J047--Repair/Upgrade Medical Air, Gas, and Vacuum Systems - 552-25
ID: 36C25026B0004Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- PIPE, TUBING, HOSE, AND FITTINGS (J047)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the "Repair/Upgrade Medical Air, Gas, and Vacuum Systems" project (Project No. 552-25-505) at the Dayton VA Medical Center in Ohio. This federal contract, valued between $500,000 and $1,000,000, specifically aims to replace critical medical air compressor units, medical vacuum pumps, N2O & N2 manifolds, and master alarm panels across three buildings, ensuring compliance with NFPA 99-2024 standards. The project is vital for maintaining the operational integrity and safety of medical services provided at the facility, which includes essential infrastructure for patient care. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids, including a bid guarantee and required certifications, by November 19, 2025, at 10:00 AM EST, following a pre-bid site visit scheduled for October 29, 2025. For further inquiries, contact Contract Specialist Tiffany A Rausch at Tiffany.Rausch@va.gov.

    Point(s) of Contact
    Tiffany A RauschContract Specialist
    Tiffany.Rausch@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting bids for the "Repair/Upgrade Medical Air, Gas, and Vacuum Systems" project (Project No. 552-25-505) at the Dayton VA Medical Center. This construction contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The project involves replacing medical air compressor units, a medical vacuum pump, N2O & N2 manifolds, and master alarm panels across three buildings, with all work adhering to NFPA 99-2024 standards. Bids, including a bid guarantee and various certifications, are due via email by November 19, 2025, at 10:00 AM EST. A pre-bid site visit is scheduled for October 29, 2025. The selected contractor must complete performance within 120 calendar days from the notice to proceed, provide temporary units during replacements to ensure continuous operation, and comply with strict safety, security, and environmental requirements, including OSHA certifications and SAM registration.
    The Department of Veterans Affairs is seeking contractors for a presolicitation notice to repair and upgrade medical air, gas, and vacuum systems at the Dayton VAMC in Dayton, OH. The project, designated for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), involves replacing medical air compressors, a medical vacuum pump, N2O and N2 manifolds, and four master alarm panels. Contractors must provide ASSE 6020 certified inspectors, ASSE 6030 certified verifiers, and ASSE 6010 certified installers. Temporary units of equivalent capacity are required to minimize interruptions during replacements. The response date for solicitation 36C25026B0004 is November 17, 2025.
    The document outlines a comprehensive project focused on upgrading and modernizing various systems, likely within a government facility or infrastructure. Key areas include the enhancement of mechanical, plumbing, and fire suppression systems, ensuring adherence to established standards and regulations. The project emphasizes detailed assessments of existing conditions, demolition where necessary, and the installation of new equipment. There is a strong focus on maintaining accessibility for future maintenance and integrating different systems effectively. The document also highlights the importance of safety measures, including infection control and fire watch protocols, throughout the project's execution. Additionally, it details a procurement process for specific items, indicating a structured approach to acquiring necessary components. The overall aim is to improve functionality, safety, and compliance within the operational framework.
    VAAR 852.219-75 outlines the Department of Veterans Affairs' (VA) requirements for limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in federal contracts. This clause, applicable to various contract types, mandates that contractors certify compliance with specific subcontracting limits based on the predominant NAICS code. For general construction, contractors cannot pay more than 85% of the government-paid amount to non-certified SDVOSBs or VOSBs. The document emphasizes that any further subcontracting by similarly situated SDVOSB/VOSB subcontractors counts toward the limit, while material costs are excluded. It also details severe penalties for false certifications or non-compliance, including criminal prosecution and debarment. Contractors must provide documentation to the VA upon request to demonstrate adherence to these limitations, and failure to provide such documentation may result in remedial action. The certification is a mandatory component of the offer, and bids without it will be deemed ineligible for award.
    The "Pre-Award Contractor Safety and Environmental Record Evaluation Form" is a crucial document for federal government contracts, specifically Contract # 36C25025C0191. Its purpose is to assess a contractor's safety and environmental performance before awarding a contract. The form requires the company to provide detailed information from their OSHA 300 Forms for the years 2022, 2023, and 2024, including man-hours, cases involving days away from work or restricted activity, and their DART Rate. It also asks for the number of serious, willful, or repeat OSHA violations within the last three years, requiring an explanation for each. Contractors must attach copies of their OSHA 300 and 300a Forms. Additionally, the form requests the company's six-digit NAICS Code (236220 for this acquisition), the administrator of their Safety and Health Program, and their Insurance Experience Modification Rate (EMR). This evaluation ensures that potential contractors meet specific safety and environmental standards, mitigating risks associated with government projects.
    The document, identified as part of a government RFP, details the replacement of existing medical vacuum and medical air units, as well as the medical gas master alarm panel, in Building 320 B-Pod at the VA Dayton facility. A critical constraint for the new units is their size, as they must fit through a door opening approximately 34 3/4 inches wide. The file includes a drawing reference (552-08-214-320-PL103.dwg) and a timestamp from June 21, 2012, indicating its relevance to an as-built drawing set. This information is crucial for vendors responding to the RFP, as it outlines specific equipment, location, and access limitations for the upgrade project.
    The document, "B-330 MEDICAL GASES RISER DIAGRAM," dated February 15, 2012, details the medical gas riser diagram for Area II of the VA Medical Center in Dayton, Ohio, covering the Basement to the 3rd Floor. Prepared by Frank C. Aleccia on January 19, 2012, this file (FCA 552-090D, 1 of 1) is crucial for understanding the medical gas infrastructure within the facility. The diagrams include layouts of various rooms such as bedrooms, baths, dining rooms, TV lounges, and staff areas, indicating the distribution of medical gases throughout these spaces. This document is likely part of a larger set of construction or renovation plans, essential for contractors, engineers, and facility managers involved in maintaining or upgrading the medical gas systems at the VA Medical Center in Dayton.
    This government file outlines the general requirements for a project to repair and upgrade medical air, gas, and vacuum systems in Buildings 310, 320, and 330 at the Dayton, Ohio VA Medical Center (Project #552-25-505). The project, with a 120-calendar-day performance time, involves replacing compressor systems, vacuum pump units, manifolds, and alarm panels, along with third-party piping certification. Key aspects include strict security, safety, and training requirements (OSHA 10-hour and 30-hour courses), detailed phasing to maintain medical center operations 24/7, and adherence to specific submittal and warranty management plans. The contractor is responsible for comprehensive project scheduling using Critical Path Method (CPM), cost loading activities, and submitting regular updates. All submittals, including shop drawings, product data, and operation/maintenance manuals, must be complete, accurate, and submitted electronically for VA review and approval to ensure compliance and avoid project delays.
    The document details the floor plans for the VA Medical Center in Dayton, Ohio, specifically focusing on the B-310 1st Floor. The file lists numerous square footage measurements, ranging from 42 sqft to 422 sqft, likely corresponding to various rooms or areas within the facility. Key sections highlighted include N2O and N2 Storage Rooms, ED B310, and the Medical Gas Master Alarm Panel. The document specifies a scale of 1/8" = 1'-0" for the floor plan, indicating a detailed architectural drawing. This information would be crucial for any renovation, construction, or maintenance projects at the VA Medical Center, ensuring accurate planning and execution related to the current layout and critical medical gas infrastructure.
    The document provides a floor plan labeled "Exhibit 2" for a facility, likely a healthcare or medical building, outlining the layout of various rooms including a bedroom, bath, dining room, great room, quiet room, and medical room. The exhibit highlights specific requirements for new units, stating they must fit through a door opening of approximately 34 3/4 inches. It also indicates the existing locations of medical air/vac units, an existing medical air unit, and an existing temporary dryer. This information is critical for planning and procurement within a government RFP or grant context, particularly for projects involving equipment upgrades or facility renovations where spatial constraints and specialized medical infrastructure are key considerations.
    The document provides a detailed layout of the B-330 Basement Floor, outlining various rooms and their functions within a facility, likely for a government RFP or grant related to infrastructure development or renovation. Key areas include staff lounges, training rooms, locker rooms, toilets, and numerous offices. Mechanical and electrical rooms are prominent, along with specialized areas like decontamination, sterile and non-sterile storage, cart parking, and a dispatch office. The plan also details an in-patient pharmacy with associated offices, IV prep rooms, and a drug vault. Other important spaces include a biomedical electronics shop, laundry room, biomedical engineering office, and a training room. Several corridors, stairwells, and elevator lobbies connect these areas. The layout also indicates the location of existing and new medical air compressors, driers, and alarm panels, suggesting an upgrade or modification project. The comprehensive nature of the layout, including various functional spaces and technical equipment, indicates a focus on facility planning, maintenance, and potential modernization projects.
    This government file, B-330-1, from the VA Medical Center in Dayton, Ohio, is an exhibit detailing the layout and room designations of a facility, likely a GI (Gastrointestinal) unit. The document meticulously labels various rooms including multiple procedure rooms (GI-115, GI-114, GI-120, GI-121, GI-116), preparation/recovery areas (GI-124, GI-125, GI-126, GI-127, GI-128, GI-107, GI-108, GI-109, GI-110, GI-111, GI-123), and numerous offices (GI-113, GI-122, GI-129, GI-132, GI-134, GI-135, GI-136, 1C-171, 1C-170). It also identifies staff support areas such as men's and women's staff toilets and lockers (GI-133A, GI-131A, GI-131, GI-133), storage rooms (GI-104, GI-105, GI-117A), and specialized areas like clean supply (GI-119), clean scopes (GI-118), and scope pickup (GI-117). Public areas include waiting (GI-101) and reception (GI-102). The presence of "NEG PRESSURE PROCEDURE RM. 2" and "NEG PRESSURE PROCEDURE RM. 3" suggests areas designed for isolation or handling infectious materials. The mention of "B330 Medical Gas Master Alarm Panel" further indicates the presence of critical medical infrastructure. This detailed floor plan is crucial for understanding the operational layout and infrastructure of the medical facility, likely for planning, renovation, or emergency response purposes within the context of federal government projects.
    The Request for Information (RFI) 36C25026B0004, Project Number 552-25-505, is issued by the Department of Veterans Affairs, Network 10 Contracting Office, for the Repair/Upgrade of Medical Air, Gas, and Vacuum Systems at the Dayton VAMC, located at 4100 W. Third Street, Dayton, OH 45428. Contractors submitting questions or requests for clarification must thoroughly read all solicitation documents and specifically identify the relevant sections or drawing numbers. Failure to comply may delay responses. Questions will be answered via amendments to SAM.gov or email by Contract Specialist Tiffany A Rausch.
    Similar Opportunities
    J065--Medical Gas Inspections
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for medical gas inspections at the James J. Peters VA Medical Center in Bronx, NY. The contract focuses on annual inspections and corrective maintenance of medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets. Compliance with NFPA 99, NFPA 55, ASSE 6000 series, and CGA standards is required, emphasizing the critical nature of these services in maintaining patient safety and operational efficiency. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to Christopher Weider at Christopher.Weider@va.gov, with the contract covering a base period from January 13, 2026, to January 12, 2027, and four option years.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z2DA--Renovate MICU/SICU 539-20-104
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Medical Gas Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for medical gas repair and replacement services at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The project requires the contractor to provide all necessary labor, equipment, materials, and supervision to repair and install replacement parts for the medical gas network, including the installation of zone valves for oxygen, medical air, and vacuum in designated rooms. This work is critical for maintaining the safety and functionality of medical gas systems in healthcare settings, adhering to VA standards and relevant regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by December 1, 2025, at 2:00 PM ET, following a mandatory site visit scheduled for November 24, 2025, at 10:00 AM ET. For further inquiries, contact Jacob A. Tackett at Jacob.Tackett@va.gov or by phone at 706-469-0691.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z1DA--Repair T5 Transformer 539-25-503
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the "Repair T5 Transformer Access Hatch" project at the Cincinnati Veterans Affairs Medical Center. The project involves the replacement of a three-phase pad mount 150 KVA T5 transformer, including the procurement of new equipment, installation, and proper disposal of the old transformer, with a performance period of 550 calendar days from the Notice to Proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated construction magnitude between $100,000 and $250,000. Interested contractors must submit their bids by December 18, 2025, at 1:30 PM EST, and are encouraged to attend a mandatory site visit on November 14, 2025. For further inquiries, contact Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718.
    Emergency Medical Air and Vacuum Maintenance
    Buyer not available
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov for further information.
    Y1NZ--598-23-107 Med Gas Deficiencies
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a project titled "Y1NZ--598-23-107 Med Gas Deficiencies," aimed at addressing medical gas deficiencies at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center in Arkansas. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and involves comprehensive construction work, including leak repairs, installation of new fittings, wiring, and controls, as outlined in a 2022 Medical Gas Analysis report. The project is valued between $2,000,000 and $5,000,000, with a performance period of 240 calendar days following the issuance of the Notice to Proceed, and proposals are due by January 23, 2026. Interested contractors must be VetCert SDVOSB verified, registered in the System for Award Management (SAM), and are encouraged to contact Contract Specialist Julius Jones at Julius.Jones@va.gov for further details.