H956--Medical Gas Repairs & Upgrades
ID: 36C24125Q0379Type: Combined Synopsis/Solicitation
AwardedMay 12, 2025
$79.8K$79,813
AwardeeI-2-I Solutions, Inc. RICHMOND 23230
Award #:36C24125P0466
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- CONSTRUCTION AND BUILDING MATERIALS (H956)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for medical gas repairs and upgrades at the Brockton and Jamaica Plain campuses, specifically through solicitation number 36C24125Q0379. The project requires labor and materials to retrofit area alarm panels, install new alarm systems to replace non-code compliant equipment, and conduct renovations related to medical instrumentation in operating and endoscopy suites. This opportunity is set aside for Veteran-Owned Small Businesses (VOSB) and emphasizes compliance with federal records management and security obligations. Interested vendors must submit their quotations by April 11, 2025, at 5 PM Eastern Time, with evaluations based on price and technical capability, ensuring the submission most advantageous to the government is selected. For further inquiries, vendors can contact Contract Specialist Rosangela Pereira at Rosangela.Pereira@va.gov.

    Point(s) of Contact
    Rosangela PereiraContract Specialist
    (401) 273-7100
    Rosangela.Pereira@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting bids for medical gas repairs and upgrades at the Brockton and Jamaica Plain campuses, as detailed in solicitation number 36C24125Q0379. This request for quotes (RFQ) is specifically set aside for Veteran-Owned Small Businesses (VOSB) and entails both labor and materials necessary for completing the specified work. Key tasks include retrofitting area alarm panels, installing new alarm systems to replace non-code compliant equipment, and proceeding with renovations related to medical instrumentation, particularly in operating and endoscopy suites. Interested vendors must provide quotations by April 11, 2025, at 5 PM Eastern Time. Quotations will be evaluated based on price and technical capability, ensuring that vendors can meet the requirements laid out in the provided Statement of Work. Various compliance obligations concerning federal records management and security are stipulated, emphasizing contractors' responsibilities in handling government data. The anticipated performance period for the project is eight months, with work to be conducted during off-hours to minimize disruption. The final award will be based on a comparative evaluation of the submitted quotations, favoring the submission most advantageous to the government.
    This document outlines the evaluation process for government contract bids, emphasizing the best value to the Government based on price and other factors. Offers will be assessed in accordance with FAR Part 13.106-2(b), and compliance with submission requirements is essential. Evaluation criteria include: 1. **Price**: Offerors must complete a Price Schedule and be registered in the System for Award Management (SAM). 2. **Past Performance**: Companies should provide three relevant references using a specified worksheet, showcasing their capability to fulfill contract requirements. 3. **Technical**: Bids will be evaluated for the contractor's experience and ability to deliver services promptly, including qualifications and licenses of technicians and any subcontracting plans. 4. **Veterans Preference Factor**: Additional credit is given to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Verified SDVOSBs receive a 10% price credit; VOSBs receive a 5% credit. Non-Veteran-owned contractors using SDVOSBs/VOSBs as subcontractors may also receive evaluation considerations based on their proposed subcontracting efforts. Overall, the evaluation process aims to ensure that the government awards contracts that provide the best overall value, recognizing past performance and promoting veteran-owned businesses.
    The document outlines compliance requirements for federal contractors regarding subcontracting limits under 13 C.F.R. 125.6. Offerors must indicate whether they will utilize subcontractors and are required to provide details about any subcontractors estimated to be involved in the contract, including their name, DUNS number, description of work, and percentage cost of the contract. The primary focus is on ensuring that the prime contractor and similarly situated subcontractors each receive a specified percentage of the contract's value. Violations of these regulations may result in severe penalties, including fines based on the excess amount spent on subcontractors beyond permissible levels. Contracting Officers are empowered to verify compliance throughout the contract's performance by requesting relevant documents. The contractors must certify the accuracy of their representations before submitting their contracts. This document is significant in the context of government Requests for Proposals (RFPs) and grants as it establishes clear responsibilities to promote adherence to federal contracting regulations and to maintain integrity in federal procurement processes.
    This document outlines a contract related to preventative maintenance services awarded by the Department of Veterans Affairs. Key components include the unspecified contract value, dates of award and execution, and details regarding points of contact for both technical and contracting inquiries. While specific work descriptions and performance locations remain unlisted, the contract encompasses comprehensive maintenance services aiming to uphold operational readiness within VA facilities. The structure, consisting of repeated sections, suggests multiple contracts under similar frameworks, indicating a systematic approach to procurement in government operations. The focus on preventative maintenance underscores the VA's commitment to ensuring optimal facility conditions for veterans, aligning with broader objectives tied to governmental excellence and service quality. The document’s repetitive nature hints at standardization in contracting processes, common in federal grants and local RFPs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a comprehensive contract for medical gas systems inspections and preventive maintenance at the New Jersey Healthcare System's East Orange and Lyons campuses. The contractor will be responsible for performing annual preventive maintenance services, including inspection and testing of medical gas systems such as oxygen, medical compressed air, vacuum, and nitrous oxide, while excluding maintenance of dental and medical air compressors and dental vacuum pumps. This contract is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a performance period comprising a base year and four option years, and proposals are due by December 17, 2025. Interested contractors should contact Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov for further details.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    6835--Medical Gas Supply - Sources Sought
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from potential contractors for Medical Gas Delivery services at the Greater Los Angeles Healthcare System, specifically for the West Los Angeles VA Medical Center. The procurement aims to identify qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses capable of supplying various medical gases, including Liquid Nitrogen, Argon Gas, Compressed Air, Carbon Dioxide, and Oxygen, all of which must meet stringent FDA and DOT regulations. Interested parties are required to submit their company details, including their SAM UEI number, contact information, business type, and socioeconomic status by December 29, 2025, to the Contracting Officer, Ms. Renee Kale, at renee.kale@va.gov. This sources sought notice is for planning purposes only and does not solicit quotes at this time.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    Amendment 0001 | Y1NZ--598-23-107 Med Gas Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the correction of medical gas deficiencies at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center in Arkansas. This project, designated as Project 598-23-107, involves comprehensive construction work including leak repairs, installation of new fittings, and upgrades to electrical and plumbing systems, with a performance period of 240 calendar days following the issuance of the Notice to Proceed. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated value between $2 million and $5 million, and proposals are due by January 23, 2026. Interested contractors should contact Contract Specialist Julius Jones at Julius.Jones@va.gov for further details and must ensure they are registered in the System for Award Management (SAM) and verified as SDVOSB eligible.
    6835--Medical Gas and Cylinders Syracuse VA Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 02, is seeking a contractor to provide medical gases and cylinders to various VA facilities within the VISN 2 region, including the Syracuse VA Medical Center and its associated clinics. The contractor will be responsible for the comprehensive management of medical gases, which includes providing, filling, transporting, handling, servicing, maintaining, delivering, picking up, and storing these gases and cylinders, along with all necessary equipment and materials. This procurement is particularly significant as it supports the healthcare needs of veterans, ensuring they receive essential medical services. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and will establish a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with responses due by November 12, 2025. Interested parties can reach out to Contract Specialist Ryan Seburn at Ryan.Seburn@va.gov or by phone at 315-751-6369 for further details.
    Bulk Oxygen and Tank Rentals
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the supply and rental of bulk medical-grade liquid oxygen and associated tank services for four VA Medical Centers located in Alabama and Georgia. The procurement includes the provision of contractor-owned tanks, timely deliveries, emergency services, and compliance with federal and state regulations, including FDA and USP standards. This contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), will operate under a firm-fixed-price agreement with a base year and four option years, running from March 1, 2026, to February 28, 2031. Interested parties must submit their offers electronically to Leonard Robinson at leonard.robinson@va.gov by December 19, 2025, and are required to attend mandatory site visits from December 1-4, 2025, to avoid disqualification.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.
    Z2DA--STEAM VALE REPAIR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide steam valve repair services at the VA Palo Alto Health Care System in Livermore, California, under Solicitation Number 36C26126Q0240. The project requires contractors to supply all necessary personnel, materials, and equipment to complete the repairs within 14 calendar days from the start of on-site work, following the receipt of parts. This procurement is set aside for Small Business Administration participants and emphasizes compliance with federal safety standards and regulations, including the Buy American Act. Interested parties must submit their proposals by December 29, 2025, at 12:00 PM local time, and can contact Contract Specialist Kayla Haruguchi at kayla.haruguchi@va.gov for further information.