Z1DZ--SATOC Mechanical (VA-24-00094556)
ID: 36C24125R0036Type: Solicitation
AwardedApr 16, 2025
$7M$7,000,000
AwardeeAmeriTech Contracting LLC MIDDLETOWN 06457-3327 CTE
Award #:36C24125D0009
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

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

PSC

MAINTENANCE OF OTHER HOSPITAL BUILDINGS (Z1DZ)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a Single Award Task Order Contract (SATOC) focused on mechanical construction services for the VA Connecticut Healthcare System. This procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to facilitate plumbing, heating, and air conditioning projects, specifically set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The total contract ceiling is $7,500,000, with task orders ranging from $2,000 to $1,000,000, emphasizing the importance of compliance with federal regulations and safety standards throughout the project lifecycle. Interested contractors must submit their proposals electronically by February 18, 2025, at 4:00 PM ET, and can contact Judith Ruggiero at judith.ruggiero@va.gov for further information.

    Point(s) of Contact
    Judith RuggieroBranch Chief
    judith.ruggiero@va.gov
    Files
    Title
    Posted
    The document outlines the compliance requirements for contractors working with the Department of Veterans Affairs (VA) concerning information security, privacy, and operational practices. It mandates adherence to various federal regulations and VA directives to protect sensitive personal information and Veterans Health Administration (VHA) data. Key provisions include identity verification for contractor personnel, stringent security measures for information systems, and prompt notification of any security incidents. Contractors are required to execute Business Associate Agreements (BAAs) when handling protected health information and must ensure that subcontractors comply with the same security protocols. The document also specifies the need for employees to undergo annual training on cybersecurity and privacy policies. Violations of these security provisions can lead to contract termination and financial penalties for data breaches. The guidelines emphasize that operations involving sensitive information should primarily occur within the U.S., with a detailed information technology security plan required for any overseas services. The enduring responsibility of contractors extends to including rigorous data management practices, systematic reporting of incidents, and regular compliance assessments to uphold the integrity and confidentiality of the information handled. Overall, the document illustrates the VA's commitment to safeguarding sensitive information while ensuring that contractors operate under strict regulatory compliance to protect the interests of veterans and the government.
    The Department of Veterans Affairs (VA) is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) focused on mechanical construction services for the VA Connecticut Healthcare System. The total maximum contract value is set at $7,000,000 for a duration of five years. This solicitation is exclusively for Service Disabled Veteran Owned Small Businesses (SDVOSB) qualified under the Veteran Small Business Certification program. Offerors are instructed to submit proposals electronically by February 18, 2025, with a minimum task order guarantee of $2,000 and a maximum order limitation of $1,000,000. No performance and payment bonds are required at the solicitation level, but a surety letter confirming bonding capacity must accompany proposals. The NAICS code associated with this solicitation is 238220, concerning plumbing, heating, and air conditioning services. Key evaluation factors will include technical capability, past performance, and pricing, with an emphasis on experience in relevant medical facility projects and compliance with safety and quality assurance protocols. The contract focuses on mechanical services necessary for maintaining and altering existing structures, ensuring efficient and compliant performance standards throughout the contract period.
    The Department of Veterans Affairs is issuing a presolicitation notice for a Single Award Task Order Contract (SATOC) to provide mechanical support for the Connecticut Healthcare System campuses in West Haven and Newington, CT. This project, identified by procurement number 36C24125R0036, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and adheres to FAR requirements. The solicitation will be released around December 19, 2024, with a five-year contract period for individual task orders focusing on construction, alterations, and facility repairs. All work will be contracted on a firm-fixed price basis, with individual task orders determined separately. The NAICS code is 238220, with a size standard of $19 million. Providers must be registered in the System for Award Management (SAM) and certified by the SBA's VetCert. For details and documents, interested parties should search for solicitation number 36C24125R0036 on https://sam.gov/ under Contract Opportunities. The presolicitation indicates a structured procurement process aimed at enhancing veteran healthcare facilities through qualified small businesses.
    The document is an amendment to a solicitation related to a contract for the Mechanical SATOC for the VA Connecticut Healthcare System, specifically identified by solicitation number 36C24125R0036. The amendment corrects errors in the initially posted solicitation, which was posted on January 14, 2025, and states that offers using the original solicitation will not be accepted. It emphasizes the need for all bidders to acknowledge receipt of this amendment with their offer. Notably, the deadline for submission of proposals remains unchanged, due by February 18, 2025, at 4:00 PM ET. The amendment seeks to ensure that all potential contractors have access to the correct documentation necessary for their bids, showcasing the importance of accuracy and compliance in federal contracting processes. This reflects the government's commitment to transparency and accuracy in procurement activities.
    The document is an amendment (Amendment 0002) to solicitation 36C24125R0036 for a Mechanical Special A-E Task Order Contract (SATOC) for the VA Connecticut Healthcare System. It primarily concerns modifications to the original solicitation terms and includes key components such as a new Past Performance Questionnaire for bidders to utilize during their submissions. The due date for the receipt of offers is confirmed to be February 18, 2025, at 4:00 PM ET, without any extension. This amendment provides guidelines for offerors on how to acknowledge receipt, and details the authority under which the changes are made. The document emphasizes the importance of proper acknowledgment to avoid rejections of offers. Overall, this amendment reflects the ongoing efforts of the Department of Veterans Affairs to ensure procurement processes are clear, organized, and adequately documented while maintaining deadlines for contractors seeking to engage with the VA.
    The document is an amendment to the solicitation for a Mechanical SATOC (Single Award Task Order Contract) associated with the VA Connecticut Healthcare System, specifically addressing necessary clarifications for compliance with VA document requirements. It highlights the removal of references to earlier attachments related to Infection Control Risk Assessment (ICRA) documents, now replaced by the VHA ICRA and VHA PCRA, which are essential for project adherence. The deadline for submitting proposals remains unchanged, confirmed for February 18, 2025, at 4:00 PM ET. This amendment emphasizes the importance of complying with VA regulations and standards for the proposed mechanical project while ensuring all involved parties are appropriately informed of the requirements and deadlines. The document indicates ongoing efforts by the Department of Veterans Affairs to effectively manage and communicate modifications to solicitations, ensuring transparency and clarity for potential contractors.
    The Past Performance Questionnaire (PPQ) serves as a critical tool for evaluating contractor references in response to the Department of Veterans Affairs (VA) Solicitation 36C24125R0036. The document guides offerors in preparing and dispatching a reference questionnaire package for each listed project, essential for assessing past performance in government contracts. Offerors are instructed to gather comprehensive information from clients, including contract details and performance ratings on various criteria, ranging from quality management to compliance and safety measures. Each reference contact is asked to provide performance ratings on a scale of 0 to 5, accompanied by explanations for their evaluations. The questionnaire emphasizes the contractor's adherence to project specifications, timeliness in execution, customer relationships, and compliance with safety and regulatory standards, particularly related to infection control. Ultimately, this structured evaluation process aims to ensure that only competent contractors are chosen for VA contracts, reflecting on their past performances and ensuring accountability in future projects. The confidentiality of the information provided is highlighted, maintaining the sensitivity of the source selection.
    The VA Connecticut Healthcare System is seeking to establish an Indefinite Delivery/Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) to facilitate mechanical construction services at its West Haven and Newington medical centers. This Request for Proposal (RFP) is set aside for Service-Disabled Veteran Owned Small Businesses and pertains specifically to plumbing, heating, and air conditioning projects. The contracts will cover task orders ranging from $2,000 to $1,000,000, with a total contract ceiling of $7,500,000. The primary objectives are to expedite procurement processes for maintenance, repairs, and minor construction jobs while adhering to federal regulations. Task orders will define project scope, and contractors are expected to provide materials and labor as specified. Contractors will also implement quality control, safety measures, and compliance with all relevant laws and standards. Performance monitoring, including daily reports and regular inspections, will ensure successful project execution. The structured process includes pre-construction conferences to align expectations and facilitate smooth operations within occupied facilities. This initiative underscores the VA's commitment to timely improvements in healthcare infrastructure while promoting veteran entrepreneurship.
    The VHA Infection Control Risk Assessment (ICRA) template serves as a fundamental guideline for conducting infection risk assessments during construction, renovation, and maintenance activities within facilities. The document outlines procedures for categorizing activities and evaluating patient risk to establish appropriate infection control measures. It divides activities into four categories (A, B, C, D) based on factors such as duration and potential for dust and debris generation. The assessment process involves identifying affected areas and their associated patient risk categories, which define the level of infection control precautions needed (I, II, III, IV). For each activity level, specific control measures are mandated, including dust management, barrier construction, and HVAC isolation, ensuring infection risks are minimized during construction efforts. The document also emphasizes the requirement for a permit for higher categories, reinforcing the importance of thorough compliance. At project completion, additional cleaning and verification procedures are outlined before lifting infection control measures. The ICRA template reflects the VHA's commitment to maintaining patient safety and preventing infections during healthcare facility construction activities, highlighting the integration of healthcare standards into federal and state construction regulations.
    The VHA Pre-Construction Risk Assessment (PCRA) document serves as a comprehensive guide for conducting risk assessments related to construction, renovation, and maintenance activities within healthcare facilities. It outlines the minimum requirements for categorizing various activity types and their associated safety risks, aimed at ensuring the safety of patients, employees, and contractors. The document emphasizes effective communication and coordination plans from the planning phase and highlights control measures that must be in place based on the complexity of the activity—ranging from minor inspections to large-scale renovations lasting more than six months. A critical component is the inclusion of an Infection Control Risk Assessment (ICRA), to address any potential patient infection risks that may arise from construction activities. The text further segments activity types into categories such as Inspection/Upkeep, Small-scale, and Large-scale, detailing specific safety protocols, hazard communication, site inspections, and necessary permits for each. Overall, the PCRA template reflects the VA's commitment to ensuring that construction activities do not disrupt healthcare services and adhere to safety and regulatory compliance standards, thereby safeguarding the health of all facility occupants.
    Similar Opportunities
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    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.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to correct deficiencies in the chiller plant at the Coatesville VAMC in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to address the deficiencies as outlined in the scope of work, drawings, and specifications. This project is crucial for maintaining the operational efficiency of the facility's heating and cooling systems, with a contract value estimated between $250,000 and $500,000. Interested bidders must ensure they are registered in the System for Award Management (SAM) and comply with all relevant certification and regulatory requirements. The solicitation documents will be available for download on SAM.GOV around December 12, 2025, and inquiries should be directed to Contract Specialist Kevin Rodgers at kevin.rodgers2@va.gov or by phone at 215-823-5800.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.