C219--Engineer Drawings for the Monochloramine Injection Systems at the Greater Los Angeles VA Healthcare System
ID: 36C26225Q0401Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

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 Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide engineering drawings for monochloramine injection systems at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for delivering comprehensive engineering drawings that comply with specific guidelines and regulations, including structural calculations and plumbing diagrams, within a 90-day performance period. This procurement is crucial for ensuring the safety and compliance of water treatment systems in VA facilities, reflecting the government's commitment to maintaining high standards in healthcare infrastructure. Interested parties must submit their quotes by February 21, 2025, and can direct inquiries to Contract Specialist Loan Dho at loan.dho@va.gov.

    Point(s) of Contact
    Loan DhoContract Specialist
    loan.dho@va.gov
    Files
    Title
    Posted
    The Combined Synopsis/Solicitation Notice from the Department of Veterans Affairs (VA) outlines a request for quotes (RFQ) for engineering drawings related to monochloramine injection systems at the Greater Los Angeles VA Healthcare System. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves providing engineering services to develop comprehensive drawings that comply with specific guidelines and regulations. The selected contractor must possess relevant licenses and experience, ensuring the delivery of accurate and complete documentation within a 90-day performance period. The scope includes structural calculations, plumbing diagrams, and system component identification, with submissions required in both physical and electronic formats. Work is to be conducted during standard hours with necessary safety precautions and insurance coverage mandated. Responses must be submitted by February 21, 2025, with a pre-solicitation site visit on February 12, 2025. The award will be based on technical capability, past performance, and cost, emphasizing the importance of experience and qualifications relevant to the task outlined. This solicitation reflects the VA's commitment to enhancing healthcare infrastructure while ensuring compliance with federal acquisition regulations and optimizing opportunities for veteran-owned businesses.
    This document serves as an addendum to the Federal Acquisition Regulation (FAR) 52.212-1, providing instructions to offerors for commercial products and services procurement by the Veterans Integrated Service Network (VISN) 22. It outlines necessary steps and requirements for quote submission related to engineering drawings for monochloramine injection systems at the Greater Los Angeles VA Healthcare System. Key elements include the Northern American Industry Classification System (NAICS) code, eligibility criteria for small businesses, and specifics on quote formatting. Offerors must submit detailed proposals containing technical descriptions, pricing, representations and certifications, and required acknowledgments by February 21st, 2025. Notably, the solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), which must be verified in the System for Award Management (SAM). The document emphasizes the importance of understanding the solicitation terms and required documentation to ensure compliance during the proposal process. Overall, it provides comprehensive guidance to streamline the submission and evaluation of competitive quotes within this government procurement initiative.
    This document outlines the evaluation criteria and approach for responding to federal solicitations for commercial products and services. The government will award a purchase order based on the most advantageous quotation, considering price and additional factors. The evaluation process will utilize comparative analysis to assess quotations, weighing technical capability, past performance, and price. Quotations must meet minimum solicitation requirements, and only one quotation per contractor is accepted. Past performance evaluation will rely on contractor history, customer surveys, and performance assessments. The total evaluated price will include all line items and options; notably, the evaluation of options will involve pricing that includes a six-month extension under specified clauses without obligating the government to exercise them. Overall, the document emphasizes the importance of both cost-effectiveness and qualitative performance metrics in the procurement process, reflecting the government’s commitment to making informed acquisition decisions for enhancing service provision through commercial engagements.
    The VA Notice of Total Set-Aside addresses contracting opportunities specifically for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). It defines eligibility criteria for these businesses, highlighting that at least 51% must be owned and managed by service-disabled veterans, who must also comply with federal small business standards and be certified in the SBA database. The document outlines important aspects such as restrictions on subcontracting, specifying that SDVOSBs can only subcontract a limited percentage of contract performance to non-certified firms. In addition, SDVOSB participants must represent their eligibility upon submitting offers, ensuring accountability through strict compliance measures. Violations, including misrepresentation of status, may lead to debarment from federal contracting. The overarching aim of this policy is to promote the participation of veteran-owned businesses in government contracts, reflecting the federal commitment to empowering service-disabled veterans through targeted economic opportunities. This approach reinforces the Veterans First Contracting Program's precedence over SBA programs, underscoring the importance of veteran participation in federal procurement processes.
    The document outlines the VA's Notice of Limitations on Subcontracting, specifically the Certificate of Compliance for Services and Construction, as mandated by 38 U.S.C. 8127. It certifies that contractors awarded contracts must adhere to subcontracting limitations based on the type of work. For service contracts, no more than 50% can go to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction contracts, the limit is 85%, and for special trade contracts, it's 75%, with materials costs excluded. The certification emphasizes the importance of compliance, with penalties for non-compliance including potential fines or prosecution. Contractors must provide documentation demonstrating adherence to these guidelines and submit a completed certification with their bid, as failures to comply may lead to exclusion from award consideration. This framework aims to uphold opportunities for veteran-owned businesses within federal contracting, emphasizing a commitment to support these entities through strict compliance measures.
    The Guidance Document GD-1061-6.0, prepared by the Veterans Health Administration (VHA) Office of Healthcare Engineering, outlines protocols for operating unpermitted secondary water treatment systems. It serves as a supplementary guide to VHA Directive 1061, emphasizing the safe management of potable water treatment systems that, while state-approved, do not require a permit. The document details the responsibilities of VA facility engineers, the planning and design processes for biocide-based systems, and operational protocols, including requirements for continuous monitoring and sampling of lead, copper, and disinfectant byproducts. Water treatment systems must comply with EPA and local regulations, with strict guidelines for system design, startup procedures, and ongoing water quality evaluations. Facilities must maintain comprehensive documentation for system approvals, treatment processes, and sampling results. Specific actions are outlined for dealing with exceedances in lead and copper levels, including immediate public notification and the potential need for corrosion control treatments. Overall, this guidance aims to ensure water safety for patients and staff across VHA facilities, reflecting the federal commitment to public health and compliance with environmental standards.
    The Department of Veterans Affairs (VA) requires a contractor to produce engineering drawings for monochloramine injection systems at the Greater Los Angeles Healthcare System. This project aims to ensure compliance with guidance document 1061-6.0. The contractor is responsible for all necessary supplies, labor, and equipment, adhering strictly to federal and local regulations. The performance period is set for 90 days, with work conducted during regular hours of 8 AM to 4 PM, Monday through Friday. Key responsibilities include creating detailed structural and plumbing diagrams, as well as meeting safety and licensing requirements for engineers involved. Security, identification, insurance, and invoicing protocols are also specified for contractor personnel to minimize risks and ensure compliance during the project's execution. This effort underscores VA's commitment to maintaining efficient and safe healthcare systems for veterans while ensuring adherence to safety and compliance regulations.
    Similar Opportunities
    6515-- Critical Water Upgrade
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Quotes (RFQ) for the Critical Water Purification System Upgrade project at the VA San Diego facility, located at 3350 La Jolla Village Dr, San Diego, CA 92161. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves a firm-fixed-price contract with a performance period of 90 days following the award. The project aims to enhance the operational capacity of the VA San Diego facility by ensuring effective water purification services, which are critical for healthcare operations. Interested vendors must submit questions by February 12, 2025, and written offers by February 17, 2025, to Contract Specialist Ismael Vicente at ismael.vicente@va.gov, ensuring compliance with the Buy American Act and registration in SAM.gov.
    J046--Q&A | 2-12-25 RFQ ENDS |MARTINSBURG WATER/CHEMICAL SERVICES BASE PLUS 4
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for water treatment services at the Martinsburg VA Medical Center in West Virginia. The procurement includes the supply of various water treatment chemicals and maintenance services, with a contract period starting from April 1, 2025, to March 31, 2026, and options for four additional years, potentially extending the contract through March 31, 2030. This initiative is crucial for ensuring the safety and quality of water in VA facilities, reflecting the government's commitment to maintaining high operational standards in healthcare. Interested contractors must submit their proposals by February 12, 2025, and can direct inquiries to Contracting Officer John Ritter at john.ritter2@va.gov or by phone at 410-637-1513.
    H946--Critical Water Testing and Treatment SVC, MA, 36C255-25-AP-0812, 657-25-2-2977-0003 (VA-25-00034285)
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Critical Water Testing and Treatment services at VA medical centers located in Marion, IL, and Evansville, IN. The contract aims to ensure compliance with health standards through services such as unscheduled emergency sanitation and water quality testing, with a total estimated value of $19 million, including a minimum guarantee of $175,000 and a maximum ceiling of $1 million. This procurement is particularly significant as it is set aside for small businesses, including those owned by service-disabled veterans, reflecting the government's commitment to supporting veteran-focused enterprises. Interested parties must submit their offers by February 28, 2025, and can direct inquiries to Contracting Officer Hubert W. Scipio at hubert.scipio@va.gov.
    6830--LB Medical Gas Base +4
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the LB Medical Gas Base +4 project at the Long Beach VA Healthcare System in California. This procurement involves the supply, delivery, and management of various medical gases essential for patient care, with a contract period from April 1, 2025, to March 31, 2026. The project is critical for ensuring uninterrupted medical services and compliance with safety and regulatory standards, emphasizing the importance of reliable sourcing and timely delivery of medical gases. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their written offers by February 18, 2025, and direct any questions to Contracting Specialist Victor Oliveros at victor.oliveros@va.gov by February 14, 2025.
    4410--Temporary Deaerator Tank Rental
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting quotes for the rental and installation of a Temporary Deaerator Tank at the Bay Pines VA Medical Center in Florida. This procurement, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance the existing boiler plant system by providing a temporary solution that allows for necessary inspections without interrupting operations. The contract will span a base period from March 3, 2025, to March 2, 2026, with options for four additional years, and has an estimated total value of approximately $40 million. Interested vendors must submit their quotations by February 17, 2025, at 12:00 PM EST, to the Contracting Officer, Lakiesha Anderson, at lakiesha.anderson@va.gov.
    C1DA--PROJECT 544-23-108 - 544-25-2-5280-0003 Replace Cast Iron Fittings and Valves Steam Distribution Systems Study (VA-25-00008204)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to conduct a comprehensive survey and replacement of cast iron fittings and valves in the steam distribution systems at the Wm. Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. The project, designated as 544-23-108, requires specialized engineering services to identify and document problematic materials operating under specific pressure thresholds, with an estimated completion period of 180 days post-award. This initiative is crucial for enhancing the operational efficiency of the VA's steam distribution systems while promoting veteran entrepreneurship in government contracting. Interested firms must submit their qualifications using the SF 330 form by 12:00 PM EST on February 28, 2025, and can contact Contracting Officer Christopher Nash Jenkins at christopher.jenkins@va.gov or 478-595-2794 for further information.
    Steam Regulator Repair VALLHCS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses to provide replacement and installation services for a steam regulator at the Loma Linda Healthcare System in California. The procurement aims to address urgent operational needs, as the existing steam regulator has been inoperable for two years, impacting the hospital's hot water services. Contractors will be responsible for managing labor, equipment, and safety protocols while ensuring minimal disruption to hospital functions, with a focus on completing work during weekends. Interested parties must submit their quotes by February 7, 2025, and direct any questions to Jordan Alonzo at jordan.alonzo@va.gov or by phone at 505-767-6094.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL, under Project Number 556-23-104. The project requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This initiative is crucial for modernizing the facility's infrastructure while ensuring compliance with stringent safety and operational standards. Interested contractors must submit their offers by February 21, 2025, and direct any inquiries to Contract Specialist Hudell D. Ballen at Hudell.Ballen@va.gov.
    Elevated Tank Maintenance UPDATED (SDVOSB Set-Aside)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Elevated Tank Maintenance project at the Central Alabama Veterans Health Care System, specifically in Tuskegee and Montgomery, Alabama. This procurement involves the annual cleaning, inspection, and maintenance of three elevated water tanks, ensuring compliance with regulatory standards, including AWWA D104-97 for corrosion inspection. The contract, valued at approximately $19 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and spans a base year with multiple options extending for five years. Interested vendors must attend mandatory site visits scheduled for January 28 and January 31, 2025, and submit their bids by 1:00 AM EST on February 6, 2025. For further inquiries, vendors can contact Benford Brundage at BENFORD.BRUNDAGE@VA.GOV or by phone at 334-727-0550.
    R408--Provide Strategic, Facility and Master Planning (SFMP) Service’s program and project management and integration efforts for the VA Greater Los Angeles Healthcare System (VAGLAHCS).
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Strategic, Facility, and Master Planning Services for the VA Greater Los Angeles Healthcare System (VAGLAHCS). The objective of this procurement is to gather market research and assess the capabilities of Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) to perform project management and integration efforts related to healthcare planning, environmental compliance, and stakeholder relations. This initiative is part of the VA's commitment to enhance healthcare delivery and infrastructure for Veterans, aligning with federal procurement policies and key programs such as the VA MISSION Act. Interested parties must submit their responses, including a capability statement, by February 10, 2025, to Contracting Officer Jose Diaz at jose.diaz6@va.gov.