N041--Project # 528-25-114 Dishwasher Exhaust Fan Buffalo VAMC
ID: 36C24225B0044Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (N041)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to replace the main kitchen dishwasher exhaust fan at the Buffalo VA Medical Center under Project #528-25-114. The project involves comprehensive construction work, including demolition, installation, and adherence to strict safety and quality standards, with a project magnitude estimated between $100,000 and $250,000. This procurement is significant for enhancing operational efficiency within the medical facility while supporting veteran-owned businesses. Interested bidders must submit their proposals electronically by August 28, 2025, and are encouraged to direct inquiries to Contracting Officer Idalia Algarin at Idalia.Algarin@va.gov.

    Point(s) of Contact
    Idalia AlgarinContracting Officer
    Idalia.Algarin@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office (NCO) 2, has issued an amendment (36C24225B0044) to a solicitation for the replacement of a main kitchen dishwasher exhaust fan at the Buffalo, NY VA Medical Center. This procurement is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) under NAICS Code 238220, with a project magnitude between $100,000 and $250,000. The amendment corrects key dates: the pre-bid site visit is now August 7, 2025, at 10 AM; RFIs are due by August 15, 2025, at 12 PM; and the bid opening is August 28, 2025, at 11 AM via Teams meeting. Solicitation materials will be available on http://www.sam.gov around August 1, 2025, and amendments will also be posted there. Bids will be accepted electronically. Bid bonding will be required, and contract award is anticipated in August 2025. Idalia Algarin is the Contracting Officer for inquiries.
    The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 2, issued Amendment 0002 to Solicitation 36C24225B0044 for the replacement of the main kitchen dishwasher exhaust fan at the Buffalo, NY VA Medical Center. This amendment, effective August 19, 2025, extends the bid opening date to August 28, 2025, at 11 AM ET. It also includes a pre-bid site visit sign-in sheet and responses to Requests for Information (RFIs). The project, valued between $100,000 and $250,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS Code 238220. All terms and conditions of the original solicitation remain in effect. Offerors must acknowledge receipt of this amendment to ensure their bids are considered.
    The Department of Veterans Affairs (VA) is issuing Amendment 0003 to Solicitation 36C24225B0044 for the replacement of a dishwasher exhaust fan at the Buffalo, NY VA Medical Center. This amendment addresses an additional Request for Information (RFI). The project, estimated between $100,000 and $250,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS Code 238220. The solicitation, including specifications and drawings, will be available electronically on http://www.sam.gov around August 1, 2025. Bid bonding will be required, and bids will be accepted electronically. Amendments will also be posted online, and offerors are responsible for acknowledging them. The anticipated award date is August 2025. All inquiries should be directed via email to Contracting Officer Idalia Algarin.
    The solicitation details a construction project by the Department of Veterans Affairs, specifically for replacing the dishwasher exhaust fan at the Buffalo VA Medical Center under Project #528-25-114. The contractor is expected to provide all necessary materials, equipment, and personnel, completing the work within a mandatory performance period of 90 days from the notice to proceed. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), necessitating that contractors are registered in the System for Award Management (SAM) and certified in the VetBiz database. Prospective bidders are invited to a pre-bid site visit, with questions directed to the contracting officer in writing by a stipulated deadline. Bids are to be submitted electronically, with a bid bond requirement of 20% of the proposal price. The document outlines various obligations regarding safety, quality control, environmental compliance, and federal law adherence, including reporting on contractor safety records. The contractor must document all phases of the project to ensure compliance with regulations and maintain communication through an established cloud-based management platform. This project underscores the VA's commitment to engaging veteran-owned businesses while enhancing health facility operations.
    The document serves as an amendment to solicitation 36C24225B0044 for a project at the Buffalo, NY VA Medical Center, which involves the replacement of a kitchen dishwasher exhaust fan. The amendment corrects important dates related to the pre-bid site visit, request for information due date, and bid opening date, all scheduled for August 2025. The procurement is set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS Code 238220, with a project budget estimated between $100,000 and $250,000. Solicitation materials will be accessible electronically via http://www.sam.gov starting on August 1, 2025, and all bids must be submitted electronically due to ongoing COVID-19 safety protocols. The contracting officer, Idalia Algarin, requests all correspondence via email to streamline communication. This document emphasizes the importance of acknowledging amendments and obtaining the latest solicitation updates to ensure compliance with submission requirements.
    The "Buy American Certificate" provision, outlined in FAR 52.225-2, requires offerors to certify whether their end products are domestic, with exceptions listed. It mandates the disclosure of foreign end products, including their country of origin and whether they exceed 55% domestic content (unless COTS items). Offerors must also identify domestic end products containing critical components. The provision defines key terms such as "commercially available off-the-shelf (COTS) item," "critical component," "domestic end product," "end product," and "foreign end product" as per the "Buy American-Supplies" clause. The government evaluates offers based on Federal Acquisition Regulation (FAR) part 25 policies, emphasizing the procurement of American-made goods.
    The Buy American Certificate, as detailed in provision 52.225-2, mandates that Offerors certify each end product as a domestic end product unless specified otherwise. They must also document any foreign end products, particularly noting their domestic content percentages. For foreign products not mainly composed of iron or steel, Offerors are required to indicate if they exceed 55% domestic content, except for commercially available off-the-shelf (COTS) items. Additionally, Offerors must identify domestic end products containing critical components and the specific line item numbers if applicable. This certification process is applicable within the context of federal procurement policies outlined in part 25 of the Federal Acquisition Regulation (FAR). The document lays a foundation for assessing compliance with the Buy American Act, ensuring that government agencies prioritize domestic goods while also providing a systematic way for Offerors to disclose product origin and content details.
    The provided government file, titled "DISHWASHER EXHAUST FAN" (Project Number 528-25-114), outlines construction documents for the Buffalo VA Medical Center. It includes general notes, symbols, legends, and specific plans for Infection Control Risk Assessment (ICRA), access, coordination, and asbestos abatement. The project involves mechanical and electrical demolition and new installations, with a strong emphasis on maintaining a safe and clean environment within an occupied facility. The contractor is responsible for verifying field conditions, adhering to all applicable codes and standards (including NFPA, IBC, ANSI, NFPA, OSHA), implementing strict infection control measures (Class I-IV precautions), and coordinating extensively with VA staff and other trades. Hazardous materials, specifically asbestos-containing ductwork and flexible connectors, are identified for proper removal and disposal. The document also details requirements for temporary facilities, protection of existing work, quality assurance, and project closeout, ensuring compliance and minimizing disruption to hospital operations, particularly in high-traffic areas like the basement corridor.
    This government file outlines the bid documents and general requirements for the "DISHWASHER EXHAUST FAN" project (Proj. No. 528-25-114) for the Department of Veterans Affairs. It details comprehensive specifications across various divisions, including general requirements, existing conditions (demolition, asbestos abatement), metals, thermal and moisture protection (firestopping), finishes (painting), HVAC, and electrical installations. The project emphasizes strict adherence to safety, security, and quality control standards. Key aspects include detailed construction documentation, mandatory use of the Autodesk Construction Cloud (ACC) platform for all project correspondence and submissions, and a Critical Path Method (CPM) project schedule. The document also covers site operations, utility services, alterations, disposal of materials, protection of existing infrastructure, restoration, layout of work, as-built drawings, and a robust warranty management plan with specific response priorities for defects. The contractor is responsible for providing temporary facilities, managing site access, and coordinating with the VA to minimize disruption to the Medical Center's operations.
    The document pertains to a construction project (Project Number 528-25-114) at the Buffalo VA Medical Center aimed at upgrading a dishwasher exhaust fan and associated systems. It emphasizes compliance with federal safety codes, infection control measures, and local regulations throughout the construction process. Key components include detailed construction and coordination plans, notes on the handling and remediation of hazardous materials, specifically asbestos, and directives for maintaining a safe environment for building occupants. The contractor is responsible for verifying field conditions, ensuring work is performed efficiently, and coordinating with the VA's representative to minimize disruption. The document provides extensive guidelines for safety measures, including fire ratings, temporary protections, and maintaining negative air pressure during construction. The project's successful execution demonstrates the VA's commitment to enhancing healthcare infrastructure while prioritizing safety and regulatory adherence within occupied facilities.
    The project titled "Dishwasher Exhaust Fan" for the Department of Veterans Affairs involves comprehensive preparations for renovation at a medical facility, specifically aimed at a pharmacy compounding area. It emphasizes safety, security protocols, and procedural requirements, including site mobilization, demolition, and construction phases. Key activities include replacing exhaust fans, electrical work, and adherence to various specifications for quality control and environmental protection, such as sustainable construction practices. The contractor is required to develop a project schedule using the Critical Path Method (CPM) and utilize the Autodesk Construction Cloud for project management and communications, ensuring that all documentation is submitted in accordance with set timelines. Coordination with VA personnel and conformance to operational needs during construction are critical, as the medical center must remain functional. Several operational aspects are mandated to minimize disruption: maintaining utility services, implementing effective waste management, and adhering to safety guidelines. The document outlines extensive requirements for bid preparation, contractor qualifications, and specific obligations related to project execution and final acceptance, illustrating the VA's commitment to ensuring quality and compliance throughout the project lifecycle.
    The VA Notice of Limitations on Subcontracting (NOV 2022) clause, specifically 852.219-75VA, outlines critical compliance requirements for contractors under 38 U.S.C. 8127(k)(2). This clause mandates that contractors limit the percentage of work subcontracted to firms that are not VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The specific limitations vary by contract type: 50% for services, 85% for general construction, and 75% for special trade construction, with material costs excluded for construction. Subcontracted work by similarly situated VIP-listed subcontractors counts towards these limits. Contractors must certify compliance, acknowledging potential criminal, civil, or administrative penalties for false certifications, including fines and debarment. The VA reserves the right to request documentation, such as invoices and subcontracts, to verify compliance at any time. Failure to provide such documentation may result in remedial action. This certification must be submitted with the offer, or the offer will be deemed ineligible.
    The document outlines the "VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction," which mandates that offerors certifying compliance with regulations aimed at protecting service-disabled veteran-owned small businesses (SDVOSBs) and veteran-owned small businesses (VOSBs) in government contracts. Offerors must ensure that a certain percentage of work is performed by SDVOSBs/VOSBs based on the contract type: a maximum of 50% for services, 85% for general construction, and 75% for special trade construction. Costs for materials are excluded from subcontracting limits. The document also emphasizes the importance of truthful certification, warning of penalties for fraud. Offerors are required to provide evidence of compliance to the VA during contract execution and risk ineligibility for awards if certifications are not submitted. This regulation underscores the federal government's commitment to supporting veteran enterprises within government procurement processes, ensuring that veteran-owned businesses effectively participate in federal contracts.
    The General Decision Number: NY20250050 provides prevailing wage rates and fringe benefits for building construction projects in Erie County, New York, effective July 25, 2025. This document outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts subject to the Davis-Bacon Act, with specific dates determining applicability. It details various construction classifications, including Boiler Makers, Bricklayers, Carpenters, Electricians (with multiple sub-classifications for different types of electrical work), Elevator Mechanics, Power Equipment Operators (categorized by equipment type and capacity), Ironworkers, Laborers (with classifications based on tasks), Painters (including specialized rates for lead abatement and various application methods), Plasterers, Cement Finishers, Pipefitters, Roofers, Sheet Metal Workers, and Truck Drivers. Each classification lists hourly rates and fringe benefits, along with footnotes specifying paid holidays and other conditions. The document also provides guidance on the wage determination appeals process and identifiers for union, weighted union average, and survey rates.
    This document outlines the prevailing wage rates for building construction projects in Erie County, New York, under the Davis-Bacon Act and related Executive Orders. It includes minimum wage requirements based on the contract award date and mandates compliance with Executive Orders 14026 and 13658. Contractors must pay covered workers at least $17.75 or $13.30 per hour, depending on the contract's specifics, with annual adjustments to these rates. The document lists various classifications and wage rates for construction trades, including boiler makers, electricians, carpenters, laborers, and others, along with their respective fringe benefits. Furthermore, it elaborates on prevailing wage identifiers, detailing union, survey, and state-adopted rates, and specifies the appeals process for wage determinations. Contractors are advised to handle necessary classifications not listed properly, following federal guidelines. Overall, the document serves as a vital guideline for contractors and workers involved in government-funded construction projects, ensuring fair compensation in compliance with federal labor standards and promoting job quality within the industry.
    This document is a Request for Information (RFI) regarding Project #528-25-114, "DISHWASHER EXHAUST FAN," for the Buffalo VAMC, NY. The RFI addresses a question from a potential bidder concerning the requirement for a professional photographer to document the construction process, as outlined in Statement of Work (SOW) paragraph 1.5.3. The bidder found the cost of a professional photographer, estimated at 25% of the total bid, to be excessively high and inquired about the possibility of waiving or eliminating this requirement. The VA's response clarifies that contractors may self-perform construction photography by submitting daily logs, which would be considered a bid deduct. The photographs must be of sufficient quality and quantity to adequately document existing conditions, construction progress, and close-out conditions, with further details available in the SOW and specifications.
    This Request for Information (RFI) for the Dishwasher Exhaust Fan project at Buffalo VAMC (Project # 528-25-114) addresses three key inquiries. The first clarifies the height of the structural platform supporting the dishwasher exhaust fan (EF-11) as approximately 11 ft. 11 in. above the basement elevation, with the basement floor being about 13 ft. 0 in. above the sub-basement floor. The equipment is located in a mechanical chase spanning multiple floors, not a dedicated mechanical room, and lacks a deck/floor at each level above the basement. Secondly, it states that an asbestos survey specific to this project was not conducted, but drawing AA001 indicates identified hazardous materials from limited sampling. Finally, pictures of Stairwell 9, including the outside and inside walls adjoining the mechanical chase at both basement and first-floor elevations, were provided as requested due to their unavailability during the walk-through.
    Similar Opportunities
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as number 526-22-115, involves the replacement of existing dumbwaiters in Building 100, requiring contractors to furnish all necessary supervision, labor, equipment, and materials while adhering to applicable codes and VA directives. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must submit their proposals via email to Contracting Officer Akkil Kurian by December 10, 2025, at 10:00 AM EST, and are required to be registered in SAM.gov as SDVOSB at the time of submission.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the replacement of a relief valve at the Northport VA Medical Center in Northport, New York. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) that are registered and verified with the Small Business Administration (SBA), requiring contractors to perform a minimum of 15% of the construction work. The scope of work includes providing all necessary labor, materials, and equipment to replace floors in accordance with VA specifications, with a completion timeline of 30 calendar days following the Notice to Proceed. Interested contractors should direct any inquiries in writing to Charlie Augustin at Charlie.Augustin@va.gov, and the solicitation is anticipated to be issued around December 1st, 2025.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    Y1DA-- 630A4-26-404 Sewage Ejector Pump replacement
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for the replacement of sewage ejector pumps at the James J. Peters VA Medical Center in Bronx, NY, under Solicitation Number 36C24226Q0095. The project entails the complete replacement of two sewer ejector pumps, installation of associated components, and site cleanup, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $100,000 and $250,000, emphasizing compliance with the Buy American Act and subcontracting limitations. Interested contractors must attend a mandatory site visit on November 24, 2025, and submit their offers by December 9, 2025, at 11:00 AM EST, with inquiries directed to Contracting Officer Charlie Augustin at charlie.augustin@va.gov.
    Y1DA--36C25726R0015 | 671-22-118 Replace Cast Iron Drain 2nd and 3rd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cast iron drain lines and the chemical waste system on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project, identified as 671-22-118, requires contractors to provide all necessary labor, materials, and equipment, with a contract value estimated between $500,000 and $1,000,000. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of maintaining operational continuity within the medical center while adhering to strict safety and regulatory standards. Proposals are due by December 9, 2025, at 2:00 PM CDT, and interested parties should contact Cassandra S. King at Cassandra.King@va.gov for further information.
    Y1DA--528A6-24-603 Replace CLC Doors
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the project titled "Replace CLC Doors" at the Bath VA Medical Center in New York. This project involves the removal and replacement of interior doors, primarily emergency egress doors, in Building 78 (CLC) and Building 76 (Medical Center). The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 236220 for Commercial and Institutional Building Construction, with an estimated cost range between $100,000 and $250,000. Interested bidders must submit a 20% bid bond, and performance and payment bonds will be required. The solicitation is expected to be posted around November 6, 2025, with a response deadline of December 11, 2025. For further inquiries, contact Contracting Officer Devan Bertch at Devan.Bertch@va.gov or call 716-698-6459.
    Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@va.gov.