Z1DZ--SATOC Mechanical (VA-24-00094556)
ID: 36C24125R0036Type: Solicitation
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
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 6, 2025, 12:00 AM UTC
  3. 3
    Due Feb 18, 2025, 9:00 PM UTC
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 specifically for plumbing, heating, and air conditioning projects, with a total contract ceiling of $7,500,000 over a five-year period. The initiative is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with federal regulations, safety protocols, and quality assurance standards throughout the execution of task orders ranging from $2,000 to $1,000,000. Proposals must be submitted electronically by February 18, 2025, at 4:00 PM ET, and interested contractors 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
Feb 6, 2025, 5:08 PM UTC
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.
Feb 6, 2025, 5:08 PM UTC
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.
Dec 4, 2024, 9:18 PM UTC
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.
Feb 6, 2025, 5:08 PM UTC
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.
Feb 6, 2025, 5:08 PM UTC
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.
Feb 6, 2025, 5:08 PM UTC
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.
Feb 6, 2025, 5:08 PM UTC
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.
Feb 6, 2025, 5:08 PM UTC
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.
Feb 6, 2025, 5:08 PM UTC
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.
Feb 6, 2025, 5:08 PM UTC
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.
Feb 6, 2025, 5:08 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
679-22-106 Replace HVAC Various Buildings
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of HVAC systems in various buildings at the Tuscaloosa VA Medical Center in Alabama. The project aims to enhance the heating, ventilation, and air conditioning systems to ensure compliance with safety and quality standards while minimizing disruptions to patient care operations. This initiative reflects the government's commitment to improving healthcare environments for veterans and supporting veteran-owned businesses in federal contracting. Interested contractors must submit their proposals by April 10, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joyce Powers at joyce.powers1@va.gov.
4120--B15 HVAC Equipment Procurement
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to supply four split system air conditioning units and necessary installation components for Building 15 at the VA Medical Center in West Haven, Connecticut. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to replace outdated heating and ventilating systems, ensuring compliance with relevant safety standards and building codes. Interested parties must submit their quotations by April 11, 2025, including a completed price schedule and necessary certifications via the System for Award Management, with evaluations prioritizing price and SDVOSB status. For further inquiries, vendors can contact Nathan Langone at Nathan.Langone@va.gov or by phone at 603-624-4366.
Y1DA--589A5-25-192 REPLACE B1 STEAM TRAPS, EK
Buyer not available
The Department of Veterans Affairs is seeking proposals for the project titled "Replace B1 Steam Traps" at the Colmery-O’Neil VA Medical Center in Topeka, Kansas. The objective of this procurement is to replace steam traps in Building 1, with an estimated project cost ranging from $25,000,000 to $100,000,000, and a performance period of 60 days from the notice to proceed. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested contractors must submit their proposals by April 10, 2025, at 2:00 PM Central Time, and are encouraged to attend a mandatory site visit on March 25, 2025. For further inquiries, potential bidders can contact Contracting Officer Tim Fitzgerald at timothy.fitzgerald@va.gov or by phone at 913-946-1145.
Z1DA--Project 667-25-185 CON Install VAV Boxes Surgery Storage
Buyer not available
The Department of Veterans Affairs is soliciting proposals for Project 667-25-185, which involves the installation of Variable Air Volume (VAV) boxes in the Surgery Storage area at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The project aims to enhance HVAC control to address temperature and humidity issues, ensuring a safe and functional environment for medical procedures. Eligible contractors must be certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be evaluated based on qualifications, past performance, and pricing, with a project value estimated between $50,000 and $100,000. Proposals are due by April 29, 2025, at 2:00 PM, and interested parties should contact Contracting Officer Beth A. Cook at Beth.Cook@va.gov or 228-354-7576 for further information.
Z1DA--Bldg 60 VAV Box Replacement Wing A and Wing B
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of Variable Air Volume (VAV) boxes at Building 60 within the Dallas VA Health Care System. This presolicitation notice invites bids specifically from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as mandated by FAR regulations, and emphasizes the importance of verifying SDVOSB status through the Dynamic Small Business Search prior to proposal submission. The project, which falls under the NAICS code 238220, has an estimated magnitude between $500,000 and $1 million, highlighting its significance in maintaining the VA healthcare infrastructure. Interested contractors should direct inquiries to Contract Specialist Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732, with a response deadline set for May 2, 2025.
Z2DA--STX Upgrade HVAC ALMD Lab 671-22-190
Buyer not available
The Department of Veterans Affairs (VA) is preparing to issue an Invitation for Bids (IFB) for the upgrade of HVAC systems in the 1st Floor Lab of the Audie L. Murphy VA Hospital located in San Antonio, Texas. This project entails general construction services, including alterations and the removal of existing utilities, with a contract value estimated between $1 million and $2 million. The initiative is part of the VA's commitment to enhancing healthcare facilities for veterans and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation is expected to be released on SAM.gov around April 30, 2025, with bid openings anticipated for July 30, 2025. Interested bidders must ensure compliance with specific requirements, including a current VETS 4212 report and registration in SAM and SBA's VetCert platform, to have their proposals deemed responsive. For further inquiries, contact Cheryl Clark, Contract Specialist, at cheryl.clark4@va.gov.
N045--Multiple Valve Repairs for VA Palo Alto, CA. In Accordance with the Statement of Work. *SDVOSB or VOSB set-aside
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for multiple valve repairs at the VA Palo Alto Health Care System, with a focus on Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB). The project involves comprehensive valve repairs, requiring contractors to provide personnel, equipment, and materials within 30 calendar days of receiving the notice to proceed, while adhering to safety standards and minimizing disruption to patients. This initiative underscores the VA's commitment to maintaining essential mechanical systems within its facilities, ensuring operational efficiency and safety. Interested parties must submit their capability information to Contracting Officer John Da Silva by email at John.Dasilva@VA.gov by April 2, 2025, at 10:00 AM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
4120--CTX BAS OEM Replacement Parts
Buyer not available
The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide OEM replacement parts for the Central Texas Veterans Health Care Facility. The procurement includes the supply of certified parts such as 8 PT VAV actuators and differential pressure sensors, with a focus on compliance with safety regulations and industry standards. This contract is crucial for maintaining the facility's operational efficiency and ensuring high-quality service delivery to veterans. Interested parties must submit their responses by April 9, 2025, at 10 AM Central Time, and can contact Contract Specialist Abduel Sanford at ABDUEL.SANFORD@VA.GOV or (254) 922-1975 for further information.
Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
Buyer not available
The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL, under Project Number 556-23-104. This project requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1 million and $2 million, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. The work is critical for maintaining operational efficiency and safety standards within the healthcare facility, ensuring compliance with federal regulations throughout the construction process. Interested bidders must submit their proposals electronically by April 7, 2025, at 10:00 AM local time, with a virtual bid opening scheduled for the same day at 11:00 AM. For further inquiries, contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
Z1DA--Battle Creek JOC IDIQ 515-24-500
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract titled "Battle Creek JOC IDIQ 515-24-500," aimed at providing general construction services at the Battle Creek VA Medical Center in Michigan. This opportunity is specifically available for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 236220, with project values ranging from $2,000 to $750,000 over a five-year period. The procurement process emphasizes compliance with safety regulations, including OSHA standards, and requires contractors to submit proposals electronically by April 24, 2025, including detailed pricing, past performance information, and adherence to subcontracting limitations. Interested parties can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.