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
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.
S201--FY26: Janitorial Services at VACHS & MOPC
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for janitorial services at the Veterans Affairs Caribbean Healthcare System (VACHS) and the Mayaguez Outpatient Clinic (MOPC) in Puerto Rico. The procurement will focus on providing aseptic cleaning services across various facilities, including intensive care units and outpatient areas, covering a total area of approximately 814,046 square feet. This contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be structured as a Firm Fixed Price (FFP) agreement, with an initial twelve-month base period and four optional one-year extensions at the government's discretion. Interested vendors should note that the Request for Proposal (RFP) is anticipated to be issued within fifteen days, with proposals due no less than thirty days after issuance; for further inquiries, contact Senior Contract Specialist Wilfredo Perez at wilfredo.perez3@va.gov or 939-759-6783.
Minneapolis VAMC Chiller Maintenance Solicitation Notice
Buyer not available
The Department of Veterans Affairs is soliciting offers for chiller maintenance services at the Minneapolis Veterans Affairs Medical Center (VAMC) under Solicitation : 36C26325Q0610. The contract, valued at approximately $47 million, requires the contractor to provide preventative maintenance, emergency repairs, and associated services for various chiller units, ensuring operational efficiency and compliance with federal standards. This procurement is crucial for maintaining the facility's infrastructure, which directly supports the health and safety of veterans. Interested vendors must submit their offers by May 2, 2025, at 17:00 Central Time, and can direct inquiries to Jeffrey Brown at Jeffrey.Brown8@va.gov.
J041--Kitchen Hood & Duct Work Cleaning Small Business Set - A- Side
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide Kitchen Hood and Duct Work Cleaning Services at the Tomah VA Medical Center, with a contract structure that includes a Base Year and four option years. The procurement requires contractors to perform annual and quarterly cleaning in compliance with NFPA 96 standards, ensuring fire safety in commercial cooking operations, which is critical for maintaining facility safety and cleanliness. Interested small businesses, particularly veteran-owned entities, are encouraged to participate, with a site visit scheduled for April 17, 2025, and proposals due shortly thereafter. For further inquiries, contractors can contact Contract Specialist Della C Bond at della.bond@va.gov.
Off-Campus Housekeeping SDVOSB Set-Aside Solicitation
Buyer not available
The Department of Veterans Affairs is soliciting proposals for off-campus housekeeping services, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will cover janitorial services for five buildings affiliated with the Minneapolis Veterans Health Administration, totaling approximately 110,306 square feet, with a contract period from July 1, 2025, to June 30, 2030, and options for four additional years. This procurement underscores the importance of maintaining sanitary environments in veteran healthcare facilities while providing economic opportunities for veteran-owned businesses. Interested parties should review the attached documents and respond to the solicitation instructions, with inquiries directed to Jeffrey Brown at Jeffrey.Brown8@va.gov.
523A5-10-316 Upgrade VISN 1 Laundry Building 45
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the upgrade of the VISN 1 Laundry Building 45 at the Brockton Medical Center in Massachusetts. The project involves extensive renovations, including the demolition and reconstruction of mechanical, electrical, and plumbing systems, with a focus on compliance with federal, state, and local building codes. This upgrade is crucial for restoring operational capacity to the laundry facility, which has been non-functional since 2016 due to structural issues, thereby enhancing the overall healthcare infrastructure for veterans. Interested contractors must submit their proposals electronically by June 20, 2025, with a performance period of 420 calendar days following the Notice to Proceed. For further inquiries, contact Alexis C. Duda at Alexis.Duda@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.
J041--Chiller Preventative and Corrective Maintenance Services
Buyer not available
The Department of Veterans Affairs is seeking a qualified contractor to provide Chiller Preventative and Corrective Maintenance Services for the Southeast Louisiana Veterans Health Care System in New Orleans, LA. The procurement includes comprehensive services such as chemical treatment, preventative maintenance, routine and emergency repairs, and training for government-owned equipment, specifically targeting HVAC systems and water treatment processes. This contract is crucial for ensuring the efficient operation and safety of the facility's systems, adhering to federal regulations and standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their electronic quotes by April 24, 2025, at 1:00 PM CST to Rachel Babin at Rachel.Babin@va.gov, with a site visit scheduled for April 3, 2025, to facilitate understanding of the project scope.
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. The procurement aims to ensure compliance with ANSI/AAMI ST108:2023 standards for water quality in medical device processing, requiring contractors to provide equipment installation, ongoing maintenance, and comprehensive water quality testing. This initiative is critical for enhancing healthcare service delivery and maintaining safety and infection control protocols within the medical facility. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their proposals by April 28, 2025, at 2:00 PM CDT, and can direct inquiries to Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.
Replace and upgrade ten kitchen and canteen cooler and freezer condensers
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking qualified small business contractors to replace and upgrade ten kitchen and canteen cooler and freezer condensers at the Lt. Col. Luke Weathers, Jr. VA Medical Center in Memphis, Tennessee. The project aims to address malfunctioning refrigeration systems and ensure compliance with EPA regulations due to refrigerant leaks, with a total award amount of $12.5 million and a performance period from July 17, 2025, to September 18, 2025. This procurement is critical for maintaining operational efficiency in the medical center's kitchen, and contractors must adhere to strict safety protocols while minimizing disruption to kitchen operations. Interested parties should contact Kristie Collins at kristie.collins@va.gov and submit their quotes by the extended deadline of May 14, 2025, with a site visit required prior to submission.