The Great Lakes Acquisition Center, representing the Tomah VA Hospital in Wisconsin, has issued a presolicitation notice to seek HVAC air duct cleaning services. This solicitation is designated as a total small-business set-aside, encouraging proposals from qualified small enterprises. Interested parties must respond by 08:00 AM Central Time on July 28, 2025, with further details provided in a follow-on Request for Quotes. All communications regarding the solicitation should be directed to Contracting Officer Aaron Rogers at the specified email address. The NAICS code for this project is 561790, and the product service code is J041, indicating the nature of the services being requested. The address for performance of these services is the Tomah VA Hospital located at 500 East Veterans Street, Tomah, WI. This initiative reflects the government's commitment to maintaining facility standards and ensuring a clean and safe environment for veterans.
The document outlines a Request for Quote (RFQ) for HVAC duct cleaning services at the Tomah VA Medical Center. The contract, with a total award amount of $9 million, is set to cover various HVAC cleaning tasks, including ductwork and equipment cleaning across multiple buildings with an effective period from September 1, 2025, to August 31, 2026, with options for extensions through 2029.
Key requirements include the contractor's certification with the National Air Duct Cleaners Association (NADCA) and the necessity for adherence to safety protocols as defined by OSHA standards. Detailed specifications encompass the use of truck-mounted vacuum systems, scheduled pre-cleaning coordination meetings, and documentation of cleaning efficacy. All work is to ensure minimal disruption to the facility functions and must comply with security requirements, including those governing access to federal properties.
The RFQ emphasizes the importance of maintaining strict environmental and safety standards in the execution of services while ensuring quality control through thorough inspection and reporting to the Contracting Officer. The project exemplifies the VA's commitment to providing a safe and healthy environment for its facilities and personnel.
The document is an amendment to solicitation 36C25225Q0372 issued by the Department of Veterans Affairs for Air Duct Cleaning services at the Tomah VA Hospital. The amendment extends the deadline for receiving offers to August 6, 2025, at 8:00 AM CDT. It addresses inquiries from vendors, specifically clarifying that past performance can be considered in lieu of NADCA certification if deemed sufficient by the facility. Other terms and conditions remain unchanged. This amendment serves to facilitate the bidding process by providing essential information regarding qualifications and submission deadlines, reflecting the government’s efforts to encourage participation in federal procurement opportunities while ensuring service quality standards.
The document pertains to an amendment of a solicitation issued by the Department of Veterans Affairs for HVAC duct cleaning services at the Tomah VA Medical Center. This amendment extends the deadline for bids to August 6, 2025, and updates the Price Schedule and Statement of Work (SOW) based on vendor inquiries. The contractor is required to provide comprehensive duct cleaning services, encompassing various buildings within the center, with work scheduled from September 1, 2025, to August 31, 2030. Key aspects include compliance with NADCA standards, the requirement for contractors to have certified personnel, and specific cleaning methodologies that prevent contamination and maintain HVAC integrity. Additionally, the document outlines procurement details, including mandatory inspections, testing post-cleaning, and coordination with facility personnel. Overall, this amendment reflects the government's efforts to ensure high-quality maintenance of HVAC systems in Veterans Affairs facilities while following federal solicitation procedures.
The document outlines the Wage Determination No. 2015-4929 under the Service Contract Act, detailing minimum wage requirements and occupation-specific wage rates applicable to federal contracts in Wisconsin, specifically in designated counties. It mandates that contracts initiated or renewed post January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30, unless higher rates are specified. It includes varying wage rates for numerous occupations, such as administrative support, automotive service, health roles, and technical positions. Fringe benefits, paid sick leave, vacation, and holiday benefits are also stipulated. Additionally, the document emphasizes compliance with Executive Orders regarding worker protections. Overall, it serves to ensure fair compensation for workers under federally contracted service jobs, reflecting the government's commitment to worker rights and maintaining labor standards.
The document details the room and area designations for the second and third floors of Building 401. Each floor plan lists various resident rooms, resident bathrooms, specialized resident areas (e.g., Bariatric-Central, Bariatric-East), and communal spaces such as living rooms, dining/activity areas, and staff facilities (e.g., Nurse Manager, Staff Lounge). Critical infrastructure rooms like HAC, ELEC, and IT are also noted, along with corridors and exits. The alphanumeric codes indicate specific rooms and their associated features, providing a comprehensive layout of the building's functional areas on both floors.
The document outlines the detailed layout and categorization of spaces within a building identified as Building 401, specifically across the 2nd and 3rd floors. It includes various types of resident rooms (RESIDENT), bathrooms (RES BATH), storage areas, staff lounges, nursing facilities, and public spaces such as dining/activity areas and visitor waiting areas. The structure is organized numerically, with designated code labels for different rooms and facilities, including special areas like bariatric kitchens and clean linen storage. Each room type is systematically identified with a coding system that allows for easy reference, highlighting the functional distribution of spaces crucial for operations, likely in a healthcare or residential facility setting. The overall purpose may relate to an RFP or grant process aimed at improving or modifying facility services, ensuring comprehensive planning for optimal space use while enhancing resident care and staff efficiency. This organization reflects a deliberate planning effort essential for meeting regulatory standards in therapeutic environments.
The document outlines a Request for Proposal (RFP) for HVAC duct cleaning services at the Tomah VA Medical Center. The primary purpose is to secure a contractor to provide comprehensive cleaning of duct systems, air handlers, and associated HVAC components, ensuring compliance with National Air Duct Cleaners Association (NADCA) standards. Key requirements include the use of a powerful vacuum system, rigorous air quality testing post-cleaning, and adherence to safety regulations.
The contract covers multiple buildings with detailed specifications for the scope of work. It includes a price/cost schedule for various cleaning tasks and optional services. An extended timeline for proposals and responses to vendor inquiries regarding requirements, square footage, and compliance with wage standards is provided. The scope emphasizes the need for certified personnel and a structured cleaning process to avoid damage and ensure thorough contamination removal.
Overall, this RFP reflects the VA's commitment to maintaining healthcare facility standards while enhancing air quality and operational efficiency. Compliance with safety measures and coordination with facility management are essential components of the project, which seeks to enhance the health infrastructure at the Tomah VA Medical Center.