J045--HYDRO-JETTING & CABLING SERVICES SB SET-ASIDE
ID: 36C26224Q1879Type: Combined Synopsis/Solicitation
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

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

    The Department of Veterans Affairs is soliciting proposals for Hydro-Jetting and Cabling Services at the Jennifer Moreno VA Medical Center in San Diego, CA. This procurement aims to secure non-personal services for sewer line hydro-jetting and cabling of waste lines, ensuring operational efficiency and compliance within the facility. The contract, valued at approximately $9 million, will be structured into a base year and four option years, with a total small business set-aside to promote participation from small enterprises. Interested vendors must submit written quotations by September 23, 2024, and direct all inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov by September 18, 2024.

    Point(s) of Contact
    Charity CazeeContract Specialist
    520-792-1450 Ext. 16236
    charity.cazee@va.gov
    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation Notice issued by the Network Contracting Office 22 of the Department of Veterans Affairs, soliciting proposals for Hydro-Jetting and Cabling Services for the Jennifer Moreno VA Medical Center located in San Diego, CA. This solicitation, numbered 36C26224Q1879, is targeted at small businesses and requires written quotations by September 23, 2024. Key elements include the specification for non-personal services related to sewer line hydro-jetting and cabling of waste lines. As per the guidelines, potential bidders must submit questions by September 18, 2024, and are restricted from direct contact with VA medical center employees during the solicitation period. The solicitation emphasizes adherence to federal acquisition regulations and includes associated documentation like the Statement of Work and W-9 Form for interested parties. Overall, this procurement process demonstrates the VA's commitment to ensuring maintained and compliant healthcare facilities while engaging small businesses for essential services.
    The document outlines a Request for Proposal (RFP) for hydrojetting and cabling services issued by the Department of Veterans Affairs. The contract, valued at approximately $9 million, is structured into a base year (October 1, 2024 - September 30, 2025) and includes four option years. The award process is categorized as a small business set-aside, promoting opportunities for small enterprises. Key services to be provided include hydro-jet services across various locations, such as restrooms and kitchen drains, and a 24/7 on-call snake service. The document emphasizes compliance with federal acquisition regulations, including clauses that govern payments, performance expectations, and contractor responsibilities. Each service item is detailed with quantities and required delivery timelines, reinforcing the necessity for adherence to quality and timely completion. The document's structure follows standard government contracting protocol, encapsulating solicitation details, contracting officer contact information, and specific service requirements, ensuring clarity and accountability throughout the procurement process. This RFP reflects the government's intent to maintain operational efficiency and service quality within its facilities.
    The Department of Veterans Affairs has announced a scheduled site visit for vendors interested in submitting offers for RFQ 36C26223Q0307, pertaining to the Jennifer Moreno VA Medical Center in San Diego, CA. The visit is set for September 18, 2024, at 1:00 PM PST, with directions provided to meet at the main entrance of building #2. The designated points of contact (POCs) at the facility are Joe Dobbins and Jean-Claude Sleinman, both general engineers. This visit is part of the procurement process, emphasizing transparency and vendor engagement in government contracting. The communication highlights the VA's commitment to ensuring that potential contractors have the opportunity to understand project requirements and facility needs before submitting their proposals.
    The VA-FSC Vendor File Request Form is utilized by vendors seeking to establish or update their records within the VA Financial Management System. The form requests essential information including the vendor type, contact details, Unique Entity Identifier (UEI), Electronic Funds Transfer information, and business classifications such as small business status. It also outlines various actions applicable to different types of vendors, requiring specific documentation when necessary. The purpose of this form is to facilitate efficient payment processes by collecting pertinent details essential for the Treasury Department to transmit payment data electronically to the vendors' financial institutions. Compliance with the Privacy Act of 1974 is noted, underscoring the importance of data protection. The expected completion time for the form is approximately 15 minutes, highlighting its role in streamlining interactions between vendors and VA stations, thus enhancing overall operational efficiency and financial governance within the federal framework.
    The VA-FSC Vendor File Request Form serves to manage the registration of vendors within the Veterans Affairs (VA) system, ensuring compliance for both new and existing vendors. The document requires submission of vital information such as vendor types (e.g., commercial, federal agency, individual) and unique identifiers like the Unique Entity Identifier (UEI) and Tax Identification Number (TIN). Additionally, it mandates details regarding Electronic Funds Transfer (EFT) to facilitate timely payments. The form includes sections for both VA facility information and vendor specifics, emphasizing the need for accuracy in providing contact details, bank information, and authorized representative specifics. Privacy compliance is acknowledged, indicating that collected data is necessary for payment processing in accordance with federal regulations. The estimated completion time for the form is 15 minutes, with guidance on submission via secure fax. This process underscores the VA's commitment to efficient vendor management while ensuring compliance with federal financial protocols, pivotal for streamlined operations in government contracting and grants distribution.
    The document is an instructional guide for completing Form W-9, which is used to request a taxpayer's identification number (TIN) and certification in the United States. It outlines the necessary details required from the requester and the taxpayer, emphasizing correct identification to avoid issues such as backup withholding—a tax withholding applied to certain payments if the taxpayer does not provide their TIN. Key points include instructions for individuals and entities on how to fill out the form, the types of payments subject to backup withholding, exemptions, and certifying the accuracy of the provided TIN. The importance of safeguarding personal information against identity theft is also highlighted, with recommendations for reporting suspicious activity and contact details for assistance. The document is structured into sections detailing certification requirements, tax definitions, and steps to obtain a TIN if one does not exist. In the context of government RFPs and grants, Form W-9 is essential for ensuring compliance by confirming taxpayer identity and eligibility for federal funding, thus underscoring the significance of accurate taxpayer information in public financing processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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.
    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.
    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.
    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.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for water system testing and maintenance services, specifically hyperchlorination, at the Pittsburgh VA Medical Center. The procurement aims to establish a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract under the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside category, with services including annual and emergency hyperchlorination events to ensure compliance with health standards and prevent Legionella disease. Interested contractors must register with the System for Award Management (SAM) and submit their quotations by 10:00 AM (EST) on September 24, 2024, with a contract value ranging from a minimum of $5,000 to a maximum of $325,000 over the contract period. For further inquiries, vendors can contact Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    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.
    H946--Water Purification System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a Water Purification System and Testing through Solicitation Number 36C24825Q0009. The procurement aims to secure commercial water purification systems and associated testing services for various VA Health locations in Florida, ensuring compliance with federal and industry standards. This initiative is crucial for maintaining high water quality standards necessary for the Sterile Processing Service, reflecting the VA's commitment to providing safe and reliable water for veterans. Proposals are due by September 27, 2024, and interested parties should direct inquiries to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov or by phone at 352-214-5135.
    R499--Release of Information Services for VASNHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Release of Information Services for the Veterans Affairs Sierra Nevada Health Care System (VASNHCS). This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide labor, materials, and equipment necessary for the orderly release of medical information while ensuring compliance with privacy laws such as HIPAA and the Privacy Act. The contract, valued at approximately $40 million, will span from November 8, 2024, to November 7, 2029, with options for renewal and extension. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to Contract Specialist Jill Williams at jill.williams@va.gov or by phone at 702-001-5380.