J045--HYDRO-JETTING & CABLING SERVICES
ID: 36C26224Q1865Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Septic Tank and Related Services (562991)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking quotations for hydro-jetting and cabling services at the Jennifer Moreno VA Medical Center in San Diego, California, under solicitation number 36C26225Q0017. The procurement aims to secure non-personal services for maintaining sewer and waste lines, with a contract period starting on October 1, 2024, and options to extend for up to four additional years, totaling an estimated award amount of $9 million specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative underscores the VA's commitment to supporting veteran-owned businesses while ensuring compliance with federal regulations throughout the procurement process. Interested vendors must submit their quotations by September 17, 2024, at 12:00 PM PST, and direct all inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov by September 13, 2024.

    Point(s) of Contact
    Charity CazeeContract Specialist
    (520) 792-1450
    charity.cazee@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a combined synopsis/solicitation for hydro-jetting and cabling services needed at the Jennifer Moreno VA Medical Center in San Diego, CA. This request, designated as solicitation number 36C26224Q1865, calls for quotations by September 17, 2024, at 12:00 PM PST, and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The procurement falls under the Product Service Code J045 and the NAICS Code 562991, which pertains to the non-personal services for sewer line maintenance. Questions regarding the RFQ must be directed to Contract Specialist Charity Cazee, with a deadline for inquiries set for September 13, 2024. All communication regarding this solicitation must strictly occur through designated channels, prohibiting direct contact with VA medical center employees. The solicitation specifies that interested parties must provide quotations based on the outlined Statement of Work, which emphasizes the importance of thorough documentation and adherence to federal procurement guidelines as detailed in the Federal Acquisition Regulation. This initiative underscores the VA's commitment to utilizing small businesses in delivering essential services to veteran healthcare facilities.
    The document is an amendment to a previous combined solicitation issued by the Department of Veterans Affairs, specifically for hydro-jetting and cabling services at the Jennifer Moreno VA Medical Center in San Diego, CA. The solicitation number is 36C26224Q1865, with a response deadline of September 17, 2024, at 12:00 PM Pacific Time. It is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 562991. The notice indicates a request for quotations (RFQ) will be accepted via email to the Contract Specialist, Charity Cazee, with inquiries due by September 13, 2024. The required services involve sewer line hydro-jetting and cabling without site visits. Interested offers must follow strict communication protocols, directing all questions to the Contracting Officer without contacting VA Medical Center employees. The document aims to streamline the procurement process, ensuring compliance with federal acquisition regulations while enhancing service delivery in VA facilities.
    The document outlines an amendment to a Request for Quotation (RFQ) by the Department of Veterans Affairs for hydro-jet services, detailing various locations within the Jennifer Moreno VA Medical Center. The amendment includes updates on line items based on the specific service locations detailed in the Statement of Work, set for a contract period starting September 30, 2024, and lasting through September 29, 2029, with additional options to extend through 2027, 2028, and 2029. Each line item specifies quantities and services required, primarily focusing on hydro-jetting for different building rooms and facilities, as well as plumbing maintenance. The principal North American Industry Classification System (NAICS) code is 562219, pertaining to nonhazardous waste treatment and disposal, with related product/service codes also identified. The RFQ emphasizes that potential contractors must acknowledge receipt of the amendment and adhere to submission guidelines to ensure proper receipt before the specified deadline. This process illustrates the standard procedures within federal RFPs aimed at procuring essential services while ensuring regulations are met and service quality is maintained.
    This document serves as a vendor information form for the federal government, particularly for entities responding to requests for proposals (RFPs) or applying for grants. It captures necessary vendor details such as contact information, business type, tax identification, and payment options. Key sections include vendor name and address, point of contact, existing contracts, and 1099 vendor status. It also identifies the vendor’s socioeconomic status, indicating whether they are a small business or belong to specific disadvantaged groups. Importantly, it mandates registration with the Central Contractor Registration (CCR) and other verification sites to ensure compliance with federal contracting requirements. These protocols aim to maintain an updated database of vendors eligible for government contracts, reinforcing the importance of accuracy in federal procurement processes.
    The document outlines a government solicitation for the procurement of hydrojetting and cabling services by the Department of Veterans Affairs (DVA). The contract, referenced as 36C26225Q0017, aims to secure these essential services for a base year beginning on October 1, 2024, with options to extend for four additional years. The total estimated award amount is $9 million, available for small businesses, specifically those that are service-disabled veteran-owned. The solicitation emphasizes the importance of compliance with various federal regulations, including provisions related to subcontracting limits for small businesses. The contractor is required to submit invoices electronically using the Tungsten Network and adhere to regulations on electronic payment requests. A comprehensive statement of work and detailed requirements are included to ensure all parties understand the obligations and expectations throughout the contract's duration. This effort reflects the DVA's commitment to supporting veteran-owned businesses while maintaining transparency and efficiency in procurement processes.
    The VA-FSC Vendor File Request Form is designed to establish or update vendor records in the Federal Vendor Management System. It includes fields for VA facility information, payee/vendor type, and necessary identification details, such as the Unique Entity Identifier (UEI) and tax identification numbers. Vendors must indicate whether they are new or existing and provide pertinent contact information, banking details for electronic funds transfer (EFT), and authorized representative information. The form summarizes the requirements for different types of vendors, including provisions for small businesses and medical providers. Additionally, a privacy notice addresses information usage as per federal regulations, ensuring that data is used to facilitate electronic payment processes. The expected processing time for submissions is 3 to 5 business days, and clear instructions are provided for form completion and submission via secure fax. This form is part of the VA's efforts to manage vendor relations efficiently, aligning with government RFPs and grant processes.
    The document outlines Form W-9, a request for Taxpayer Identification Number (TIN) and certification for U.S. persons, including residents and various entities. Its primary purpose is to collect accurate taxpayer information to avoid backup withholding by the Internal Revenue Service (IRS). The form facilitates the certification of correct TINs, establishes exemptions from backup withholding, and provides guidelines on completing the form accurately based on individual circumstances such as sole proprietorships or partnerships. Key points include the need for U.S. persons to furnish their correct TIN to avoid 28% withholding on certain payments, the implications of failing to provide this information, and the procedures for non-resident aliens and foreign entities, who should use different forms. Specific instructions clarify how entities, trusts, or accounts should present their names and TINs. Additionally, the document emphasizes the importance of securing personal tax records against identity theft and provides guidance on protecting personal information. Overall, the W-9 form serves as a critical tool for compliance with IRS regulations in the context of federal grants and RFPs, ensuring that proper taxpayer information is maintained to facilitate accurate reporting and tax administration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J045--Hydro Jet Cleaning/Drainage for Loch Raven's campus
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide hydro jet cleaning and drainage services for the Loch Raven campus located at the Veterans Medical Center in Baltimore, Maryland. The contractor will be responsible for hydro jetting drain lines in accordance with the Statement of Work outlined in the solicitation, which is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement is critical for maintaining the plumbing infrastructure at the facility, ensuring efficient waste disposal and operational functionality. Interested contractors must submit their quotations via email to Contract Specialist Charles Willis by September 23, 2024, at 2 PM EST, and must be registered and verified in the U.S. Small Business Administration's VetCert and VIP databases to be eligible for award.
    Irrigation Supplies for San Juaquin Valley National Cemetery
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide irrigation supplies for the San Joaquin Valley National Cemetery in California. The procurement involves a variety of irrigation components, including sprinkler heads, valves, and PVC pipes, with specific quantities and descriptions outlined in the solicitation documents. These supplies are essential for maintaining the cemetery's landscaping and ensuring effective water management. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals in response to Request for Quotation (RFQ No. 36C78624Q50397) by the specified deadline, and all inquiries should be directed to David Hester at David.Hester@va.gov.
    Z2DA--Replace Canteen Dishwashing Utilities | 666-24-129
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for plumbing construction services to replace and upgrade the canteen dishwashing utilities at the Sheridan VA Medical Center in Wyoming. The project aims to address existing plumbing deficiencies, ensuring compliance with plumbing codes and enhancing operational efficiency through various upgrades, including the installation of heat recirculation lines and improved drainage systems. This initiative is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a budget ranging from $100,000 to $250,000, and requires proposals to be submitted by October 7, 2024. Interested contractors must attend a mandatory site visit on September 23, 2024, and direct any questions to Contract Specialist Timothy R. Verburgt at Timothy.Verburgt@va.gov.
    6835--Bulk Liquid Oxygen
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the procurement of bulk liquid oxygen for the VA Loma Linda Healthcare System, with the contract set aside for Service-Disabled Veteran-Owned Small Businesses. The contract will span from October 1, 2024, to September 30, 2025, with provisions for four optional one-year extensions, ensuring a reliable supply of medical-grade oxygen critical for patient care. Key requirements include automatic deliveries every 7-10 days, maintenance of the oxygen storage system, and compliance with safety regulations, alongside necessary certifications such as OSHA and FDA compliance. Interested vendors must submit inquiries by September 5, 2024, and offers by September 23, 2024, with further details available from Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284.
    H945--DA Tank Magnetic Particle Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the DA Tank Magnetic Particle Testing project at the Battle Creek VA Medical Center. This procurement requires the contractor to perform cleaning, inspection, and testing of the deaerator tank in compliance with VA regulations, which necessitate third-party inspections every six years. The contract is specifically set aside for veteran-owned small businesses (VOSB) and mandates the use of certified technicians for non-destructive testing methods, including wet magnetic particle and ultrasonic testing, while adhering to strict scheduling and safety protocols. The total award amount for this solicitation is approximately $19 million, with offers due by September 23, 2024. Interested parties can contact Contract Specialist Margaret R Thompson at margaret.thompson@va.gov for further information.
    R499--Release of Information Services for VASNHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Release of Information Services for the Veterans Affairs Sierra Nevada Health Care System (VASNHCS). This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide labor, materials, and equipment necessary for the orderly release of medical information while ensuring compliance with privacy laws such as HIPAA and the Privacy Act. The contract, valued at approximately $40 million, will span from November 8, 2024, to November 7, 2029, with options for renewal and extension. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to Contract Specialist Jill Williams at jill.williams@va.gov or by phone at 702-001-5380.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for water system testing and maintenance services, specifically hyperchlorination, at the Pittsburgh VA Medical Center. The procurement aims to establish a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract under the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside category, with services including annual and emergency hyperchlorination events to ensure compliance with health standards and prevent Legionella disease. Interested contractors must register with the System for Award Management (SAM) and submit their quotations by 10:00 AM (EST) on September 24, 2024, with a contract value ranging from a minimum of $5,000 to a maximum of $325,000 over the contract period. For further inquiries, vendors can contact Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    H145--Backflow Preventer Inspection, Testing & Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for Backflow Preventer Inspection, Testing, and Repair services at the Carl Vinson VA Medical Center in Dublin, Georgia, under solicitation number 36C24725Q0060. The procurement aims to ensure that all backflow preventers comply with local, state, and federal regulations while maintaining operational integrity and safety standards within the facility. This contract, projected at a total award amount of $19 million, includes a base year starting November 1, 2024, with four option years, and emphasizes the importance of thorough documentation, staff qualifications, and minimal disruption to medical center operations. Interested contractors must submit their responses by September 30, 2024, at 3:00 PM Central Time, and can contact Contract Specialist Brenda Carter at brenda.carter6@va.gov for further information.
    Z2DA-- 671-22-118 CON Replace Cast Iron Dr 2nd & 3rd FL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for a construction project to replace the cast iron drain lines on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project requires contractors to provide all necessary labor, materials, and equipment to upgrade the existing plumbing system, including the installation of new joints and connectors, while adhering to environmental regulations and local building codes. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $1 million and $5 million. Interested contractors should note that a site visit will be scheduled prior to the solicitation release, anticipated around September 30, 2024, and can contact Bobby Reveles at jose.reveles@va.gov for further information.
    V112--HAZARDOUS WASTEPICK UP AND DISPOSAL FY25
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for hazardous waste pick-up and disposal services at the Hampton VA Medical Center in Virginia. The contract requires qualified contractors, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB), to manage the collection and disposal of hazardous and universal waste, ensuring compliance with federal and state regulations. This service is crucial for maintaining environmental safety and regulatory adherence in healthcare settings, with the contract valued at approximately $47 million and spanning from October 1, 2024, through fiscal year 2029. Interested bidders should contact Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further details and to ensure their proposals align with the outlined requirements.