SOURCES SOUGHT NOTICE ONLY: HVAC maintenance services on all units at Sacramento Valley National Cemetery, located at: Sacramento Valley National Cemetery, 5810 Midway Rd, Dixon, CA 95620 -- J041
ID: QSE--36C78625Q50084Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Dec 16, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 16, 2024, 12:00 AM UTC
  3. 3
    Due Dec 20, 2024, 12:00 AM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors to provide HVAC maintenance services at the Sacramento Valley National Cemetery, with the solicitation number 36C78625Q50084. The contract includes a base year and four optional renewal years, requiring a comprehensive HVAC Maintenance Plan that encompasses scheduled inspections and maintenance tasks to ensure optimal performance of the HVAC systems. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the federal government's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by February 4, 2025, and can direct inquiries to Ralph Crum at ralph.crum@va.gov for further information.

Point(s) of Contact
Files
Title
Posted
Jan 31, 2025, 8:05 PM UTC
The document consists of a visitor sign-in sheet for contractors attending an HVAC maintenance walkthrough. It includes spaces for visitors' names, their respective companies, and contact emails. The format suggests a structured approach to logging participants involved in the project, ensuring accountability and communication among contractors. This walkthrough is likely part of a larger initiative related to government contracting for HVAC services. The purpose of such events aligns with federal and local RFP processes, as they often require contractors to demonstrate compliance with maintenance standards and collaborative coordination. This sign-in sheet is a crucial element for tracking stakeholder engagement and ensuring the project's effective execution under government guidelines, emphasizing accountability and systematic oversight in public sector contracting.
Jan 31, 2025, 8:05 PM UTC
This document serves as an addendum to FAR 52.212-1, providing instructions for offerors participating in a competitive solicitation for government contracts. It outlines general guidance for proposal preparation, emphasizing the necessity for completeness and compliance with solicitation requirements. Incomplete submissions may be disqualified, and offers must remain firm for 60 days post-closing. A crucial post-award/pre-performance conference is scheduled for attendees to discuss contract details, and a pre-proposal conference will take place at the Sacramento Valley National Cemetery on January 27, 2025. Offerors must submit proposals via email by January 31, 2025, with specific submission guidelines outlined. Evaluation of offers will focus on Past Performance, Technical Capability, and Price, with past performance weighted most heavily. Offerors are required to provide a detailed HVAC maintenance plan, a list of subcontractors, relevant experience, and qualifications. The government may evaluate options but is not obligated to exercise them. This addendum emphasizes the importance of following instructions in federal procurement processes, ensuring proposals are complete, timely, and address all specified factors for consideration in the competitive award decision.
Jan 31, 2025, 8:05 PM UTC
The document outlines the heating system specifications for the PIC Building and the Maintenance Building within a government project. It details the installation of various HVAC units, including three 5-ton heat pumps, one 6-ton heat pump, and two mini-split systems on the roof of the PIC Building. Additionally, the Maintenance Building will receive one heat pump split system and one mini-split system. This project focuses on upgrading heating systems to meet efficiency and performance standards, which may fall under federal or state funding opportunities for infrastructure improvements or green initiatives. Overall, the specifications provided are critical for contractors responding to the RFPs related to HVAC upgrades, indicating the project's scope and equipment requirements.
Jan 31, 2025, 8:05 PM UTC
The government document pertains to federal and state grant opportunities, specifically focusing on funding available through Requests for Proposals (RFPs) and grants aimed at various initiatives. It outlines the guidelines and eligibility criteria for organizations seeking financial support for their projects. Key topics include the types of projects that qualify for funding, the application process for grants, deadlines for submissions, and the criteria used for evaluating proposals. Additionally, the document emphasizes the importance of compliance with federal regulations and guidelines throughout the grant application and execution process. It serves as a comprehensive resource for stakeholders and organizations aiming to leverage government funds to address community needs, enhance services, and foster development initiatives. The format maintains clarity, ensuring that potential applicants understand the necessary steps and requirements to successfully procure government funding.
Jan 31, 2025, 8:05 PM UTC
The Statement of Work outlines the requirements for HVAC maintenance services at the Sacramento Valley National Cemetery, administered by the National Cemetery Administration (NCA). The contract encompasses a base year with four optional renewal years, mandating a comprehensive HVAC Maintenance Plan that details scheduled monthly, quarterly, and annual maintenance tasks. Key tasks include inspections, filter replacements, coil cleaning, and system checks, with findings reported to the Contracting Officer Representative (COR) within three business days. Additionally, the contractor must adhere to strict operational standards reflective of the cemetery's solemn mission, including maintaining decorum, preventing disturbances during burial ceremonies, and preserving the cleanliness of the grounds. Quality control measures mandate adherence to all applicable federal, state, and local codes, and inspections will be conducted regularly by government personnel. The contractor is responsible for ensuring employee conduct aligns with the cemetery's standards, including proper dress, behavior, and cleanliness on site. Compliance with safety regulations and timely reporting of maintenance activities is critical to uphold the operational integrity of this national shrine.
Jan 31, 2025, 8:05 PM UTC
The Past Performance Questionnaire (PPQ) is designed to evaluate contractors' performance on government contracts as part of the procurement process for federal and state grants and RFPs. It requires contractors to provide their information, contract details, project descriptions, and the percentage of work performed. The client completes sections regarding their role, provides a rating of the contractor's performance, and comments on various performance aspects, including quality, schedule, customer satisfaction, management, cost management, safety, and general compliance. The evaluation uses a rating scale from Exceptional (E) to Unsatisfactory (U), focusing on performance in quality of work, timeliness, customer relations, financial management, and safety adherence. The document encompasses both quantitative and qualitative assessments, ensuring a comprehensive evaluation of contractor reliability and effectiveness. It plays a critical role in determining contractors’ eligibility and suitability for future projects, emphasizing the importance of accountability and performance transparency in government contracting. Overall, the PPQ serves as an essential tool ensuring contractors meet governmental standards while safeguarding taxpayer interests.
Jan 31, 2025, 8:05 PM UTC
The document is an amendment to the solicitation for HVAC maintenance services at the Sacramento Valley National Cemetery, issued by the Department of Veterans Affairs. The amendment, effective from January 31, 2025, modifies certain clauses related to limitations on subcontracting for service contracts. Specifically, it changes the subcontracting obligations from a previous notation to indicate a 75% limit on payments to firms that are not Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Additionally, the closing date for submitting offers is extended to February 4, 2025, to allow vendors adequate time to review the new specifications. The document includes a reference to an attached vendor site visit sign-in sheet and emphasizes the importance of acknowledging this amendment to avoid rejection of offers. Overall, this amendment aims to ensure compliance with federal regulations concerning veteran business participation in service contracts while providing necessary logistical updates for potential contractors.
Jan 31, 2025, 8:05 PM UTC
The document outlines a Request for Proposal (RFP) from the National Cemetery Administration for HVAC maintenance services at the Sacramento Valley National Cemetery. The contract will commence on February 3, 2025, and includes a base year with four option years, requiring the contractor to develop a detailed HVAC maintenance plan. Services will encompass monthly, quarterly, and annual inspections and maintenance tasks for various heat pump systems on-site. The contractor must ensure compliance with local, state, and federal regulations while maintaining the cemetery’s integrity and respect for the veterans interred there. Key requirements include submitting maintenance reports, managing property damage, and ensuring worker conduct reflects the cemetery’s memorial character. The contract is set aside exclusively for small businesses, particularly service-disabled veteran-owned small businesses (SDVOSBs). Compliance with federal regulations related to contracting is emphasized, including limitations on subcontracting and mandatory electronic invoice submissions. The overall aim is to ensure optimal performance of the HVAC equipment, ensuring comfort and functionality for the National Cemetery’s administrative and visiting functions while upholding the decorum necessary for such a sacred space.
Jan 31, 2025, 8:05 PM UTC
This document is an amendment to solicitation number 36C78625Q50084, concerning HVAC maintenance services at the Sacramento Valley National Cemetery. The amendment, effective January 31, 2025, alters the subcontracting limitations specified under VAAR 852.219-75, modifying the provision from section (a)(1)(i) to (a)(1)(iii). The solicitation closing date has been extended to February 4, 2025, at 15:00 PST, allowing vendors additional time to review the changes. The document includes a vendor site visit sign-in roster and highlights several contractual modifications, such as updates to clause references and noted removals. Key points include the contractor's obligation to comply with new subcontracting limitations that restrict payouts to non-VIP-listed small businesses and the necessity for adherence to stipulated compliance documentation regarding subcontracting. This amendment seeks to ensure the integrity of the procurement process while providing transparency and maintaining regulatory standards. Overall, it underscores the federal government's commitment to involve small businesses in government contracts while defining clear limitations on subcontracting practices.
Jan 31, 2025, 8:05 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the strategies for overseeing HVAC maintenance at the Sacramento Valley National Cemetery, ensuring contractor adherence to performance standards. Its purpose is to provide systematic methods for monitoring performance and evaluating whether the contractor meets established service levels as specified in the Statement of Work (SOW) and the contractor’s quality control plan. The QASP delineates the roles of key personnel, including the Contracting Officer (CO) and the Contracting Officer’s Representative (COR), responsible for technical oversight and compliance monitoring. Performance management involves the contractor's quality assurance efforts, with the government representative reviewing performance metrics to determine compliance and incentives. Surveillance techniques include random sampling, complete inspections, and periodic assessments, while documentation through monitoring forms enables tracking of contractor performance. Non-compliance leads to corrective actions and possible stoppage of work until issues are resolved. The document emphasizes the importance of maintaining quality standards and outlines necessary corrective and preventive measures to ensure service levels are met to support mission success and contractual obligations.
Similar Opportunities
Z2DA--657A4-21-800, TF - FCA - Remove and Replace End-of-Life HVAC Infrastructure Building 1
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified contractors for the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) infrastructure at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project, designated as VA Project No. 657A4-21-800, aims to modernize critical HVAC systems to enhance operational efficiency and safety within the facility, with a contract value estimated between $10 million and $20 million. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to supporting veteran-owned enterprises in federal contracting. Interested bidders must submit their proposals by April 15, 2025, and are encouraged to contact Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or 913-758-9912 for further information.
HVAC EQUIPMENT REPAIRS AND REPLACEMENT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for HVAC equipment repairs and replacements at the Pacific Southwest Research Station in Placerville, California. The contract aims to restore operational capacity to the HVAC system by addressing critical issues such as an inoperable hot water boiler and a refrigerant leak in the air handling unit, ensuring compliance with federal standards and enhancing facility performance. This procurement is part of a broader initiative to support small businesses, particularly those owned by women, with a total contract value of $19 million. Interested contractors must submit their bids by April 29, 2025, with a site visit scheduled for April 7, 2025, and can direct inquiries to Henry Barron at henry.d.barron@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
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.
NTX Replacement of Steam Coils
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide HVAC services for the replacement of steam coils at the Dallas VA Medical Center. The project involves the removal of old HVAC units and the installation of new systems, with a budget of $19 million and a completion timeline of 60 days post-award. This procurement is particularly significant as it aims to enhance facilities for veterans while ensuring compliance with federal and VA regulations, with a preference for awards to service-disabled veteran-owned small businesses. Interested contractors must demonstrate prior experience with federal projects and adhere to strict documentation and wage compliance requirements, as outlined in the attached RFQ and wage determination documents. For further inquiries, potential bidders can contact Joseph A. Leyte at joseph.leyte@va.gov or by phone at 210-694-6315.
NSSC HVAC Maintenance Service Contract
Buyer not available
The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the NSSC HVAC Maintenance Service Contract at the Natick Soldier Systems Center in Massachusetts. This procurement involves comprehensive Heating, Ventilation, and Air Conditioning (HVAC) maintenance services, including routine repairs, emergency services, and duct cleaning, under a Firm Fixed Price Requirements contract with a base period of one year and four optional one-year periods, totaling a maximum of five years. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a NAICS code of 238220 and a size standard of $19 million. Interested contractors must coordinate site visits on April 8, 2025, and submit their proposals by the specified deadlines, with inquiries directed to Chris Welsh at richard.c.welsh2.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil.
679-22-106 Replace HVAC Various Buildings
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of HVAC systems in various buildings at the Tuscaloosa VA Medical Center, specifically under project number 679-22-106. This project involves the removal, replacement, and installation of new HVAC systems in Buildings 2 and 46, with a focus on enhancing operational efficiency and compliance with safety standards. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated budget between $1 million and $5 million, and a completion timeline of 365 days from the notice to proceed. Interested contractors should direct inquiries to William Barton or Joyce Powers via email and ensure their proposals are submitted by the extended deadline of April 17, 2025, at 1:00 PM CDT.
Z1DA--Project 667-25-185 CON Install VAV Boxes Surgery Storage
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the installation of Variable Air Volume (VAV) boxes in the Surgery Storage area at the Overton Brooks VA Medical Center in Shreveport, Louisiana, under Project No. 667-25-185. 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 contract value estimated between $50,000 and $100,000. Proposals are due by the specified deadline, and interested parties should contact Contracting Officer Beth A. Cook at Beth.Cook@va.gov or 228-354-7576 for further information.
Z2DZ--Correct MCC B98 Split Unit System
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the removal of variable refrigerant flow (VRF) fan-coil units as part of the Correct MCC B98 Split Unit System project at the VA Northern California Health Care System in McClellan, California. The procurement aims to conduct market research to identify capable contractors who can safely and efficiently complete the demolition work while adhering to strict safety and quality standards, with a project value estimated at less than $25,000. This initiative is crucial for maintaining the operational integrity of healthcare facilities while ensuring compliance with relevant codes and regulations. Interested parties must submit a non-binding statement of interest and demonstrate their qualifications by April 14, 2025, to the Contract Specialist, Kayla Haruguchi, at kayla.haruguchi@va.gov, with a Request for Proposal anticipated to be released by the end of April 2025.
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.
J041--Chiller Preventative and Corrective Maintenance Services
Buyer not available
The Department of Veterans Affairs is seeking proposals for Chiller Preventative and Corrective Maintenance Services at the Southeast Louisiana Veterans Health Care System in New Orleans, LA. The procurement aims to secure a contractor to provide chemical treatment, preventative maintenance, routine and emergency repair services, as well as on-the-job training for government-owned chiller equipment. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 238220, which pertains to plumbing, heating, and air-conditioning contractors. Interested vendors must submit their electronic quotes by April 17, 2025, at 1:00 p.m. Central Standard Time to Rachel.Babin@va.gov, and a site visit is scheduled for April 3, 2025, to facilitate understanding of the project scope.