Y1DZ--Replace Grease Duct Canteen 610A4-25-504
ID: 36C25025Q0453Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)
Timeline
  1. 1
    Posted Apr 15, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due May 26, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is soliciting bids for the replacement of the grease duct and exhaust fan in the canteen at the Northern Indiana Health Care System in Fort Wayne, Indiana. This project, estimated to cost less than $25,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the VA's commitment to supporting veteran-owned enterprises in federal procurement. The contractor will be responsible for all project aspects, including compliance with safety standards, adherence to federal and local regulations, and submission of necessary documentation, such as RFIs and bid materials. Interested bidders must submit their offers via email by May 26, 2025, and are required to attend a mandatory pre-bid site visit. For further inquiries, contractors can contact Tiffany A Rausch, the Contract Specialist, at Tiffany.Rausch@va.gov.

Point(s) of Contact
Tiffany A RauschContract Specialist
Tiffany.Rausch@va.gov
Files
Title
Posted
Apr 15, 2025, 12:05 PM UTC
The solicitation numbered 36C25025Q0453, issued by the Department of Veterans Affairs, seeks bids to replace the grease duct and exhaust fan in the canteen at the Northern Indiana Health Care System in Fort Wayne, Indiana. The project cost is estimated at less than $25,000, making it set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Bidders are required to submit their offers via email by May 26, 2025, and a mandatory pre-bid site visit is scheduled. The contractor will handle all aspects of the project, including adhering to safety standards, providing a project schedule, and ensuring compliance with federal and local regulations. Performance and payment bonds are expected for contracts exceeding $30,000. The document outlines key requirements including mandatory compliance with the Buy American Act, labor wage determinations, and background checks for personnel. Proper documentation, including RFI submissions and bid materials, is essential for bid acceptance. Overall, this solicitation represents the VA's commitment to facilitating necessary renovations while supporting veteran-owned businesses within federal procurement frameworks.
Apr 2, 2025, 1:04 PM UTC
The presolicitation notice outlines a federal contracting opportunity for the replacement of the grease duct and exhaust fan in the canteen of Building 1 at the VA Northern Indiana Healthcare System, located in Fort Wayne, Indiana. Under Solicitation Number 36C25025Q0453, contractors are required to provide all necessary labor, materials, equipment, project management, and quality assurance services to complete the project. The response deadline for interested parties is set for April 17, 2025, by 2:00 PM Eastern Time, with the solicitation being set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The contract falls under the Product Service Code Y1DZ and the NAICS Code 236220, indicating a focus on construction services. Interested contractors can reach out to the designated Contract Specialist, Tiffany Rausch, via email for further inquiries. This presolicitation reflects the government's ongoing commitment to enhancing facilities that serve veteran populations while adhering to specific small business contracting goals.
Apr 15, 2025, 12:05 PM UTC
The document appears to be a corrupted data file, which hinders the extraction of coherent content relevant to federal government RFPs, federal grants, and state/local RFPs. However, it is meant to outline processes for funding opportunities and proposal submissions related to various government initiatives. Typically, such documents focus on providing guidelines for applicants regarding eligibility criteria, funding usage, application processes, deadlines, and reporting requirements. Key aspects usually include strategic objectives of the funding, eligibility requirements for applicants, and the evaluation criteria used to assess submitted proposals. In the context of government RFPs and grants, the objective is generally to source solutions that align with government priorities, improve public sector services, and foster community development. Unfortunately, due to the corrupt state of the file, specific details and structured information cannot be effectively summarized or analyzed.
Apr 15, 2025, 12:05 PM UTC
The document is a Request for Information (RFI) regarding a project titled "Replace Grease Duct Canteen" at the VA Northern Indiana Healthcare System in Fort Wayne, IN. It outlines the procedures contractors must follow when submitting questions or requests for clarification related to the solicitation. Specifically, questions need to reference the relevant specification and/or solicitation section to ensure a timely response from the government. The RFI is a formal invitation for contractors to seek clarity on project details before submitting proposals, and responses will be distributed through amendments on SAM.gov or via email. The document emphasizes the importance of adhering to submission guidelines while engaging with the request for information process, indicating a structured approach to project management and contractor engagement within federal contracts.
Apr 15, 2025, 12:05 PM UTC
The Pre-Award Contractor Safety and Environmental Record Evaluation Form serves to assess contractor safety and health compliance relevant to Solicitation # 36C25025Q0453. Contractors are required to provide detailed information from their OSHA 300 Forms for the years 2020, 2021, and 2022, including man-hours worked, cases involving days away from work, and violations. Additionally, companies must attach their OSHA 300 and 300a Forms and provide a six-digit NAICS code (236220) related to the acquisition. They are also asked to specify the administrator of their Safety and Health Program and their Insurance Experience Modification Rate (EMR). The evaluation aims to ensure that contractors meet safety and environmental standards, reflecting the federal government’s commitment to secure engagements with companies that maintain a solid safety record. This documentation is vital for compliance and eligibility in federal grants or RFPs.
Apr 15, 2025, 12:05 PM UTC
The VHA Directive 1192.01 mandates annual seasonal influenza vaccinations for all Veterans Health Administration health care personnel (HCP), establishing compliance as a condition of employment. This policy includes guidelines for vaccination exemptions on medical or religious grounds and outlines disciplinary actions for non-compliance. The directive aims to enhance vaccination rates among HCP, which historically lag behind national averages, to ensure the safety of patients and maintain a healthy workforce.
The document outlines the "VA Notice of Limitations on Subcontracting" for service and construction contracts awarded under federal regulations, specifically for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It specifies that contractors must comply with restrictions on subcontracting based on the contract type. For general construction contracts, no more than 85% of the awarded amount can be paid to non-certified firms, while for services, this limit is set at 50%. Contractors are required to provide certification of compliance with these limitations and may need to present documentation for review by the VA to confirm adherence. Failure to comply could lead to penalties, including referral to a compliance committee or prosecution. The offeror must submit a signed certification with their proposal, which is essential for consideration in the bidding process. This document serves to ensure that federal contracts support veteran-owned businesses and maintain integrity in government contracting compliance.
Apr 15, 2025, 12:05 PM UTC
The document outlines the second-floor plan of a Veterans Affairs facility located in Fort Wayne, Indiana, indicating a comprehensive layout of various rooms and offices. It details the divisions for laboratory spaces, including areas for chemistry, hematology, microbiology, and specimen processing, alongside administrative zones such as offices and conference rooms. The purpose is to provide a structured and organized environment for medical and administrative operations within the facility, enhancing service delivery to veterans. The plan also integrates essential amenities like toilets and break rooms, promoting efficient use of space. Additionally, the document contains technical details such as project identification numbers, architects' information, and specifications for construction, serving as a vital resource for planning and construction oversight. The plan focuses on adherence to health and safety regulations while facilitating functional workflows tailored to the needs of the Veterans Affairs Services.
Apr 15, 2025, 12:05 PM UTC
The document relates to a project at the VA Northern Indiana Health Care System in Fort Wayne, indicating plans to replace the grease duct in the canteen kitchen. The details include the date of November 21, 2024, and indicate that the drawings were completed by an individual identified as NAH. The project involves engineering and interior design elements for the first floor of Building D.
Apr 15, 2025, 12:05 PM UTC
The document outlines specifications for commercial kitchen hoods designed for food service operations within government facilities. It emphasizes the importance of selecting energy-efficient grease-extracting ventilators that adhere to specific usage requirements and codes. Key features include stringent construction standards, use of UL and NSF certified equipment, and integration of advanced demand control ventilation systems that adjust exhaust fan speeds based on real-time cooking conditions. The document details quality assurance measures to confirm compliance with safety codes (NFPA, UL), certification requirements, and installer qualifications. It mandates thorough submittals, including product data, installation drawings, field test reports, and maintenance manuals. Enhanced fire protection systems are highlighted, ensuring safety in kitchen environments. Furthermore, the process includes installation guidelines, testing protocols, and training requirements for operational efficiency. Overall, the document aims to standardize the procurement and installation of kitchen hood systems that comply with federal regulations while promoting energy efficiency and safety within food service facilities.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Update Lake Nona Canteen" project at the Orlando VA Healthcare System, which involves extensive renovations and repairs to enhance the facility's canteen services. The project includes replacing flooring, addressing water damage, and reconfiguring kitchen spaces, with an estimated construction cost ranging from $1 million to $5 million, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for improving the infrastructure of veteran healthcare facilities while ensuring compliance with safety and labor standards. Proposals are due by May 12, 2025, with a site visit scheduled for April 14, 2025; interested contractors should contact Contract Specialist Michael C. Zorzi at Michael.Zorzi@va.gov for further details.
Z1DA--Lower Level Pharmacy Flooring Replacement IFB 553-25-500
Buyer not available
The Department of Veterans Affairs is soliciting bids for the Lower Level Pharmacy Flooring Replacement project at the John D. Dingell VA Medical Center in Detroit, Michigan. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the replacement of flooring, requiring contractors to provide labor, materials, and supervision while adhering to strict safety and environmental regulations. The estimated construction cost ranges from $100,000 to $250,000, and contractors must comply with Department of Labor wage determinations, submit necessary documentation, and ensure SAM registration. Interested parties should contact Contract Specialist Willona A. Harris at Willona.Harris@va.gov for further information and must submit sealed bids by the specified deadline.
Z1DA--Improve Sewer System and Water Loop 610-21-104
Buyer not available
The Department of Veterans Affairs is seeking proposals for the improvement of the sewer system and water loop at the VA Northern Indiana Healthcare System Marion Campus. The project requires a contractor to provide all necessary labor, materials, and supervision to remove and replace storm and sanitary lines, including repairs to roads and the installation of lift stations, with an estimated contract value between $5 million and $10 million. This initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their bids by April 30, 2025, and can contact Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
Z1DA--Bldg 60 VAV Box Replacement Wing A and Wing B
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of Variable Air Volume (VAV) boxes at Building 60 within the Dallas VA Health Care System. This presolicitation notice invites bids specifically from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as mandated by FAR regulations, and emphasizes the importance of verifying SDVOSB status through the Dynamic Small Business Search prior to proposal submission. The project, which falls under the NAICS code 238220, has an estimated magnitude between $500,000 and $1 million, highlighting its significance in maintaining the VA healthcare infrastructure. Interested contractors should direct inquiries to Contract Specialist Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732, with a response deadline set for May 2, 2025.
Upgrade Parking Garage Sump Pumps - Proj. No. 583-25-505
Buyer not available
The Department of Veterans Affairs is seeking bids from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the upgrade of sump pumps at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, Indiana. The project involves the removal of two failed sump pumps and the installation of two new pumps along with associated system components, ensuring compliance with safety and environmental regulations. This procurement is crucial for maintaining operational efficiency and safety within the medical center's parking garage. Interested contractors must submit sealed bids, provide a one-year warranty on installed components, and adhere to strict safety and compliance documentation. The estimated construction budget ranges from $25,000 to $100,000, and inquiries should be directed to Brian Rosciszewski at brian.rosciszewski@va.gov, with a site visit scheduled prior to bid submission.
S299--FY25 Service - Kitchen Exhaust Hood Cleaning (Base + 4)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the annual and semi-annual cleaning of kitchen exhaust hoods, vents, and ductwork at the Canandaigua VA Medical Center in New York. This firm fixed-price contract, which spans from May 15, 2025, to April 30, 2026, includes four optional renewal years and aims to ensure compliance with National Fire Protection Agency (NFPA) standards. The services are critical for maintaining safety and health standards in the facility's kitchen ventilation systems, reflecting the government's commitment to providing quality services for veterans. Interested small businesses, particularly service-disabled veteran-owned businesses, must submit their quotes to Contracting Officer Taylor Richter at Taylor.Richter@va.gov by the specified deadline, adhering to the wage determinations outlined in the associated documents.
Z1DZ--PN: 568A4-22-205, Upgrade NFS Bldg 2 (HS) 2237: 568-25-2-9944-0006
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to undertake a construction project aimed at upgrading the Nutrition and Food Service (NFS) area at the Hot Springs VA Medical Center in South Dakota. The project involves significant renovations, including updates to kitchen finishes, HVAC, plumbing, and electrical systems, to support meal service for 100 residents, with an estimated cost between $2 million and $5 million. This procurement is crucial for enhancing the facility's operational capabilities and ensuring quality service delivery to veterans. Interested bidders must be registered and certified in the VetCert system and obtain all bid documents from the official Contract Opportunities website, with the Invitation for Bid (IFB) expected to be issued around April 2, 2025. For inquiries, bidders can contact Contracting Officer Calvin L. Courtney at calvin.courtney@va.gov or by phone at (605) 347-2511 Ext. 1-8006.
Z1DA--Replace Vacuum Pumps 553-22-201 Amendment 0001
Buyer not available
The Department of Veterans Affairs is seeking bids for the replacement of medical vacuum pumps at the John D. Dingell VA Medical Center in Detroit, Michigan, under solicitation number 36C25025B0016. This project, designated as a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement of nine aging vacuum pumps, requiring contractors to provide all necessary labor, materials, and supervision while ensuring minimal disruption to hospital operations. The estimated cost for this project ranges between $500,000 and $1,000,000, with a performance period of 90 days post-Notice to Proceed. Interested bidders must submit their proposals, including a bid guarantee and compliance documentation, by the specified deadline, and can direct inquiries to Contract Specialist Angelo D. Vivio at Angelo.Vivio@va.gov.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
Z1DA--Project 667-25-185 CON Install VAV Boxes Surgery Storage
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the installation of Variable Air Volume (VAV) boxes in the Surgery Storage area at the Overton Brooks VA Medical Center in Shreveport, Louisiana, under Project No. 667-25-185. The project aims to enhance HVAC control to address temperature and humidity issues, ensuring a safe and functional environment for medical procedures. Eligible contractors must be certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be evaluated based on qualifications, past performance, and pricing, with a contract value estimated between $50,000 and $100,000. Proposals are due by the specified deadline, and interested parties should contact Contracting Officer Beth A. Cook at Beth.Cook@va.gov or 228-354-7576 for further information.