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 Apr 17, 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 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
Apr 17, 2025, 11:06 AM 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.
Apr 17, 2025, 11:06 AM 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.
Apr 17, 2025, 11:06 AM 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.
Apr 17, 2025, 11:06 AM 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.
Apr 17, 2025, 11:06 AM 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.
Apr 17, 2025, 11:06 AM 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.
Apr 17, 2025, 11:06 AM 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.
Apr 17, 2025, 11:06 AM 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.
Apr 17, 2025, 11:06 AM 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.
Apr 17, 2025, 11:06 AM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for the expansion of the Emergency Department at the West Roxbury VA Medical Center in Massachusetts, under the VISN 1 Construction Multiple Award Task Order Contract (MATOC). This project, identified as VA Project No. 523A4-20-205, aims to enhance healthcare capabilities by renovating existing facilities, including the installation of new air handlers and the creation of ligature-resistant mental health exam rooms, while ensuring operational continuity during construction. The estimated construction costs range from $2 million to $5 million, with a strong emphasis on participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to Contract Specialist Jacquelyn Wise at jacquelyn.wise@va.gov.
Y1DA--VISN 8 MATOC - CARIBBEAN
Buyer not available
The Department of Veterans Affairs (VA) is preparing to solicit proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) for the Caribbean VA Healthcare System, which will encompass various construction and renovation projects across medical facilities in Puerto Rico and the Virgin Islands. This contract aims to address a wide range of construction disciplines, including the construction, repair, and alteration of facilities, with an estimated total contract value of $700 million and task orders ranging from $1,000 to $50 million. The solicitation is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, and interested contractors must be registered in the System for Award Management (SAM) and certified by the Small Business Administration (SBA). The initial proposal is expected to be issued around May 2025, and all inquiries should be directed to the Contracting Officer via email at katherine.gibney@va.gov or jacquelyn.wise@va.gov.
NTX Replacement of Steam Coils
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide HVAC services for the Dallas VA Medical Center, specifically for the replacement of steam coils. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the Plumbing, Heating, and Air-Conditioning Contractors industry. The deadline for submission of offers has been extended to April 28, 2025, at 11 AM CDT, as per Amendment 0001 to the solicitation number 36C25725Q0463. Interested parties should acknowledge receipt of the amendment and can contact Joseph A. Leyte at joseph.leyte@va.gov or by phone at 210-694-6315 for further information.
Y1DA--531-24-107 | Install New HVAC System Biomed Boise VAMC
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to install a new HVAC system at the Boise Veterans Affairs Medical Center, specifically for the Biomed department in Building 27. The project, identified by contract number 36C26025R0066, is set within a funding range of $25,000 to $100,000 and is designated for small businesses, requiring SBA certification. This installation is critical for maintaining operational efficiency and comfort in a healthcare environment, emphasizing the importance of minimal disruption during the project. Proposals are due by May 20, 2025, following a site visit on April 24, 2025, and must adhere to federal acquisition regulations, including compliance with the Davis-Bacon Act. Interested contractors can contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov for further details.
Z2DA--657-21-114JC - Correct HVAC Systems for VHA Directive 1116.2, JC
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the project titled "Correct HVAC Systems for VHA Directive 1116.2, JC" at the John J. Cochran VA Medical Center in St. Louis, Missouri. This initiative aims to repair and replace existing HVAC systems to meet health and operational standards, ensuring compliance with VHA directives while minimizing disruption to hospital operations. The project is particularly significant as it underscores the VA's commitment to enhancing healthcare infrastructure and supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals are due by May 29, 2025, with a performance period of 550 calendar days post-award. Interested contractors should contact Sean P. Jackson at Sean.Jackson@va.gov for further details.
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.
Z1DA--692-24-105 Replace B211A Chiller
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of the B211A chiller at the Veterans Affairs Southern Oregon Rehabilitation Center. This construction project involves the removal of the existing chiller and installation of a new Dunham Bush ACDR55B model, with a contract value estimated between $500,000 and $1,000,000. The project is critical for maintaining efficient HVAC operations in a specialty care ward, ensuring minimal disruption to ongoing medical services while adhering to strict safety and operational standards. Interested contractors must submit proposals by 12:00 PM PDT on May 2, 2025, and are encouraged to contact Contract Officer Helen Woods at Helen.Woods@va.gov 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--Project 667-25-190 Install Isolation Valves, B1 (Con)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 16, is soliciting proposals for the installation of isolation valves on the domestic water system at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This project, designated as a total Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves critical tasks such as asbestos abatement, installation of valves, and ensuring compliance with health and safety regulations during construction. The estimated project cost ranges from $100,000 to $250,000, with contractors expected to commence work within 10 calendar days of receiving the notice to proceed. Interested contractors must submit their proposals, including detailed pricing and performance bonds, by the specified deadlines, and can direct inquiries to Contract Specialist Jennings Herbst at Jennings.Herbst@va.gov.
Z2DA--Construct New Hybrid Operating Room
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the construction of a new Hybrid Operating Room at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project involves the renovation of approximately 2,000 square feet, including upgrades to electrical, plumbing, and HVAC systems, while ensuring minimal disruption to hospital operations and compliance with stringent safety and health standards. The initiative underscores the VA's commitment to enhancing healthcare infrastructure for veterans, with a focus on modernizing facilities to better serve their needs. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals, demonstrating technical expertise and past performance, by the specified deadlines. For further inquiries, contact Ana G Alvarado at ana.alvarado@va.gov.