The Minneapolis Veterans Affairs Healthcare System (MVAHCS) is seeking sources for the procurement of an Armstrong Freeze Proof Steam Coil, specifically designed for their facility. This Sources Sought Notice serves to gather information from potential contractors that can meet the requirement for the specified steam coil, essential for heating needs, including equipment procurement, delivery, installation, and vendor training. Key specifications include the use of an Armstrong model, stainless steel construction, and specific performance measurements. Interested firms should respond by January 3, 2025, to the designated contract specialist via email. The notice clarifies that this request is not a solicitation but a way to determine the capabilities of contractors. It also emphasizes compliance with the Small Business Administration rules regarding subcontracting, highlighting that small businesses must employ their own personnel for at least 50% of the contract's performance costs. Interested parties are encouraged to verify their NAICS code registration to align with the procurement requirements. Overall, this document reflects the government's structured approach in sourcing specialized equipment while maintaining compliance with procurement regulations.
The presolicitation notice outlines the procurement process for a Freeze Proof Steam Coil for the Minneapolis VA Health Care System, delineated under solicitation number 36C26325Q0301. This request for quotes (RFQ) operates under FAR Part 13, emphasizing its classification as a total small business set-aside. Interested vendors must be registered in both the System for Award Management (SAM) and the SBA's Vendor Information Page (VIP) at the time of their offer. The procurement's NAICS code is 333415, with a size standard of 1,250 employees.
Proposals are due by 4:00 PM CST on February 26, 2025, and all technical inquiries should be directed to the Contract Specialist, Robert Bennett, by February 19, 2025. The anticipated performance period for the awarded contract is from March 10, 2025, to June 10, 2025. A single Firm Fixed Price award is expected, aiming to fulfill the supply needs of the Minneapolis VA Health Care System, ensuring that all submissions arrive timely for review. This document serves as a significant reference for small businesses interested in government contracting opportunities within the Veterans Affairs procurement realm.
The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the procurement of an Armstrong Freeze Proof Steam Coil for the Minneapolis Veterans Affairs Health Care System. This solicitation is set aside for small businesses, aiming to provide specific refrigeration and heating equipment, as detailed in the attached Statement of Work. Key timelines include a due date for offers by February 26, 2025, with inquiries allowed until February 19, 2025. The contract targets small business participation and outlines requirements for technical and pricing proposals. The submission must demonstrate the offeror's capacity to meet specified performance standards, including the qualifications of personnel involved. Additionally, the document incorporates clauses regarding compliance with federal regulations and outlines payment procedures. Overall, the RFP signifies the government’s commitment to enhancing its facilities while fostering small business engagement in federal contracting opportunities.
The Department of Veterans Affairs (VA) is seeking to procure a specific replacement part, an Armstrong International Vertical Centifeed Bypass Duramix Coil, through a single-source acquisition process. This coil is essential for the Minneapolis VA Medical Center's HVAC system, which requires the part to maintain a safe and comfortable environment for veterans and staff. Due to the unique specifications set by the Original Equipment Manufacturer (OEM), Armstrong International, no alternative suppliers can provide a suitable product. Any attempt to substitute this component would involve extensive engineering and potential modifications to the air handling unit, leading to increased downtime and costs. The necessity for immediate replacement underscores the urgency of maintaining operational standards within the medical facility, thereby justifying the single-source procurement approach in compliance with FAR regulations. This document serves to formalize the need for this specific purchase in light of its unique requirements and the importance of sustaining effective HVAC operations.