J045--HYDRO-JETTING & CABLING SERVICES
ID: 36C26225Q0017Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Septic Tank and Related Services (562991)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide hydro-jetting and cabling services at the Jennifer Moreno VA Medical Center in San Diego, California. The procurement requires comprehensive sewer line maintenance, including hydro-jetting and 24/7 emergency cabling services, with contractors responsible for all necessary labor, materials, equipment, and compliance with OSHA regulations. This contract is crucial for maintaining operational efficiency and safety in the facility's wastewater management systems. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their quotations by September 6, 2024, with a total contract value of up to $9 million over a base year and four option years. For further inquiries, contact Charity Cazee at charity.cazee@va.gov or call 520-792-1450 Ext. 16236.

    Point(s) of Contact
    Charity CazeeContract Specialist
    520-792-1450 Ext. 16236
    charity.cazee@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a presolicitation notice for hydro-jetting and cabling services at the San Diego VA Medical Center. This request for quotations (RFQ), identified by solicitation number 36C26225Q0017, invites responses by September 6, 2024, at 12:00 PM Pacific Time. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 562991, with a size standard of $9 million. The contractor will be responsible for providing all necessary labor, materials, tools, and waste disposal for sewer line hydro-jetting and 24/7 emergency cabling services. Compliance with Federal and State OSHA regulations is required. This presolicitation falls under the format mandated by the Federal Acquisition Regulation (FAR) and serves as the primary announcement for prospective vendors to prepare their quotations without an additional formal solicitation document.
    The Department of Veterans Affairs is issuing a combined synopsis/solicitation (36C26225Q0017) for hydro-jetting and cabling services at the Jennifer Moreno VA Medical Center in San Diego, CA. The requirement focuses on non-personal services to clean sewer and waste lines. Proposals must be submitted in writing via email to the designated contact, Charity Cazee, by September 9, 2024, at 12 PM PST. Questions regarding the request must also be submitted in writing by September 3, 2024. The procurement is aligned with NAICS code 562991, and it is set aside for service-disabled veteran-owned small businesses (SDVOSBC). Interested parties are reminded that direct communication with VA medical center employees is prohibited during the solicitation process. This solicitation adheres to federal acquisition regulations and emphasizes compliance and formal communication protocols throughout the bidding process.
    This government document outlines the necessary vendor information for participating in federal and state/local RFPs and grants. It includes sections for the requestor, service details, vendor name and address, tax identification, contact information, and payment details. Key components consist of determining if the vendor has an existing contract, their business type, socioeconomic group indicators, and acceptance of purchase cards. Crucially, vendors must have a DUNS number and be registered with Central Contractor Registration (CCR) before their information is entered into the VA database. The document emphasizes the need for verifying vendor registration status to ensure eligibility for federal business, with mentions of mandatory sites for compliance checks. Overall, the file serves as a guideline for collecting comprehensive vendor data to facilitate transparent and effective procurement processes within governmental operations.
    The contract titled "Sewer Line Hydro Jetting and Cabling Services" for the San Diego VA Medical Center outlines a firm-fixed price agreement for essential sewer maintenance. The contractor is responsible for providing labor, materials, equipment, and permits required for hydro-jetting and cabling services, conducted quarterly after normal working hours. The scope includes servicing various areas such as kitchens, bathrooms, and storm drains, while adhering to OSHA and safety regulations. The contractor must manage emergency situations with a rapid response time under one hour and is responsible for site cleanup and hazard reporting. Equipment maintenance and proper reporting of any damages are mandatory. Additionally, the contractor is tasked with 24/7 dispatch support for emergency services, requiring immediate technician response. Compliance with safety certifications, protective equipment, and VA policies regarding personnel conduct is crucial. Monthly invoicing through the Tungsten Network System is required for payment. This contract aims to ensure that the VA San Diego Medical Center maintains operational efficiency and safety in its wastewater management systems.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for Hydrojetting and Cabling Services for the Southern Arizona VA Healthcare System. It specifies the parameters for the contract, including a total award amount of $9 million over a base year from October 1, 2024, to September 30, 2025, with four additional option years. The acquisition is unrestricted, encouraging participation from small businesses and service-disabled veteran-owned entities. Key details include the submission deadline set for September 12, 2024, at 12:00 pm PDT, and requirements to complete necessary certifications related to limitations on subcontracting. The contracting process mandates electronic invoice submissions for efficiency, adhering to federal standards designed to ensure timely payments. Compliance with regulations, particularly those concerning service-disabled veteran-owned small businesses, is emphasized, reinforcing the government's commitment to supporting veteran entrepreneurship. The contract includes several clauses that establish the terms of payment, performance expectations, and compliance with relevant federal regulations, ensuring both parties understand their rights and responsibilities under the contract. Overall, this RFP exemplifies the government's structured procurement process aimed at providing necessary services while promoting inclusivity for veteran-owned businesses.
    The VA-FSC Vendor File Request Form facilitates the establishment and modification of vendor records for the Department of Veterans Affairs (VA). It requires vendors to provide essential information, such as their unique entity identifier (UEI), banking details for electronic funds transfer (EFT), and classification as a commercial vendor or other types (e.g., individual, federal agency, veteran). The form captures the necessary details to comply with federal regulations regarding vendor payments. Vendors must indicate if they are new or updating existing information and supply contact information like phone numbers and email addresses. Supporting documentation may be required for specific actions, such as claims assignments or foreign vendor registration. The form outlines the process for submission, including a contact for inquiries, and adheres to the Privacy Act of 1974 by informing respondents about the use of their personal information. Overall, this document is pivotal for streamlining vendor registration and ensuring compliance with the Automated Clearing House Payment System, thus enhancing operational efficiency within the VA's procurement system.
    The document primarily concerns Form W-9, utilized by U.S. persons, including resident aliens, to provide their correct Taxpayer Identification Number (TIN) to requesters for tax reporting purposes. It delineates the procedures involved in completing the form, the certifying conditions required, and the implications of various statuses regarding backup withholding. Key components include the necessity for individuals and entities to certify their TIN, acknowledge whether they are subject to backup withholding, and outline the penalties for failing to provide correct information. Specific instructions clarify the appropriate naming conventions, types of accounts, and circumstances under which the form must be completed. Furthermore, it highlights that certain entities are exempt from backup withholding, and details regarding identity theft risks and protections are provided. This guidance is essential within the context of federal grants and contracts, ensuring compliance with federal tax obligations as part of lawful financial practices associated with government work.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Presolicitation
    Similar Opportunities
    J045--Hydro Jet Cleaning/Drainage for Loch Raven's campus
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide hydro jet cleaning and drainage services for the Loch Raven campus located at the Veterans Medical Center in Baltimore, Maryland. The contractor will be responsible for hydro jetting drain lines in accordance with the Statement of Work outlined in the solicitation, which is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement is critical for maintaining the plumbing infrastructure at the facility, ensuring efficient waste disposal and operational functionality. Interested contractors must submit their quotations via email to Contract Specialist Charles Willis by September 23, 2024, at 2 PM EST, and must be registered and verified in the U.S. Small Business Administration's VetCert and VIP databases to be eligible for award.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide water system testing and maintenance services, specifically hyperchlorination, at the Wilkes-Barre VA Medical Center. The procurement involves a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a minimum contract value of $5,000 and a maximum of $325,000, based on task orders determined by estimated needs. This initiative is crucial for ensuring the safety and compliance of the water supply in healthcare facilities, particularly in preventing Legionella disease. Interested contractors must submit their quotations by 10:00 AM (EST) on September 24, 2024, and direct any inquiries to Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    Z2DA--Replace Canteen Dishwashing Utilities | 666-24-129
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for plumbing construction services to replace and upgrade the canteen dishwashing utilities at the Sheridan VA Medical Center in Wyoming. The project aims to address existing plumbing deficiencies, ensuring compliance with plumbing codes and enhancing operational efficiency through various upgrades, including the installation of heat recirculation lines and improved drainage systems. This initiative is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a budget ranging from $100,000 to $250,000, and requires proposals to be submitted by October 7, 2024. Interested contractors must attend a mandatory site visit on September 23, 2024, and direct any questions to Contract Specialist Timothy R. Verburgt at Timothy.Verburgt@va.gov.
    Z2DA-- 671-22-118 CON Replace Cast Iron Dr 2nd & 3rd FL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for a construction project to replace the cast iron drain lines on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project requires contractors to provide all necessary labor, materials, and equipment to upgrade the existing plumbing system, including the installation of new joints and connectors, while adhering to environmental regulations and local building codes. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $1 million and $5 million. Interested contractors should note that a site visit will be scheduled prior to the solicitation release, anticipated around September 30, 2024, and can contact Bobby Reveles at jose.reveles@va.gov for further information.
    Irrigation Supplies for San Juaquin Valley National Cemetery
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide irrigation supplies for the San Joaquin Valley National Cemetery in California. The procurement involves a variety of irrigation components, including sprinkler heads, valves, and PVC pipes, with specific quantities and descriptions outlined in the solicitation documents. These supplies are essential for maintaining the cemetery's landscaping and ensuring effective water management. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals in response to Request for Quotation (RFQ No. 36C78624Q50397) by the specified deadline, and all inquiries should be directed to David Hester at David.Hester@va.gov.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    F103--Legionella Water Testing - Base Plus 4 Option Yrs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to conduct Legionella water testing services for the South Texas Veterans Health Care System, with a contract period starting November 1, 2024, and extending through October 31, 2025, including four optional one-year extensions. The contractor will be responsible for the quarterly collection and analysis of water samples at designated facilities in San Antonio and Kerrville, ensuring compliance with federal and state regulations as outlined in the Statement of Work. This procurement is critical for maintaining health and safety standards in veteran healthcare facilities by monitoring and managing water quality risks associated with Legionella. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by October 4, 2024, at noon Central Time, and can contact Contract Specialist Anitra Carter at anitra.carter@va.gov or (254) 778-4811 ext. 46425 for further information.
    H945--DA Tank Magnetic Particle Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the DA Tank Magnetic Particle Testing project at the Battle Creek VA Medical Center. This procurement requires the contractor to perform cleaning, inspection, and testing of the deaerator tank in compliance with VA regulations, which necessitate third-party inspections every six years. The contract is specifically set aside for veteran-owned small businesses (VOSB) and mandates the use of certified technicians for non-destructive testing methods, including wet magnetic particle and ultrasonic testing, while adhering to strict scheduling and safety protocols. The total award amount for this solicitation is approximately $19 million, with offers due by September 23, 2024. Interested parties can contact Contract Specialist Margaret R Thompson at margaret.thompson@va.gov for further information.
    H145--Backflow Preventer Inspection, Testing & Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for Backflow Preventer Inspection, Testing, and Repair services at the Carl Vinson VA Medical Center in Dublin, Georgia, under solicitation number 36C24725Q0060. The procurement aims to ensure that all backflow preventers comply with local, state, and federal regulations while maintaining operational integrity and safety standards within the facility. This contract, projected at a total award amount of $19 million, includes a base year starting November 1, 2024, with four option years, and emphasizes the importance of thorough documentation, staff qualifications, and minimal disruption to medical center operations. Interested contractors must submit their responses by September 30, 2024, at 3:00 PM Central Time, and can contact Contract Specialist Brenda Carter at brenda.carter6@va.gov for further information.
    V112--HAZARDOUS WASTEPICK UP AND DISPOSAL FY25
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for hazardous waste pick-up and disposal services at the Hampton VA Medical Center in Virginia. The contract requires qualified contractors, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB), to manage the collection and disposal of hazardous and universal waste, ensuring compliance with federal and state regulations. This service is crucial for maintaining environmental safety and regulatory adherence in healthcare settings, with the contract valued at approximately $47 million and spanning from October 1, 2024, through fiscal year 2029. Interested bidders should contact Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further details and to ensure their proposals align with the outlined requirements.