J059--Ice Machine Service Contract
ID: 36C24125Q0260Type: 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

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for an Ice Machine Service Contract to maintain and sanitize ice machines across its Boston Healthcare System facilities. The contract encompasses cleaning and maintenance services for 75 specified ice machines, requiring two semi-annual site visits per year and adherence to manufacturer cleaning protocols, with comprehensive documentation to be provided for each service performed. This initiative is crucial for ensuring hygiene and operational efficiency within healthcare facilities serving veterans, reflecting the VA's commitment to high standards of service. The total award amount for this contract is $12.5 million, with a base period of one year and four optional renewal years; interested parties should contact Contract Specialist Issa J Shawki at Issa.Shawki@va.gov for further details.

    Point(s) of Contact
    Issa ShawkiContracting Officer
    (774) 826-3192
    issa.shawki@va.gov
    Files
    Title
    Posted
    This document outlines a federal Request for Proposal (RFP) for the Department of Veterans Affairs (VA) Boston Healthcare System, focused on cleaning and sanitizing ice machines across three facilities. The Bid involves a total award amount of $12.5 million, with a base period of one year and four optional renewal years. The contractor is required to carry out two semi-annual site visits per year for maintenance on 75 specified ice machines, adhering to manufacturer cleaning protocols. Comprehensive documentation, including certificates and photographic evidence of the cleaning, must be provided for each machine. The document includes terms, conditions, and administrative details regarding contract compliance and evaluation of proposals, specifically highlighting requirements for Veteran-Owned Small Business participation. It emphasizes adherence to regulatory clauses and mandates electronic submission of invoices. Overall, this RFP is part of the VA's commitment to maintaining high standards of hygiene and operational efficiency within its healthcare facilities while fostering the inclusion of certified veteran-owned businesses in federal contracting.
    The Department of Veterans Affairs is issuing a presolicitation notice for an Ice Machine Service Contract, specifically for cleaning and sanitation services. This contract, designated as Solicitation Number 36C24125Q0260, aims to be awarded to a responsive offeror who will provide the best value based on price and other factors. The solicitation is set aside for Veteran-Owned Small Businesses and will be published for download on February 13, 2025, with responses due by February 20, 2025, at 12 PM EST. The place of performance includes three locations in Massachusetts: Brockton, Boston, and West Roxbury. Interested parties must be registered in the System for Award Management (SAM) to participate. Inquiries can be directed to Contracting Officer Issa Shawki via email. The solicitation aligns with NAICS code 811310 and aims to ensure compliance with health standards while supporting veteran entrepreneurship in government contracts.
    The document outlines the compliance requirements for contractors in relation to the Limitations on Subcontracting rule as per 13 C.F.R. 125.6. Contractors must certify their subcontracting plans by indicating whether they will self-perform all services or subcontract to similarly situated entities. They are required to provide details about the work to be performed, including business name, DUNS number, description of work, and percentage of contract value contributed by any subcontractor. The document emphasizes the severe penalties for non-compliance, including hefty fines and potential debarment from future contracts. Contractors are also reminded that contracting officers may require demonstration of compliance, which could involve providing invoices or subcontracting records during contract performance. Ultimately, the document serves to ensure that contractors understand and adhere to the federal requirements regarding subcontracting, reinforcing the importance of maintaining compliance to various government standards throughout the contracting process.
    The document outlines a contract for preventative maintenance services awarded by the Department of Veterans Affairs. Although specific details such as the contract number, value, and dates were not provided, it emphasizes the importance of coordination between technical and contracting points of contact for efficient service delivery. The document suggests a comprehensive approach to maintenance, indicating potential involvement of major subcontractors and a defined place of performance. Descriptions of required work note a focus on quality and adherence to guidelines, but further elaboration is necessary for complete understanding. This contract is part of the federal government’s initiatives to ensure proper maintenance of facilities serving veterans, reflecting a structured approach to requests for proposals (RFPs) and grants. The absence of commendations or awards may imply that performance metrics or evaluations have not yet been established. Overall, the document serves as a framework for organizations looking to engage in similar maintenance contracts with the government while highlighting essential communication channels.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, specifically Wage Determination No. 2015-4047, Revision No. 29, effective as of December 23, 2024. It stipulates the minimum wage rates contractors must pay workers involved in federal contracts, based on the contract's execution date. For contracts awarded after January 30, 2022, workers must earn at least $17.75 per hour, while contracts dated between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The document lists applicable occupations in several Massachusetts counties, providing specific hourly rates for various jobs, including administrative support, automotive service, food preparation, and health occupations. Additionally, it highlights provisions for fringe benefits such as health, welfare, vacation, paid sick leave, and holidays, and outlines the process for requesting additional classifications and wage rates. The document is crucial for federal contractors, ensuring compliance with wage laws and worker protections while supporting fair compensation practices in government contracts.
    The document details Wage Determination No. 2015-4053 by the U.S. Department of Labor under the Service Contract Act, applicable to federal contracts in specific Massachusetts locations. It establishes minimum wage rates—$17.75 for contracts post-January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. The overview includes occupational wage rates for a variety of roles, with fringe benefits outlines for health and welfare, vacation, and holidays. It also states compliance requirements for paid sick leave under Executive Order 13706. Notably, classifications not listed require a conformance process for wage rate adjustments. The document emphasizes adhering to labor standards and ensures contractor compliance with set wage determinations and worker protections. By setting clear pay rates and requirements, it supports fair labor practices in federal contracts, aligning with government RFPs and grant guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6515--Ice and Water Dispensers -- RFQ - Amendment 0001
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of six Follett Symphony Plus Ice and Water Dispensers to replace aging equipment at the Wilmington VA Medical Center. The dispensers are essential for enhancing patient care, featuring capabilities such as soft Chewblet ice production and automatic self-flushing for easier maintenance. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses, reflecting the VA's commitment to supporting veteran participation in government contracts. Interested vendors should submit their questions by March 10th at 12:00 PM and can reach out to Tyler Kraft or Andrea Aultman-Smith via email for further information.
    Q201--FY25 SOUTHERN ZONE DME CONTRACT
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of Durable Medical Equipment (DME) and related services for the Miami VA Healthcare System and West Palm Beach VA Medical Center. The contractor will be responsible for the delivery, setup, repair, maintenance, and sanitation of medical equipment to enhance patient care for veterans, with a contract duration of one base year and four optional 12-month extensions, totaling a maximum value of $19 million. This procurement is critical for ensuring high-quality healthcare services for veterans, adhering to strict compliance standards from The Joint Commission and CMS. Interested parties should contact Jessica M. Kiser at Jessica.Kiser@va.gov for further details and to submit proposals in response to the solicitation.
    6515--ULTRASONIC CLEANER STERILE PROCESSING SYSTEM
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 22, is seeking proposals for the acquisition of an Ultrasonic Cleaner Sterile Processing System, specifically the Triton 72 Floor Model, along with its associated cleaning baskets. This procurement is set aside exclusively for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure effective cleaning and disinfecting of surgical instruments, which is critical for maintaining high standards in medical environments. Interested vendors must submit their proposals by March 14, 2025, with inquiries due by March 12, 2025; for further information, contact Contract Specialist Debby Abraham at debby.abraham@va.gov or call 562-766-2234.
    J065-- Cogan Diagnostics WASP Maintenance and Repair Services VA St. Louis Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for maintenance and repair services for the Copan Diagnostics WASP system at the VA St. Louis Healthcare System. The contract, valued at approximately $34 million, is a firm-fixed-price agreement that spans five years, from May 1, 2025, to April 30, 2030, and includes provisions for annual renewals. This service is critical for ensuring the reliability of medical equipment, which is essential for patient care, and requires contractors to provide comprehensive maintenance, including preventative services, 24/7 support, and emergency repairs, all in compliance with VA standards. Interested vendors must submit their proposals by March 14, 2025, and direct inquiries to Contract Specialist Maria Riza R Owen at maria.owen2@va.gov.
    J065--SPS Sterilizer Maintenance and Repair for Aleda E. Lutz VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Sterilizer Maintenance and Repair services for the Aleda E. Lutz VA Medical Center located in Saginaw, MI. The contract, which will commence on March 23, 2025, and extend through March 22, 2026, with four potential option years, requires the contractor to provide all necessary manpower, parts, and maintenance for sterilizer equipment, ensuring compliance with Original Equipment Manufacturer (OEM) standards and timely onsite responses for repairs. This procurement is crucial for maintaining the operational integrity of medical equipment, which is essential for patient care in the facility. Interested parties, particularly small businesses and service-disabled veteran-owned small businesses, should reach out to Lisa Bailey, the Branch Manager, at lisa.bailey12@va.gov for further details and to ensure compliance with the Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) requirements.
    VHA Minneapolis Health Care System Off-Campus Housekeeping SDVOSB Set-Aside Solicitation Notice
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for off-campus housekeeping services for the VHA Minneapolis Health Care System, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, valued at approximately $22 million, encompasses non-personal cleaning services across five locations in the Minneapolis area, with tasks including waste disposal, restroom cleaning, and floor maintenance, all to be performed outside normal business hours. This procurement aims to ensure high-quality janitorial services that support the operational needs of the VA Medical Centers, reflecting the government's commitment to engaging veteran-owned businesses. Interested contractors should contact Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov for further details.
    H349--NEW: Annual Eye Wash Station Inspection SERVICE Base 4 Option Years Contract
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Annual Eye Wash Station Inspection Service contract at the North Texas VA Medical Center in Dallas, Texas. This contract, identified by solicitation number 36C25725Q0345, requires annual inspections of emergency shower and eye wash stations, ensuring compliance with ANSI/ISEA Z358.1-2014 standards, and includes a base year with four optional renewal years. The estimated contract value is $41 million, reflecting the importance of maintaining safety standards in healthcare facilities while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by March 21, 2025, at 3:00 PM Central Time, and can contact Contract Specialist Crystal Carabajal at crystal.carabajal@va.gov or 210-915-4076 for further information.
    S216--Grounds Power washing and sealant for Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a Grounds Power Washing and Sealant service contract for the Jesse Brown VA Medical Center. The contractor will be responsible for providing management, tools, supplies, and labor to conduct power washing and sealing in specified zones, including areas around South Damen Avenue, Ogden Circle Drive, courtyard, and docks, with the aim of maintaining a clean and safe environment. This contract, valued at approximately $9.5 million, has a base period from April 1 to July 1, 2025, and emphasizes compliance with labor standards, particularly for service-disabled veteran-owned small businesses and veteran-owned small businesses. Interested parties should contact Contract Specialist Debbie Bruening at debbie.bruening@va.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    J041--Cooling Tower Maintenance and Repair Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Cooling Tower Maintenance and Repair Services at the G.V. (Sonny) Montgomery VA Medical Center located in Jackson, Mississippi. The procurement aims to ensure the efficient operation of five cooling towers through annual preventative maintenance, cleaning, general repairs, and emergency repairs, with a total award amount of $12.5 million. This contract is particularly significant as it supports the facility's operational needs while encouraging participation from small businesses, including Veteran-Owned and Women-Owned enterprises. Interested parties must submit their proposals by March 14, 2025, at 3 PM Central Time, and can direct inquiries to Contracting Officer Jennifer Stasher at Jennifer.Stasher@va.gov or by phone at 601-206-7052.
    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.