F101--36C25926Q0015 0002| Request for Quote on Air Emissions Compliance Testing for Rocky Mountain Regional VA Medical Center
ID: 36C25926Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- AIR QUALITY SUPPORT (F101)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for Air Emissions Compliance Testing at the Rocky Mountain Regional VA Medical Center located in Aurora, Colorado. The procurement aims to ensure compliance with environmental regulations through comprehensive air emissions testing and reporting, as outlined in the Title V air permit. This contract is particularly significant as it supports the VA's commitment to maintaining environmental standards and public health, with a focus on compliance with state and federal regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their quotes by November 4, 2025, at 12:00 PM Mountain Time, with inquiries directed to Contract Specialist Lynn Lim at lynn.lim@va.gov or by phone at 303-712-5798.

    Point(s) of Contact
    Lynn LimContract Specialist
    (303) 712-5798
    lynn.lim@va.gov
    Files
    Title
    Posted
    This construction permit, issued to Veterans Affairs Medical Center for its Eastern Colorado Health Care System in Aurora, covers four dual fuel-fired boilers (Point 001) and four diesel fuel-fired emergency generators (Point 002). The permit outlines specific emission and process limitations, including annual tonnage limits for pollutants like NOx, CO, and PM, and consumption limits for natural gas, #2 fuel oil, and diesel fuel. It mandates compliance with Colorado Air Quality Control Commission rules, the Colorado Air Pollution Prevention and Control Act, and federal New Source Performance Standards (NSPS) Subparts Dc (for boilers) and IIII (for emergency generators). Key requirements include self-certification for Point 002, development and submission of an Operating & Maintenance (O&M) plan, initial compliance testing, and adherence to visible emission and fuel sulfur content limits. The permit also details alternative operating scenarios for temporary and permanent engine replacements, specifying conditions for regulatory compliance, reporting, and testing. It emphasizes recordkeeping, timely submission of revised Air Pollutant Emission Notices (APENs), and payment of associated fees, noting the facility's classification as a major source for NOx under operating permit and NANSR requirements.
    Amendment 0001 to Solicitation 36C25926Q0015, issued by the Department of Veterans Affairs, addresses the Request for Quote on Air Emissions Compliance Testing for the Rocky Mountain Regional VA Medical Center. This amendment primarily posts Questions and Answers related to the solicitation. The response date remains October 28, 2025, at 12:00 PM Mountain Time, Denver, USA. The solicitation is a Service-Disabled Veteran-Owned Small Business Concern (SDVOSBC) set-aside under NAICS code 541620 (Environmental Consulting Services). The place of performance is the Rocky Mountain Regional VA Medical Center in Aurora, CO. Lynn Lim is the point of contact for this solicitation.
    Amendment 0002 to Solicitation 36C25926Q0015, issued by the Department of Veterans Affairs, concerns a Request for Quote on Air Emissions Compliance Testing for the Rocky Mountain Regional VA Medical Center. This amendment primarily addresses questions and answers related to the solicitation and updates the response due date to November 4, 2025, at 12:00 PM Mountain Time. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) with NAICS code 541620. Key documents attached include the Questions and Answers for Air Emissions Compliance Testing and the RMRVAMC Initial Title V Operating Permit Application. The contracting office is located in Greenwood Village, CO, and the point of contact is Lynn Lim.
    Amendment 0002 to Solicitation 36C25926Q0015, issued by the Department of Veterans Affairs, concerns a Request for Quote on Air Emissions Compliance Testing for the Rocky Mountain Regional VA Medical Center in Aurora, CO. This amendment provides Questions and Answers related to the solicitation and extends the response deadline to November 04, 2025, at 12:00 PM Mountain Time. The solicitation is a set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 541620 (Environmental Consulting Services) and Product Service Code F101. Lynn Lim is the point of contact for this solicitation.
    The Department of Veterans Affairs, Network Contracting Office 19, has issued Solicitation Number 36C25926Q0015, a Request for Quote (RFQ) for Air Emissions Compliance Testing at the Rocky Mountain Regional VA Medical Center in Aurora, CO. This requirement falls under NAICS Code 541620 (Environmental Consulting Services) and Product Service Code F101. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The response deadline is October 28, 2025, at 12:00 PM Mountain Time. The contracting office is located in Greenwood Village, CO, and the point of contact is Lynn Lim (lynn.lim@va.gov). Attached documents provide full requirement details, including the Combined Synopsis-Solicitation, PWS for Air Emissions Testing, VAAR 852.219-75 Limitations on Subcontracting, and the Service Contract Act WD 2015-5419 Rev 30.
    This Request for Quote (RFQ) 36C25926Q0015 seeks proposals for air emissions compliance testing and reporting for the Rocky Mountain Regional VA Medical Center. The solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 541620. The government anticipates a firm-fixed-price contract with a base year and four option years, spanning from November 2025 to October 2030. Quotes are due by 12:00 PM MT on October 28, 2025, via email to lynn.lim@va.gov, with a deadline for questions on October 23, 2025. Proposals will be evaluated based on technical capability, past performance, and price, with an emphasis on meeting or exceeding requirements. Offerors must complete a pricing schedule, demonstrate technical capability with NSF accreditation, provide three recent past performance references, and complete a certificate of compliance for subcontracting limitations. SDVOSB status must be verified in the SBA Small Business Search. Various FAR and VAAR clauses apply, including wage determinations.
    This Performance Work Statement outlines the requirements for a contractor to provide Title V Air Emissions Compliance Monitoring services for the VA Eastern Colorado Health Care System (ECHCS) in Aurora, CO. The contractor will be responsible for physical air emissions testing, assessment, and reporting to ensure ongoing compliance with the facility's Title V air permit. Key tasks include reviewing the permit, developing a comprehensive testing plan, performing periodic monitoring with removable equipment, managing data, submitting reports, acting as a liaison with permitting authorities, developing QA/QC procedures, maintaining an air emissions inventory, and reporting non-compliance. Deliverables include detailed plans and monthly summary reports. All work will be performed at the VA ECHCS facility, and the contractor must possess relevant licenses and expertise. The government will provide the initial Title V application and access to facilities. All records generated under the contract are Federal records and must be managed according to NARA regulations and other applicable federal laws, with strict rules on retention, disclosure, and destruction. Compliance will be monitored by the Contracting Officer's Representative (COR) through direct inspection, with a 100% acceptable quality level for all tasks.
    The document addresses questions and answers regarding an Air Emissions Compliance Testing contract for the Rocky Mountain Regional VA Medical Center. Key information includes providing the current Air Permit (14AD0765.CP4 - Issuance 4) and the initial Title V Operating Permit Application. It clarifies that this is a new contract, not a renewal, and extends the deadline for quote submissions to November 04, 2025. This exchange of information is typical in government RFPs, ensuring all potential bidders have the necessary documentation and adequate time to prepare their proposals.
    The document addresses questions and answers regarding the Air Emissions Compliance Testing for the Rocky Mountain Regional VA Medical Center. It clarifies that the contract is new and provides the current Air Permit and Initial Title V Operating Permit Application. Key updates include an extension of the quote submission deadline to November 04, 2025, and a revised Period of Performance. The base year for the contract is from December 1, 2025, to November 30, 2026, with four subsequent option years extending through November 30, 2030.
    The document addresses questions and answers regarding an Air Emissions Compliance Testing contract for the Rocky Mountain Regional VA Medical Center. It clarifies that a copy of the current Air Permit (14AD0765.CP4 - Issuance 4) is available and that this is a new contract, not a renewal or continuation of a previous service.
    The Construction Permit 14AD0765, issued to Veterans Affairs Medical Center for the Eastern Colorado Health Care System, outlines regulations for four dual fuel-fired boilers (Point 001) and four diesel fuel-fired emergency generators (Point 002). Key requirements include self-certification for Point 002 within 180 days, submission of an operating and maintenance (O&M) plan for both points, and adherence to specific annual emission and process limits. The permit details compliance with state and federal regulations, including New Source Performance Standards (NSPS) Subpart Dc for boilers and Subpart IIII for emergency generators, covering emission limits, fuel specifications, and reporting. It also includes an Alternative Operating Scenario (AOS) for temporary and permanent engine replacements, specifying conditions, documentation, and applicable regulations for replacement engines. The permit emphasizes maintaining compliance, recordkeeping, and the potential for permit revocation for non-compliance.
    The government file details various administrative and technical specifications, likely for a federal grant or RFP. It includes dates like 2017, 2018, and 2019, alongside references to different departments and processes. Key sections address proposals, evaluations, and compliance, with specific mentions of "General Information," "Scope of Work," and "Terms and Conditions." The document also outlines requirements for submissions, emphasizing adherence to guidelines. It lists roles and responsibilities, ensuring clarity in project execution. This file serves as a comprehensive guide for potential applicants, detailing procedural steps and expected outcomes, with a focus on accountability and transparency in government initiatives.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) outlines subcontracting limits for VA contracts. Contractors must certify that, for services, they will not pay more than 50% of the government-paid amount to non-certified SDVOSBs or VOSBs. For general construction, this limit is 85%, and for special trade construction, it is 75%. Materials costs are excluded in construction contracts. The certification, mandated by 38 U.S.C. 8127(l)(2), requires offerors to acknowledge potential criminal, civil, or administrative penalties for false certifications. VA may request documentation to verify compliance and can impose penalties, including debarment or fines, for non-compliance or bad faith. Failure to provide the required certification will result in offers being deemed ineligible for evaluation and award.
    Similar Opportunities
    S222--DEA Hazardous Drug Waste Removal and Disposal - Eastern Colorado VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide DEA Hazardous Drug Waste Removal and Disposal services for the Eastern Colorado VA Health Care System. The procurement involves comprehensive management of hazardous pharmaceutical waste, including the provision of secured containers, installation, removal, packaging, shipping, and incineration, all in compliance with federal, state, and local regulations. This service is critical for maintaining safety and regulatory compliance in the handling of controlled substances within the VA healthcare facilities. Offers are due by December 10, 2025, at 2:00 PM MST, and interested parties should contact Contracting Officer Noaa Lanotte at Noaa.Lanotte@va.gov for further details.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    Real Time Location Environmental Monitoring System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is soliciting proposals for a Real Time Location Environmental Monitoring System to be implemented across various healthcare facilities in Texas. The contractor will be responsible for providing an automated continuous environmental monitoring system, which includes support and maintenance services, to ensure compliance with VHA Directives regarding temperature, humidity, and differential pressure monitoring. This system is crucial for maintaining optimal conditions in medical environments, particularly in areas such as sterile processing and laboratory functions. The contract, identified by Solicitation Number 36C25726Q0120, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will span from January 18, 2026, to January 17, 2031. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further details.
    H312-- FIRE AND SMOKE DAMPER INSPECTION SERVICES
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Fire and Smoke Damper Inspection Services at the Sheridan VA Health Care System in Wyoming. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires the contractor to conduct inspections, testing, and reporting on approximately 598 fire, smoke, and combination dampers across 12 buildings, with inspections mandated every four years. This service is critical for ensuring compliance with safety standards and maintaining the integrity of fire control systems within the facility. Interested parties must submit their proposals by the specified deadline, and for further inquiries, they can contact Contracting Specialist Christine Jarvis at christine.jarvis@va.gov or by phone at 303-712-5784.
    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.
    J045--HVAC Maintenance and Service Veterans Health Care System of the Ozarks (VHSO) Fayetteville, Arkansas
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for HVAC maintenance and service at the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, under solicitation number 36C25626Q0165. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses a base year plus four option years, requiring comprehensive maintenance services for various HVAC/R systems, including chillers, cooling towers, and boilers, with specific attention to preventative maintenance schedules and emergency service protocols. This procurement is critical for ensuring the operational efficiency and safety of healthcare facilities, with a focus on compliance with safety and security standards. Interested parties must submit their offers by December 11, 2025, at 10 AM CST, and direct any inquiries to Diyonne Williams at diyonne.williams@va.gov or by phone at 601-206-6956.
    J065--Controlled Environment Testing Association (CETA) Certifications Department of Veterans Affairs (VA) Veterans Integrated Service Network (VISN) 4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Controlled Environment Testing Association (CETA) Certifications for its Veterans Integrated Service Network (VISN) 4, which includes nine hospitals in Pennsylvania. The procurement involves comprehensive testing, certification, preventive maintenance, repair, and filter replacement services for critical containment and ventilation equipment, adhering to United States Pharmacopeia (USP) standards. This contract, structured as a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) with a five-year performance period, requires contractors to be CETA certified and registered, with detailed reporting obligations. Interested parties must respond by December 11, 2025, and can contact Loretta Payne at loretta.payne@va.gov for further information.
    H365--Pharmacy Clean Room Hood Testing & Cert - STC
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Pharmacy Clean Room Hood Testing and Certification services at the St. Cloud VA Health Care System in Minnesota. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with USP <797> and <800> standards for cleanroom testing and certification. The contract will be awarded as a firm fixed-price for a base period from February 1, 2026, to January 31, 2027, with four additional one-year option periods. Interested contractors must submit their quotes by December 18, 2025, and direct any technical questions to Contract Specialist Evan Beachy at evan.beachy@va.gov or 319-688-3629.
    Augusta VA Healthcare System Home Oxygen and Ventilator Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Home Oxygen and Ventilator Services for the Augusta VA Healthcare System, with a contract valued at up to $16,000,000.00 over five years. The procurement aims to provide comprehensive oxygen and ventilation services, including equipment setup, installation, maintenance, and 24/7 emergency support for Veteran beneficiaries in the Augusta, GA area. These services are critical for ensuring the health and well-being of Veterans requiring respiratory support, adhering to Joint Commission standards. Interested parties should note that the deadline for submitting proposals has been extended to December 30, 2025, at 11:00 AM EST, and can direct inquiries to Leonard Robinson at leonard.robinson@va.gov.
    Q301--Actionable-554 (LAB) | NEW - Prostate Testing, Urine, Non Invasive
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is conducting a Sources Sought Notice to identify potential suppliers for Non-Invasive Prostate Testing Kits to support the Rocky Mountain Regional VA Medical Center. The procurement aims to acquire a urine-based molecular liquid biopsy test that differentiates between high and low risk of aggressive prostate cancer without using PSA levels or requiring a digital rectal exam (DRE). This testing is crucial for improving patient outcomes by providing accurate risk assessments for prostate cancer, thereby guiding the need for biopsies. Interested vendors must submit their capabilities, including company details and compliance with Federal Acquisition Regulation (FAR) requirements, by December 16, 2025, at 8:00 AM Eastern Time, to Alejandra Sierra at Alejandra.Sierra@va.gov.