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
    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 set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to adhere to safety standards, provide a project schedule, and ensure compliance with federal and local regulations. The procurement is crucial for maintaining operational efficiency and safety in food service areas within the facility, thereby enhancing service delivery to veterans. Interested bidders must submit their offers via email by May 27, 2025, and are encouraged to participate in a mandatory pre-bid site visit scheduled for May 9, 2025. For further inquiries, contact Tiffany A Rausch at Tiffany.Rausch@va.gov.

    Point(s) of Contact
    Tiffany A RauschContract Specialist
    Tiffany.Rausch@va.gov
    Files
    Title
    Posted
    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.
    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.
    The document is an amendment related to a solicitation for a contract by the Department of Veterans Affairs (VA), specifically through the Network Contracting Office 10. The amendment updates the site visit schedule, changing it from 10:00 am to 2:30 pm on May 9, 2025, and provides responses to received questions regarding the solicitation. The specific inquiry addresses the manufacturer and model of a hood, indicating that this information will be available during the pre-bid site visit, as it is not listed in the documentation. Importantly, the amendment does not introduce any further changes to the solicitation's terms and conditions, assuring that all other details remain unchanged. This document serves to enhance clarity and facilitate better preparation for potential bidders by addressing queries and scheduling adjustments.
    This document serves as an amendment to solicitation number 36C25025Q0453 issued by the Department of Veterans Affairs’ Network Contracting Office 10, focusing on a project related to existing exhaust fan specifications and pre-bid information. The amendment aims to provide additional details, including the pre-bid sign-in sheet and answers to queries from prospective bidders. Notably, it discusses a request for electrical and CFM specifications for the existing exhaust fan model PNU165J1231. The amendment also confirms that bidders can leave a boom lift onsite for an additional week if needed for repairs or adjustments. The document emphasizes that aside from the provided updates, all terms and conditions from the original solicitation remain unchanged. This amendment underscores the transparency and responsiveness to bidder inquiries typical of federal contracting processes.
    This document serves as an amendment to a solicitation for the Department of Veterans Affairs, specifically from the Network Contracting Office 10. The primary purpose of this amendment is to extend the deadline for submission of offers from May 26, 2025, at 14:00 EST to May 27, 2025, at 10:00 EDT. No other changes to the original solicitation are indicated, and all other terms remain unchanged. Offerors are instructed to acknowledge receipt of this amendment by specified methods to ensure their proposals are considered. This amendment is typical in federal and state/local contracting processes, reflecting standard procedures for modifications to request for proposals (RFPs) and contracts to allow interested parties additional time to prepare their bids.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Campus Electrical Systems" project at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. This project involves the demolition of Building 16 and the installation of a 6,600 square foot addition to Building 1, which will house new electrical distribution equipment, including three 600 kW standby generators, automatic transfer switches, and substations. The estimated construction budget ranges from $10 million to $20 million, with a bid submission deadline set for February 12, 2025, at 10:00 AM EST. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist Brian Rosciszewski at Brian.Rosciszewski@va.gov.
    Z1DA--Replace Parking Garage Sprinkler System 583-24-525
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the parking garage sprinkler system at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This project, designated as 36C25026B0017, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the demolition and replacement of overhead dry fire sprinkler piping and associated components within the underground patient parking garage. The work is critical for ensuring compliance with current fire safety standards and minimizing disruption to the medical center's operations, with construction scheduled to occur outside normal business hours. Interested contractors must submit their bids via email by January 6, 2026, at 10:00 AM EST, and can direct inquiries to Contract Specialist Stacie I. Hill at Stacie.Hill@va.gov or Brian Rosciszewski at brian.rosciszewski@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    S222--Grease Trap Vault Cleaning 635-26-2-5006-0025
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for grease trap and vault cleaning services at the Oklahoma City VA Health Care System. This contract, valued at $16.5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base period along with four option years, requiring monthly services to remove grease and sludge, deodorize tanks, and provide detailed service reports. The importance of these services lies in maintaining sanitary conditions and compliance with safety regulations within the healthcare facility. Interested vendors should contact Contract Specialist Tiffani S Perkins at Tiffani.Perkins@va.gov for further details regarding the solicitation, identified as 36C25926Q0086.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Y1JZ--558-23-155 Generator Exhaust Modification GC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Generator Exhaust Modification project at the Durham VA Medical Center, specifically aimed at enhancing the exhaust system for three diesel generators located in Building 18. The project entails general construction, alterations, and the installation of new rooftop exhaust fans, with a focus on rerouting exhaust away from air handling unit intakes and building windows to address existing deficiencies. This initiative is crucial for maintaining operational safety and compliance with various federal and local codes, ensuring minimal disruption to the medical center's ongoing operations. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should note that bids are due by February 5, 2026, with an estimated construction budget between $500,000 and $1,000,000. For further inquiries, contact Elaine B. Belber at Elaine.Belber@va.gov.
    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.
    Z1DA--Update Patient Wifi 610A4-25-226
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to update the patient Wi-Fi system at the VA Northern Indiana Health Care System located in Fort Wayne, Indiana. The project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), involves replacing outdated routers, installing new access points, firewalls, switches, and antennas across multiple buildings on the campus, ensuring seamless integration with existing systems. This upgrade is crucial for enhancing connectivity and service quality for patients and staff, with a performance period of 90 calendar days from the Notice to Proceed. Interested contractors should contact Eric Sweatt at eric.sweatt@va.gov for further details and to express their interest in this opportunity.