J059--Ice Machine Service Contract
ID: 36C24125Q0353Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 4:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors to provide cleaning and sanitation services for ice machines across three facilities within the VA Boston Healthcare System. The contract, valued at $12.5 million, includes a base year and four optional years, requiring biannual visits to clean 75 designated ice machines in accordance with manufacturer procedures, along with detailed reporting and certification for each service performed. This procurement is crucial for maintaining health standards and ensuring a safe environment for patients and staff within the VA facilities. Interested parties should contact Contract Specialist Issa J Shawki at Issa.Shawki@va.gov for further details regarding compliance requirements and submission deadlines.

Point(s) of Contact
Issa ShawkiContracting Officer
(774) 826-3192
issa.shawki@va.gov
Files
Title
Posted
Apr 1, 2025, 9:04 PM UTC
The document outlines a solicitation for cleaning and sanitation services of ice machines across three VA Boston Healthcare System facilities. The contract, valued at $12.5 million, encompasses a base year plus four optional years. It requires the selected contractor to conduct biannual visits to clean 75 identified ice machines according to manufacturer procedures, providing detailed reports and certification for each service performed. The scope includes internal cleaning, external surface sanitation, filter replacements, and thorough inspections, all aimed at maintaining health standards within the facilities. Additionally, the contract incorporates various federal regulations related to contractors' rights and obligations, emphasizing compliance with labor standards and payment processes. The aim is to ensure a safe environment for patients and staff, reflecting the VA's commitment to upholding health and safety protocols in its operations.
Apr 1, 2025, 8:05 PM UTC
The Department of Veterans Affairs (VA) is preparing to solicit bids for an Ice Machine Service Contract, specifically focusing on cleaning and sanitation of ice machines. The presolicitation notice indicates that a Firm-Fixed Price contract will be awarded to the most advantageous offer received, considering price and other relevant factors. This opportunity is set aside for Small Businesses. Downloading of the solicitation will occur on April 1, 2025, with responses due by April 8, 2025, at noon Eastern Time. Prospective bidders must be registered in the System for Award Management (SAM) prior to contract award. Contact for inquiries is the contracting officer, Issa Shawki, whose email is included. The associated NAICS code for this procurement is 811310, and the places of performance include multiple locations in Massachusetts. This notice underscores the VA's efforts to maintain service quality in healthcare facilities through proper equipment sanitation and maintenance.
Apr 1, 2025, 9:04 PM UTC
The document outlines compliance requirements for offerors in relation to contract performance as mandated by 13 C.F.R. § 125.6. Offerors must certify whether subcontractors will be involved in the contract execution and specify the breakdown of contract costs between the prime contractor and any similarly situated subcontractors. The document includes a table to collect details about subcontractors, such as business name, DUNS number, and percentage of contract value. A clear warning highlights severe penalties for failure to comply with subcontracting limitations, which may result in fines or debarment. Contractors are required to provide documentation to demonstrate compliance at any point during contract performance. The certification must be signed by the contractor and returned via email to the designated contracting officer. This document serves as a vital compliance framework for federal procurement processes, ensuring that contractors adhere to regulations designed to promote fair competition and prevent excessive subcontracting.
Apr 1, 2025, 9:04 PM UTC
The document pertains to a preventative maintenance contract awarded by the Department of Veterans Affairs. It outlines essential contract details including the contracting activity’s name and address, contract number, award and completion dates, contract value, and type. Specific points of contact for technical and contractual inquiries are provided, along with the place of performance and a description of work involved, although the exact descriptions are not elaborated in the text. Key sections are reserved for noting any commendations or awards and a list of major subcontractors involved. The structure is repetitive, showcasing multiple contracts potentially related to a broader maintenance initiative for the Department of Veterans Affairs. This document is indicative of federal procurement processes, emphasizing transparency and accountability in managing contracts related to veteran services.
Apr 1, 2025, 9:04 PM UTC
The document is the Wage Determination No. 2015-4047 from the U.S. Department of Labor under the Service Contract Act, specifying minimum wage requirements for contractors and subcontractors in Massachusetts. Effective from January 30, 2022, the determination mandates contractors to pay at least $17.75 per hour if the contract aligns with Executive Order 14026, or $13.30 under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. The document includes specific minimum wage rates for numerous occupational classifications, such as administrative support, automotive services, food preparation, and healthcare occupations. Each occupational category lists various job titles alongside their corresponding wage rates and necessary fringe benefits, including health insurance and vacation time. Additionally, it outlines requirements for paid sick leave and provides a conformance process for unlisted job classifications. This wage determination is critical for entities engaging in government contracts, guiding them to comply with federal wage standards while ensuring fair compensation for workers involved in service contracts across local municipalities.
Apr 1, 2025, 9:04 PM UTC
The Wage Determination No. 2015-4053 outlines minimum wage requirements under the Service Contract Act (SCA) for federal contracts in Massachusetts, particularly in specific towns within Bristol, Norfolk, and Plymouth counties. Effective January 30, 2022, contracts must adhere to new wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) depending on contract dates and extensions. The document lists various occupations, with corresponding rates, and stipulates additional fringe benefits, including health, vacation, and holiday pay. It highlights compliance expectations for contractors regarding employee classification and benefits associated with paid sick leave per Executive Order 13706. The determination specifies requirements for unlisted job classifications through a conformance process, ensuring fair compensation aligned with SCA regulations. It emphasizes necessary documents for compliance and outlines penalties for non-adherence. Overall, this wage determination provides comprehensive wage and benefit structures essential for contractors engaged in federal service contracts, ensuring employee rights and compensatory fairness.
Lifecycle
Title
Type
Presolicitation
Solicitation
Similar Opportunities
Hines VA Hospital Janitorial Services (2/1/25-1/31/26
Buyer not available
The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
Minneapolis VAMC Chiller Maintenance Solicitation Notice
Buyer not available
The Department of Veterans Affairs is soliciting proposals for chiller maintenance services at the Minneapolis Veterans Affairs Medical Center (VAMC), with a contract value estimated at approximately $47 million. The selected contractor will be responsible for providing preventative maintenance, emergency repairs, and related services for various chiller units, ensuring operational efficiency and compliance with environmental regulations. This contract is critical for maintaining the facility's infrastructure, which supports the health and safety of veterans receiving care. Interested parties must submit their proposals by April 25, 2025, and can direct inquiries to Jeffrey Brown at Jeffrey.Brown8@va.gov.
Sterile Processing Service Water Testing
Buyer not available
The Department of Veterans Affairs is seeking proposals for a contract focused on Sterile Processing Service Water Testing, aimed at ensuring the quality of water used in the processing of medical devices across several facilities in South Texas. The contractor will be responsible for testing, maintenance, and repair of water systems, adhering to the ANSI/AAMI ST108:2023 standards, which include regular water sampling, filter and tank maintenance, and timely reporting of water quality results. This initiative is critical for maintaining high healthcare standards for veterans, reinforcing the importance of reliable sterilization processes in medical environments. The contract, valued at approximately $41 million, is structured over a base year with four optional renewal years, and interested parties can contact Mr. Shawn R. Reinhart at shawn.reinhart@va.gov or 254-421-6661 for further details.
6515--STERIS RELIANCE 6500 Endoscope Cabinets
Buyer not available
The Department of Veterans Affairs is seeking quotations for the acquisition of three STERIS RELIANCE 6500 Endoscope Drying and Storage Cabinets, including installation, accessories, and a one-year warranty, for the West Roxbury VA Medical Center. This procurement is essential for maintaining compliance with ANSI/AAMI standards and VHA directives regarding endoscope inventory management, as the unique specifications of the STERIS cabinets are critical for the facility's operational needs. The solicitation is set aside for Full and Open Competition under NAICS code 339112, with a response deadline of April 18, 2025, at 10 AM ET. Interested vendors should submit their quotes to Contract Specialist Divianna Mathurin at divianna.mathurin@va.gov, ensuring adherence to the outlined FAR provisions and competitive evaluation criteria.
N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the leasing and maintenance of a Reverse Osmosis (RO) and Deionized (DI) water system at the Michael E. DeBakey VA Medical Center in Houston, Texas. This opportunity is specifically set aside for service-disabled veteran-owned small businesses (SDVOSB) and requires compliance with ANSI/AAMI ST108:2023 standards for water quality in medical device processing. The contract will encompass a base year with four additional option years, commencing on May 1, 2025, and includes responsibilities such as equipment installation, ongoing maintenance, and comprehensive water quality testing. Interested bidders should contact Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov for further details and to ensure compliance with wage determinations under the Service Contract Act and the Davis-Bacon Act, which mandate minimum wage rates for covered workers.
Janitorial Services at Leavenworth, KS CMOP and Shawnee, KS CMOP
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide janitorial services at the Consolidated Mail Outpatient Pharmacy (CMOP) facilities located in Leavenworth and Shawnee, Kansas. The procurement requires management and supervision of a workforce consisting of six full-time employees (FTE) to ensure cleanliness and safety in various high-activity areas, including production floors, bathrooms, breakrooms, and administrative offices. These services are crucial for maintaining operational efficiency and hygiene standards within the CMOP, which operates under a production schedule from 6 AM to 7 PM, Monday through Friday. Interested contractors must submit their capabilities statement and indicate their business size by April 15, 2025, at 5 PM CDT, to Diana Olson at diana.olson@va.gov, with the total estimated contract value falling under NAICS code 561720 for Janitorial Services, benchmarked at $22 million.
Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
Buyer not available
The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project, identified as solicitation number 36C25225B0002, requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1 million and $2 million, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The work is critical for maintaining the operational integrity of the healthcare facility, ensuring efficient climate control and patient comfort. Interested contractors must submit their bids electronically by April 15, 2025, and are encouraged to review the attached amendments and wage determinations for compliance with federal regulations. For further inquiries, contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
J045 - Storm Drain Water System Clean Out, Seattle and American Lake Veterans Affairs
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the cleaning and maintenance of stormwater systems at the Seattle and American Lake Veterans Affairs Medical Centers. The procurement involves a base contract period from June 16, 2025, to June 15, 2026, with four optional renewal years, totaling an estimated contract value of $16.5 million. The selected contractor will perform bi-annual cleanings and maintenance of stormwater management systems to ensure compliance with environmental regulations, while minimizing disruption to hospital operations. Interested parties must be certified as service-disabled veteran-owned small businesses (SDVOSB) and submit their proposals, including past performance questionnaires, by April 16, 2025, at 5:00 PM PT. For further inquiries, contact Danielle Carrico at danielle.carrico@va.gov.
Z2QA--FY25: Epoxy Coating of Chiller Condensers
Buyer not available
The Department of Veterans Affairs is soliciting qualified contractors for the epoxy coating of chiller condensers at the Viera VA Healthcare Center in Florida. The objective of this procurement is to enhance the durability of three chiller condenser systems, preventing corrosion and ensuring operational integrity, with the contract scheduled to last from May 19, 2025, to June 18, 2025. This project is significant for maintaining the facility's infrastructure and is set aside for service-disabled veteran-owned small businesses, emphasizing the VA's commitment to supporting the veteran community. Interested contractors should contact Contract Specialist Rohan McKenzie at Rohan.Mckenzie@va.gov, with a total budget of $19 million allocated for this project.
Z1DA--692-24-105 Replace B211A Chiller
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of the B211A chiller at the Veterans Affairs Southern Oregon Rehabilitation Center. This construction project involves the removal of the existing chiller and installation of a new Dunham Bush ACDR55B model, with a project magnitude estimated between $500,000 and $1,000,000. The work is critical for maintaining efficient HVAC operations in a specialty care ward, ensuring minimal disruption to ongoing medical services while adhering to strict safety and operational standards. Interested contractors must submit proposals by 12:00 PM PDT on May 2, 2025, and are encouraged to attend a site visit on April 8, 2025, with all inquiries due by April 21, 2025. For further information, contact Contract Officer Helen Woods at Helen.Woods@va.gov.