Overall, the document outlines the contractual framework and processes for service delivery while addressing potential contractor concerns.
    The Monthly Air Flow Report for 2024, prepared by Facilities Management, provides a detailed analysis of air exchange rates across various isolation and procedure rooms within medical facilities. The report assesses both positive and negative airflow conditions for each location, indicating whether they meet the required air exchange standards. Key findings show that most rooms consistently pass the air exchange criteria, with various months demonstrating fluctuations in values but generally remaining within acceptable ranges. The document highlights specific rooms, such as iso rooms, ante rooms, and surgical theaters, categorizing their status with pass (Y) or fail (N) designations. Additional sections of the report include quarterly evaluations and annual certifications, indicating conditions requiring recertification or additional assessments due to ongoing construction. Overall, the report underscores the importance of maintaining optimal air quality and flow for health and safety standards in healthcare settings, aligning with federal guidelines and local health requirements. It serves as a significant tool for decision-makers regarding facility management and compliance with health regulations.
    This document pertains to a Request for Proposal (RFP) from the Department of Veterans Affairs for air balancing inspection and testing services at the Corporal Michael J. Crescenz Veteran Affairs Medical Center in Philadelphia. The contractor is required to perform testing, adjusting, and balancing (TAB) services on a recurring basis, including monthly, quarterly, and annual evaluations of rooms that must maintain specific air pressure to mitigate infection risks. The scope involves comprehensive inspections inclusive of labor, materials, and travel, with stringent guidelines for operational execution and safety. The RFP meticulously outlines the project's requirements, including contractor qualifications (minimum five years of related experience and NEBB certification), service frequency per room type, and detailed reporting expectations. It highlights administrative details such as payment processes and clause references for contract compliance. The primary objective is to ensure compliance with federal and state guidelines while maintaining optimal air quality in medical facilities, thus enhancing patient safety and operational efficacy. The structured approach to air balancing is crucial for facility functionality and demonstrates the government's dedication to the health standards of its veterans.
    The document is a wage determination report from the U.S. Department of Labor relating to the Service Contract Act, specifically for Pennsylvania's Delaware and Philadelphia counties. It outlines minimum wage requirements based on Executive Orders 14026 and 13658, stipulating that contractors must pay covered workers a minimum hourly wage of at least $17.20 or $12.90, depending on the contract date and whether it is renewed or extended. The report lists various occupations, their associated wage rates, and required fringe benefits, such as health and welfare contributions and paid leave stipulations. Additionally, it specifies compliance procedures for unlisted job classifications through a conformance process. Overall, this document aims to ensure fair compensation for workers employed on federal contracts, reflecting the government's commitment to uphold labor standards and worker protections in public procurement processes.
    Similar Opportunities
    J041--FY25: Operating Rooms Ventilation System Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform essential repairs on the ventilation systems of eight Operating Room (OR) Suites at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The contractor will be responsible for identifying and repairing 20% of existing air leakages in the ductwork, as well as conducting Testing, Adjusting, and Balancing (TAB) services to ensure compliance with HVAC design standards and improve air quality and system efficiency. This initiative is critical for maintaining high environmental control standards in healthcare settings, which is vital for patient safety and operational efficiency. Interested small businesses must submit their quotes electronically by September 26, 2024, with the contract period expected to run from October 7, 2024, to November 6, 2024. For further inquiries, contact Wilfredo Perez at wilfredo.perez3@va.gov or call 939-759-6783.
    J045--HVAC Systems - NWI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for HVAC system services at the Omaha Veterans Affairs Medical Center, specifically under solicitation number 36C26324Q1176. The objective of this procurement is to evaluate, repair, and replace HVAC components to ensure efficient functionality ahead of the winter season, with a focus on air handlers and rooftop units. This project is crucial for maintaining optimal heating and cooling systems, thereby enhancing patient safety and comfort during seasonal changes. Interested small businesses must submit their proposals by September 20, 2024, at 10:00 AM CST, and can direct inquiries to Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581. The total award amount for this contract is estimated at $19 million.
    J045--Airflow Testing Isolation Room PMI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide airflow testing and inspection services for the Phoenix VA Health Care System. This procurement aims to ensure compliance with safety standards across various medical facilities, including isolation rooms and operating rooms, with services expected to commence on October 1, 2024, and extend through September 30, 2025, with options for further extensions. The contract, valued at approximately $19 million, underscores the VA's commitment to maintaining high-quality healthcare services and patient safety through proper ventilation and air quality standards. Interested bidders must submit their offers by September 23, 2024, at 10:00 AM MST, and are encouraged to contact Contract Specialist Felicia Simpson at felicia.simpson@va.gov for further inquiries.
    Z1DA--550-24-206 Chiller and Air Handler Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of chillers and air handlers at the VA Illiana Health Care System in Danville, Illinois, under solicitation number 36C25224B0012. The project aims to upgrade existing mechanical systems to enhance facility operations, with a contract value estimated between $1,000,000 and $2,000,000, specifically reserved for CVE verified Service-Disabled Veteran-Owned Small Business firms. Interested contractors must submit their proposals by September 19, 2024, following a pre-bid conference held on August 20, 2024, and are required to comply with federal labor regulations and affirmative action goals. For further inquiries, potential bidders can contact Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.
    J045--HVAC Filter Services VA Greater Los Angeles Healthcare System (VAGLAHCS)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for HVAC Filter Services at the Greater Los Angeles Healthcare System (VAGLAHCS), specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract encompasses a base period plus one option year, focusing on the timely replacement and maintenance of HVAC filters across various healthcare facilities, with an anticipated performance period from January 1, 2025, to December 31, 2026. This procurement is crucial for ensuring compliance with OSHA regulations and maintaining high standards of air quality in healthcare environments, thereby supporting the overall health and safety of patients and staff. Interested contractors should contact Contract Specialist Katharine Robert at katharine.robert@va.gov or 520-001-6670 for further details and to discuss the requirements outlined in the solicitation document.
    Z1DA--578-17-012 Replace AHU Air Handling Units in Building 45 (VA-25-00004335)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to undertake the replacement of air handling units in Building 45 at the Edward Hines, Jr. VA Hospital in Hines, Illinois. Contractors will be responsible for providing all necessary tools, materials, labor, and supervision while adhering to federal, state, and local regulations, as well as VA-specific codes and safety policies. This project is critical for maintaining the hospital's operational efficiency and ensuring compliance with health and safety standards, with an estimated budget between $2 million and $5 million. Interested contractors must be registered in SAM.gov and verify their SDVOSB status with the SBA, with bids due on or about October 30, 2024, following a pre-bid site visit that will be announced in the solicitation package.
    C1DA--652-24-105 Upgrade Air Handling Systems & Distribution (VA-25-00009506)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking architect-engineer services to upgrade the air handling systems and distribution at the Central Virginia VA Health Care System in Richmond, Virginia. The project involves the replacement of air handling components, controls, and ductwork, with a construction budget estimated between $1,000,000 and $5,000,000. This initiative is crucial for maintaining conditioned air flow in critical locations during the construction process, ensuring compliance with safety and operational standards. Interested firms, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must respond by September 24, 2024, by providing firm contact details and a summary of prior relevant contracts to Donteana Gibbs at Donteana.Gibbs@va.gov.
    J041--589A5-24-141, REPLACE HVAC IN BLDG 1 RM A14 SWITCH GEAR ROOM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architectural and engineering services for the replacement of the HVAC system in the Switch Gear Room (Room A14) at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The project aims to design a new air-conditioning system that maintains specific temperature and humidity levels while addressing existing conditions, with a budget for design work ranging from $25,000 to $100,000. This procurement is critical for ensuring the facility meets the necessary environmental controls for its operations, and the anticipated design completion time is approximately 123 calendar days. Interested firms must submit a completed Standard Form 330 (SF330) by September 20, 2024, at 10:00 AM Central Standard Time, and can direct inquiries to Contracting Officer Tim Parison at timothy.parison@va.gov.
    Z2JZ--504-22-107 Replace CLC Air Handling Equipment and Upgrade Controls, Bldg. 29
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for a project to replace air handling equipment and upgrade controls in Building 29 at the Thomas E. Creek VA Medical Center in Amarillo, Texas. The contractor will be responsible for installing two new air handling units (AHUs) and associated infrastructure in accordance with the project specifications, with a project magnitude estimated between $2 million and $5 million. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting veteran enterprises while enhancing medical facility infrastructure. Interested contractors must verify their SDVOSB status through the VA’s Center for Verification and Evaluation (CVE) before submitting proposals, which are due by 10:00 AM CST on October 31, 2024. For further inquiries, contractors can contact the contract specialist, Nicholas L. Smith, at nicholas.smith21@va.gov or by phone at 254-899-6023.
    H945--BOILER TUNING & SAFETY DEVICE TESTING
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide boiler tuning and safety device testing services at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. The procurement requires contractors to perform semi-annual inspections, tuning, and safety device testing of the facility's boiler systems, ensuring compliance with safety regulations and operational efficiency. This contract is a 100% small business set-aside with an estimated total value of $12.5 million, covering a base year from November 1, 2024, to October 31, 2025, with four optional extension years. Interested parties must submit their qualifications by September 25, 2024, at 10:00 AM local time, and can contact Susan Pasholk at susan.pasholk@va.gov for further information.