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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.
    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--36C26125Q0299 PAD Cooling Tower Repair
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the repair of cooling towers at the VA Palo Alto Healthcare System, with a contract exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves critical repairs to cooling tower components, including gear box bearings, motors, support frames, and fan blades, which must be completed within a 15-day timeframe. This initiative underscores the VA's commitment to enhancing infrastructure and supporting veteran-owned businesses in the procurement process. Interested contractors should note that proposals are due by March 10, 2025, and must acknowledge receipt of amendments to the solicitation, with a total estimated project value of $45 million. For inquiries, contact Contract Specialist Alex D Arter at alex.arter@va.gov.
    Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the HVAC system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days following the notice to proceed. The project is critical for enhancing healthcare services within the facility, ensuring a safe and efficient environment for patient care, particularly in the hemodialysis unit. Interested contractors must submit their proposals by March 13, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042 for further information.
    41--Design-Build, Upgrade Heating, ventilating, and Air Conditioning (HVAC) System, Building 213
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Belvoir, Virginia, is seeking qualified small businesses to provide design-build services for upgrading the Heating, Ventilating, and Air Conditioning (HVAC) system at Building 213. The project entails comprehensive HVAC maintenance, including preventative care, cleaning, and repair services, specifically at Arlington National Cemetery and the U.S. Soldiers’ and Airmen’s Home National Cemetery, which hold significant historical and symbolic value. Interested firms must submit their capabilities and relevant experiences by March 10, 2025, to the designated contract specialists, Edward Faison and Oswald Pascal, via email, as this opportunity is set aside for small businesses under the NAICS code 238220.
    J045--788-MM25-0002-Mold Testing, Air Quality Testing, Remediation and Cleaning of Air systems. Remediation/Abatement of all affected water/moisture induced areas.
    Buyer not available
    The Department of Veterans Affairs is seeking to procure HVAC repair services, specifically focusing on mold testing, air quality testing, and remediation at the Georgia and Tallahassee National Cemeteries. The contract will be awarded to Venergy Group, LLC, a verified Service-Disabled Veteran-Owned Small Business, to ensure timely execution and minimize disruption to government operations. This procurement is critical for maintaining the health and safety standards of the National Shrine, with a performance period estimated to last 141 days following notification. Interested parties may submit capability statements via email by March 7, 2025, although this notice does not invite competitive bids, and the government will not reimburse any associated costs.
    4120--Portable HVAC Units
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement of portable HVAC units for the Prescott Healthcare System in Arizona. The requirements include one indoor/outdoor portable air conditioner with heating capability (270,000 BTU) and two cooling-only units (135,000 BTU), along with necessary ducting and electrical connections, emphasizing the need for quality and compliance with safety standards. This procurement is critical for maintaining operational capabilities in healthcare services, particularly during HVAC system failures. Interested vendors must submit their proposals by March 7, 2025, at 10:00 AM Pacific Time, with delivery expected by May 23, 2025. For inquiries, contact Contract Specialist Hestia Sim at Hestia.Sim@va.gov.
    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.
    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 qualified contractors for the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) systems 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 the facility's HVAC infrastructure, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated value between $10 million and $20 million, and a performance period of 540 to 900 days following the notice to proceed. Interested parties must submit their proposals by March 13, 2025, and can direct inquiries to Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or by phone at 913-758-9912.
    Chiller Maintenance - VA Long Beach Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventative chiller maintenance services for the VA Long Beach Healthcare System in California. The procurement aims to identify small businesses, particularly those owned by veterans, capable of performing annual and quarterly maintenance on six chillers, with a contract anticipated to span a 12-month base period and four optional renewal years. This maintenance is crucial for ensuring operational efficiency and compliance with federal standards, while adhering to VHA safety policies and minimizing disruption to healthcare operations. Interested parties must submit their qualifications, capabilities statements, and sample price quotes by March 7, 2025, to Contract Specialist Melissa Serrato at Melissa.Serrato@va.gov.