V301--DECOMMISSIONING BRICK CLINIC NJ FURNITURE AND EQUIPMENT MOVE REQUEST
ID: 36C24224Q1015Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- RELOCATION: RELOCATION (V301)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking a contractor to manage the decommissioning and relocation of furniture and medical equipment from the VA James J. Howard and Brick Annex Community Based Outpatient Clinics (CBOCs) in New Jersey. The contractor will be responsible for disassembling, moving, storing, and potentially discarding various items, with the project divided into two phases: relocating items to designated storage facilities and facilitating access for retrieval as needed. This procurement is a Total Small Business Set-Aside, emphasizing the VA's commitment to efficient resource management and small business participation. Interested contractors must submit proposals by October 11, 2024, following a site visit scheduled for October 8, 2024, and can direct inquiries to Contracting Officer Mariangie Rivera at Mariangie.Rivera@va.gov or by phone at 518-626-6246.

    Point(s) of Contact
    Mariangie RiveraContracting Officer
    (518) 626-6246
    Mariangie.Rivera@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting a contractor to manage the relocation and storage of furniture and medical equipment from its New Jersey healthcare clinics, specifically the VA James J. Howard and Brick Annex Community Based Outpatient Clinics (CBOCs). The contract will encompass two phases: moving items to designated storage facilities, which may be temperature-controlled or independently sourced by the vendor, and facilitating access to these items when the VA requires retrieval. A site visit will be conducted to ensure mutual understanding of project requirements between the contractor and VA representatives. Various documents related to the scope of work, site visit agendas, and compliance certifications are attached to the solicitation. This RFP emphasizes the VA's commitment to efficient resource management and the importance of contractor collaboration in facilitating the relocation process.
    The Combined Synopsis/Solicitation 36C24224Q1015 issued by the VA New Jersey Health Care System seeks a contractor for moving and storage services related to furniture and equipment at the Brick Community Based Outpatient Clinics. This procurement is designated as a 100% Total Small Business Set-Aside. Contractors must provide a Firm-Fixed-Price quote for services including climate-controlled storage, dumpsters, and transportation for multiple phases of relocating items. Submissions must follow a prescribed template and include essential elements such as pricing schedules, technical capability statements, past performance information, and compliance certifications. A site visit is scheduled for October 8, 2024, and questions regarding the solicitation must be submitted by the same date. The final submission deadline is October 11, 2024, by 10:00 AM EST to the specified email address. The government intends to evaluate proposals based on technical capability, past performance, and price, with a focus on obtaining the best overall value. This solicitation exemplifies standard procedures in government RFP processes to ensure small business participation while addressing specific service needs.
    The document outlines the VA Notice of Limitations on Subcontracting, specifically the Certificate of Compliance for Services and Construction, effective January 2023. It mandates that contractors certify their adherence to subcontracting limitations based on the predominant NAICS code for awarded contracts. For service contracts, contractors must not subcontract more than 50% of the government's payment to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction, the limit is 85%, while for special trade construction, it is 75%. Improper compliance may result in various penalties, including fines and prosecution under U.S. law. Contractors are required to provide evidence of compliance, such as invoices and subcontract copies, to the VA for verification. The document emphasizes the importance of transparency and cooperation in the contracting process and stipulates that offers lacking the required certification will be ineligible for evaluation. This framework aims to ensure that small business entities, particularly veteran-owned ones, are utilized effectively in government contracts, enhancing fair procurement practices.
    The document serves as a detailed physical inventory report, outlining the status of various medical and healthcare equipment currently in use across multiple locations. It categorizes items by entry number, acquisition date, use status, and manufacturer, providing insight into the management of equipment within the healthcare system. A total of 72 items are identified for repurposing that require bubble wrap for protection during transport, while 73 items are marked for disposal. Notably, specific equipment such as vital sign monitors, electrocardiographs, and ultrasound therapy systems are extensively listed, highlighting their importance in clinical settings. The physical inventory process emphasizes the need for proper tracking of equipment utilization and the management of surplus items. This report is key to facilitating government compliance and streamlining operations in response to requests for proposals (RFPs) and grants focused on optimizing healthcare resource allocation.
    The document outlines requirements for compliance with federal regulations regarding small business set-asides and subcontracting practices, specifically referencing 13 C.F.R. 125.6, FAR 52.219-14, and VAAR 852.219-75. Offerors responding to the solicitation must certify their intention regarding subcontractors and meeting the required percentages for contract performance depending on their business status. There are strict guidelines on how much of the contract must be performed by the prime contractor and similarly situated subcontractors, especially for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Failure to comply with these regulations can lead to severe penalties, including fines and potential debarment. Contractors may be required to provide evidence of compliance during the contract's duration. The document concludes with a certification section for the prime contractor to affirm the truthfulness of their representations. This solicitation emphasizes the government's focus on promoting small business involvement and compliance with established federal contracting standards.
    The Department of Veterans Affairs NJ Health Care is seeking a contractor to manage the decommissioning and relocation of furniture and equipment from the VA Brick Community-Based Outpatient Clinics (CBOCs). The Statement of Work outlines the contractor's responsibilities, which include disassembling, moving, storing, and possibly discarding various items. The project is divided into two phases: the first involves relocating items to a controlled storage environment, while the second entails returning items to designated medical facilities as needed. A site visit and preparation of a comprehensive moving plan are prerequisites for starting this project, which is expected to occur between October 18 and October 31, 2024. The contractor must ensure the safeguarding of the equipment, provide secure storage, and coordinate moves efficiently. Compliance with safety regulations and personnel qualifications is essential, as is maintaining a professional demeanor during the execution of the work. Return of items to various VA facilities will require proper notification two weeks in advance, while responsibility for any damage during the moving process lays with the contractor. Overall, this project underscores the VA's commitment to managing resources effectively while ensuring operational continuity for healthcare services in New Jersey.
    The agenda for the Site Visit/Pre-Bid Conference for the decommissioning of the Brick Clinic, under the solicitation number 36C24224Q1015, outlines essential details for prospective contractors. Key personnel include Contract Specialist Mariangie Rivera and POCs Marcos Nascimento and Marjorie Jackson Baptiste. Issued on October 2, 2024, the conference is scheduled for October 8, 2024, with proposals due on October 11, 2024. Offerors must submit a capability statement, past performance evidence, and certifications to demonstrate compliance with the terms specified in the Request for Proposal (RFP). Registration with SAM.gov under NAICS code 484210 is mandatory, and inquiries should only be directed to the Contract Specialist. The document emphasizes the importance of the single scheduled site visit at designated locations in Brick, NJ, ensuring that participating vendors are familiar with the project scope. The meeting will include remarks from VA staff and a Q&A session for attendees. Overall, this file serves to guide potential offerors in understanding the proposal requirements and timelines for the decommissioning project.
    The document inventories furniture disposition for the Brick facility, detailing various furniture types, specifications, quantities, and their respective disposition statuses across multiple rooms. It includes items such as chairs, desks, tables, and cabinets, noting manufacturers, finishes, sizes, and colors. The furniture is categorized under "Disposition-Storage" and "Disposition-Clinics," indicating whether it is to be stored or used in clinical settings. Key points show that many pieces, particularly desk and task chairs from manufacturers like Knoll and Miller, are designated for storage. The report indicates an emphasis on managing surplus items through storage or disposal for several rooms, including Ambulatory Care, Psychology, and Administration offices. Additionally, the document outlines multiple instances of displaced furniture that is marked for discarding due to damage or obsolescence. This assessment plays a vital role in facilitating space management within government-funded settings, ensuring compliance with organization efficiency related to asset management. The explicit cataloging promotes transparency and accountability, critical for adherence to federal regulations governing the acquisition and disposition of government resources.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N071--Questions & Answers ELP Furniture Install, storage & moving
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the installation, storage, and moving of furniture under solicitation number 36C25724Q0976. This procurement aims to secure services that include the management of approximately 38,400 square feet of furniture and the provision of 2,500 square feet of storage space, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The initiative is crucial for enhancing the operational efficiency of Veteran healthcare facilities, ensuring that they are equipped with the necessary furniture and inventory management systems. Interested vendors must submit their proposals by October 10, 2024, at 12 PM Central Time, and can direct inquiries to Contract Specialist Lorri Schoellkopf at lorri.schoellkopf@va.gov or by phone at 210-831-1852.
    V999--Relocation and Removal Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Relocation and Removal Services at the James A. Haley Veterans' Hospital in Tampa, Florida. The procurement aims to identify contractors capable of managing the disassembly and reassembly of furniture, as well as the movement of medical and non-medical equipment, while excluding personal belongings. This initiative is crucial for maintaining operational efficiency and supporting the VA's mission to serve veterans effectively. Interested parties must submit their qualifications, including business size classification and contact information, by October 10, 2024, to Contracting Officer Jose E. Ortiz-Velez at Jose.Ortiz-Velez@va.gov.
    J059--Building 1 rear sliding glass door replacement Brooklyn VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of the rear sliding glass doors at Building 1 of the Brooklyn VA Medical Center. The project aims to address ongoing issues with the current doors, which have been deemed irreparable and are critical for accessibility, particularly for patients with mobility challenges. The contract is expected to be awarded as a firm-fixed price agreement, with a funding range between $25,000 and $100,000, and interested vendors must submit their quotes by 3:00 PM EST on October 15, 2024, following a site visit scheduled for October 8, 2024. For further inquiries, potential bidders can contact Contracting Officer Charlie Augustin at Charlie.Augustin@va.gov or by phone at 718-526-1000 X2298.
    S205--Solid waste removal and recycling services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit quotes for solid waste removal and recycling services at the New York Harbor Healthcare System and its affiliated facilities. The procurement will be structured as an Indefinite Quantity Indefinite Delivery (IDIQ) firm-fixed price contract, with services expected to commence on January 2, 2025, and continue through December 31, 2025, including an option for four additional years. This initiative is crucial for maintaining sanitary conditions and effective waste management within the healthcare system, and it is designated as a small business set-aside under NAICS code 562111. Interested contractors must register with the System for Award Management (SAM) and submit their quotes via the SAM website, with the RFQ anticipated to be issued around October 7, 2024. For inquiries, contractors should contact Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov.
    W065--Bed Equipment Rentals
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, is seeking qualified vendors for the rental of bed equipment, including beds, mattresses, and ancillary items, for the James J. Peters (Bronx) VA Medical Center. This Sources Sought Notice aims to conduct market research to identify potential suppliers who can meet the requirements for patient care equipment rentals, ensuring compliance with VA safety standards and providing necessary training for staff on equipment usage. The anticipated contract duration is from November 1, 2024, through October 31, 2025, with options for four additional years, and interested parties must submit their capability statements by 2:00 PM EST on October 4, 2024, to Lynn Krakowiak at Lynn.Krakowiak@va.gov.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Project Number 561A4-21-101, which involves the replacement of the RF Unit and site preparation in Room 48 at the Lyons VA Medical Center in New Jersey. The project encompasses extensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is critical for modernizing healthcare technology and improving operational efficiency within the VA system. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, at 10:00 AM EST, via email to the designated contracting officers, with the anticipated contract value ranging between $500,000 and $1,000,000.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO5 - MATOC II project, which involves construction and maintenance services across various VA facilities in Maryland, Washington D.C., and West Virginia. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to address the construction and upgrade needs of veteran healthcare facilities, ensuring compliance with federal standards and safety protocols. Interested contractors must submit their proposals by October 21, 2024, with a guaranteed minimum contract amount of $2,500 and a maximum limit of $1,000,000 per task order. For further inquiries, potential bidders can contact Lisa M. Lake, the Contracting Officer, at lisa.lake2@va.gov or (304) 263-0811 ext 7617.
    R614--SENSITIVE DOCUMENT DESTRUCTION - VISN2N (VA-25-00003192)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for Sensitive Document Destruction Services across various VA Medical Centers in New York, with an estimated contract value of approximately $16.5 million. The primary objective is to ensure the secure collection and destruction of sensitive documents, adhering to strict standards that guarantee documents are rendered unreadable and untraceable. This service is critical for maintaining the confidentiality and security of sensitive information within the VA system. The contract is set to commence on January 1, 2025, and will run through December 31, 2025, with options for renewal in subsequent years. Interested vendors should contact Michelle Harsch at michelle.harsch@va.gov for further details and to submit proposals by the specified deadlines.
    S205--589-25-1-4756-0002 | Waste Removal Services l WI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for waste removal services at the Robert J. Dole VA Medical Center in Wichita, Kansas. The procurement aims to ensure compliance with health regulations, maintain sanitary conditions, and provide regular waste collection and recycling services, with a strong emphasis on utilizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This contract, valued at $47 million for a base year with four option years, requires interested vendors to submit their quotations by October 11, 2024, at 5 PM Central Time, and to adhere to federal laws and insurance requirements. For further inquiries, vendors may contact the contracting officer, James W. Hogue, via email at James.Hogue@va.gov.
    X1DB--Providence PT/OT New Location
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals to lease up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The procurement aims to secure a modern facility that meets specific design, security, and environmental standards, with a lease term of 20 years and an initial 10-year firm period. This initiative is crucial for enhancing healthcare access for veterans, ensuring that the facility complies with federal guidelines and provides necessary operational capabilities. Interested parties must submit their proposals by October 16, 2024, at 4:00 PM EST, and can contact Jennifer Fiore, the Leasing Contracting Officer, at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.