N041--526-25-112A - Replace Exhaust Fan
ID: 36C24225Q0269Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (N041)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified contractors to replace an exhaust fan at the Bronx VA Medical Center, specifically for the third-floor pharmacy. The project requires the installation of a Lab Exhaust Flat Blade Centrifugal Blower (Model CPSLE-S) from Loren Cook Company, ensuring compliance with health and safety standards critical for pharmacy operations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project completion timeline of 120 calendar days post-award and a proposal submission deadline of February 27, 2025, at 12:00 PM Eastern Time. Interested bidders should contact Contracting Officer Dayna Dickson-Miller at Dayna.Dickson-Miller@va.gov or 518-903-0065 for further details.

    Point(s) of Contact
    Contracting OfficerDayna Dickson-Miller
    (518) 626-6649
    Dayna.Dickson-Miller@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a Request for Proposal (RFP) for the project 526-25-112A, which involves replacing a rooftop exhaust fan for the third-floor pharmacy at the James J. Peters VA Medical Center in Bronx, NY. This RFP is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor is required to provide all necessary materials, labor, and supervision to ensure the installation aligns with the specifications and regulations. The scope of work includes ensuring that the new exhaust fan meets operational standards essential for pharmacy functions, as they cannot proceed without an operational fume hood. Key details include a contractual obligation to complete the project within 120 calendar days post-award, and a mandatory site visit on February 20, 2025. The RFP emphasizes compliance with safety and labor standards and requires bidders to be registered in SAM with verified SDVOSB status. Interested parties must submit their proposals by noon EST on February 27, 2025. The proposal evaluation will consider technical capability, price, and past performance, with a possible award made without discussions. This procurement reflects the VA's commitment to support veteran-owned businesses while addressing critical facility needs.
    This document is an amendment to the previous combined solicitation 36C24225Q0269 regarding the replacement of an exhaust fan at the Bronx VA Medical Center. It reiterates the key details of the solicitation, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under Product Service Code N041 and NAICS Code 238220. The response deadline is February 27, 2025, at 12:00 PM Eastern Time, and offers must acknowledge receipt of this amendment. The contracting office is located at the Samuel S. Stratton VA Medical Center in Albany, NY, with Dayna Dickson-Miller as the primary point of contact. The amendment extends the time for bid submissions and provides additional details, including a reference to attached site visit information for bidders. The purpose of the amendment is to ensure all potential bidders receive the most up-to-date information and can prepare their offers accordingly while highlighting the necessity for compliance with procurement regulations.
    The document outlines the Master Specifications for the Department of Veterans Affairs concerning general requirements for construction projects, including safety, security, and operational protocols required to replace Chiller #2 at a VA facility. Key sections detail contractor obligations such as site preparation, safety requirements, construction waste management, and coordination of utility services to minimize disruption to ongoing medical operations. It also emphasizes the importance of maintaining existing structures and utilities, controlling access to the construction site, and compliance with environmental standards. The submission process for shop drawings, product data, and samples is outlined, ensuring that all materials meet VA standards prior to commencing work. Critical safety and security protocols must be followed, including employee identification and submission of project schedules. The document ultimately aims to facilitate the efficient and safe execution of construction work while maintaining the operational integrity of the VA Medical Center.
    This document outlines the specifications for brand name equipment related to Project 526-25-105A, which involves replacing an exhaust fan. It specifically details the requirements for a Lab Exhaust Flat Blade Centrifugal Blower (Model CPSLE-S) from Loren Cook Company. Key features include a capacity of 1000 cfm at 4 inches of water column, an adjustable discharge nozzle, heavy-duty components, and stainless steel hardware and shaft. The emphasis is on the necessity of using the specified model, disallowing equivalent options from other manufacturers. Potential bidders are instructed to provide their brand name and model information on the designated form to submit with their proposal. This structure aligns with government RFP and procurement practices, ensuring that the selected equipment meets specific performance and quality standards critical for the project's success.
    The "Buy American Certificate" outlines requirements for federal procurement under the Buy American Act. Offerors must certify that their products are domestic end products, with exceptions for foreign items listed in a specified section. Each domestic product should contain a critical component, and if any end products are foreign, they must be identified along with their country of origin. Additionally, it requires Offerors to indicate the domestic content percentage of these foreign products, excluding COTS items, and list any domestic products containing critical components. Definitions for relevant terms like "domestic end product" and "critical component" are provided in the corresponding solicitation clause. The government's evaluation of offers will adhere to the acquisition regulations as stated. This document is part of broader federal procurement guidelines governing RFPs and grants, ensuring compliance with domestic sourcing policies.
    The file outlines the "VA Notice of Limitations on Subcontracting – Certificate of Compliance for Services and Construction," which mandates adherence to specific subcontracting limitations for contracts awarded under 38 U.S.C. 8127. It specifies that contractors must comply with limits on the percentage of contract value that can be paid to non-Veteran-Owned Small Businesses (VOSBs) and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). For general construction contracts, this limit is set at 85%, while special trade contractors are allowed to pay 75%. The document emphasizes the need for offerors to certify their compliance, warning that false claims could lead to significant penalties, including criminal prosecution. The certification process requires the provision of documents that confirm compliance during contract execution. Moreover, the offeror’s failure to provide requested documentation may result in government-imposed sanctions. The certification, which must be signed by an authorized representative, is a prerequisite for contract consideration. The overall purpose is to ensure that federal contracting opportunities are genuinely accessible to veteran-owned businesses.
    The document titled "Location of Exhaust Fan" outlines the specifications and requirements for the installation of an exhaust fan within a government facility. It emphasizes the importance of proper placement to ensure effective ventilation and compliance with health and safety standards. Key details include dimensions, power specifications, and connectivity to existing ventilation systems. The proposal requires contractors to assess the proposed site for accessibility and potential obstructions before installation. It also mandates the submission of plans for maintenance accessibility and a timeline for project completion. Safety protocols and methodology for the removal of any existing systems are highlighted as critical components of the project. This RFP is aimed at securing bids from qualified contractors, linking to broader goals of improving facility health standards and enhancing operational efficiency. By clearly defining expectations, the government aims to facilitate a seamless installation process while adhering to regulatory compliance and safety measures. The document serves as a critical guide for prospective bidders to understand requirements and prepare competitive proposals for the exhaust fan installation project.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    N043--Medical Vacuum & Air System Replacement (1x)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of obsolete medical air and vacuum systems at the Brooklyn outpatient facility of the New York Harbor Health Care System. The project aims to address malfunctioning systems that are over 25 years old and unable to pass inspection, which directly impacts patient operations. The selected contractor will be responsible for providing all necessary resources for the replacement, including the removal of outdated equipment and compliance with specific qualifications such as medical gas certification. Interested contractors must submit their quotes by 4:00 PM ET on February 24, 2025, with work scheduled to commence from March 17 to June 16, 2025. The total award budget for this project is $22 million, with set-asides for small and veteran-owned businesses. For further inquiries, contractors can contact Christopher J Weider at Christopher.Weider@va.gov.
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.
    J043--Building 1 Air Compressor Replacement
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of two air compressors with integrated dryers at the West Haven VA Medical Center in Connecticut. The project involves the removal of failing compressors and the installation of new CMS Kaeser compressors, with work required to be completed within 14 calendar days from the notice to proceed and conducted outside regular business hours. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to maintaining operational efficiency and service quality for veterans. Interested bidders must submit their proposals by February 28, 2025, and can contact Contract Specialist Nathan Langone at Nathan.Langone@va.gov or 603-624-4366 for further details.
    J059--WINDOW LEAK - BROOKLYN VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a window leak repair project at the Brooklyn VA Medical Center, specifically designated for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The project involves the removal and replacement of four windows, addressing structural integrity issues related to corroded framing and moisture intrusion, with a completion timeframe of 60 calendar days from the award date. This procurement is crucial for maintaining the facility's integrity and ensuring a safe environment for veterans. Interested contractors must submit their offers by 11:00 AM on February 28, 2025, and are encouraged to contact Contracting Officer Charlie Augustin at charlie.augustin@va.gov for further details.
    Y1AZ--NRM_CONST_526-21-521 REPLACE SURGICAL LIGHTS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of surgical lights at the James J. Peters VA Medical Center in Bronx, NY, under the project titled "Y1AZ--NRMCONST526-21-521 REPLACE SURGICAL LIGHTS." The contractor will be responsible for providing all necessary construction services, including labor, materials, and supervision, to complete the installation within 210 calendar days from the Notice to Proceed, with an estimated construction cost ranging from $1,000,000 to $2,000,000. This project is critical for enhancing the operational capabilities of the medical facility, ensuring that it meets modern healthcare standards for surgical procedures. Interested bidders must be registered in the System for Award Management (SAM) and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due following a mandatory pre-bid site visit. For further inquiries, potential bidders can contact Patricia Cordero, the Contracting Officer, at patricia.cordero@va.gov or by phone at 718-584-9000, extension 4928.
    Z1DA--NRM-CONST - 620A4-23-219 Old Dental Abatement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the abatement of asbestos and lead-containing materials in the old dental space of Building 16 at the Hudson Valley VA Healthcare System, Castle Point Campus, NY. The project involves the removal of asbestos-containing materials from an area of approximately 3,000 square feet, with a completion timeline of 90 days following the Notice to Proceed (NTP), and adherence to strict safety and regulatory requirements. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 562910, emphasizing the government's commitment to supporting veteran-owned enterprises in environmental remediation efforts. Interested contractors must attend a mandatory site visit on March 3, 2025, and submit their proposals by March 12, 2025, with inquiries directed to Contracting Officer Daniel Barone at daniel.barone@va.gov.
    H165--Pharmacy Hood Certification
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Pharmacy Hood Certification Services at the Fargo VA Medical Center, under solicitation number 36C26325Q0427. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires the contractor to provide certifications, testing, and maintenance of pharmacy equipment and clean rooms to ensure compliance with United States Pharmacopeia (USP) standards over a base year and four option years. The services are critical for maintaining safe medical environments for veterans, involving regular inspections, environmental monitoring, and adherence to strict safety protocols. The total estimated budget for this procurement is approximately $19 million, and interested vendors must contact Becky De Los Santos at Becky.DeLosSantos@va.gov or call 320-255-6480 for further details.
    Z1DA--HVAC Controls Replacement Project 652-25-100
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the HVAC Controls Replacement Project (VA Project No: 652-25-100) at the Richmond Veterans Affairs Medical Center. This project involves the removal and replacement of air handling unit (AHU) dampers and controls, with a focus on upgrading the HVAC control systems to enhance operational efficiency and safety standards. The initiative is crucial for maintaining optimal indoor environmental conditions in healthcare facilities, ultimately benefiting veteran patients. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by March 10, 2025, following a mandatory pre-bid site visit on February 13, 2025. For further inquiries, potential bidders can contact Contract Specialist Denise Morman at Denise.Morman@va.gov.
    J041--REPLACE OUTDOOR HVAC UNITS BUILDING 410
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of outdoor HVAC units at the Tomah VA Medical Center in Wisconsin. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the operational efficiency and environmental comfort of the facility, which serves veterans. The submission deadline for offers has been extended to February 24, 2025, at 10:00 AM CST, and interested bidders should acknowledge receipt of the amendment to ensure compliance with the revised timeline. For further inquiries, potential bidders can contact Contract Specialist Makena James at Makena.James@va.gov or (414) 844-4871.
    6830--LB Medical Gas Base +4
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the LB Medical Gas Base +4 project at the Long Beach VA Healthcare System, with a focus on the supply and management of medical gases. The contract, set to run from April 1, 2025, to March 31, 2026, includes scheduled deliveries, compliance with FDA regulations, and strict safety standards to ensure uninterrupted medical services. This procurement is particularly significant as it supports patient care across multiple facilities while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their written offers by February 27, 2025, and direct any inquiries to Contracting Specialist Victor Oliveros at victor.oliveros@va.gov.