Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS
AI Summary
The Department of Veterans Affairs is seeking quotes for air testing and balancing services at the West Haven VAMC. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals must be submitted electronically by the specified deadline, and the evaluation will consider price, past performance, and technical capabilities.
Combined Synopsis Solicitation West Haven VAMC Air Testing and Balance (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24126Q0291 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01. (iv) This requirement is being issued as a VOSB/SDVOSB set-aside. The associated NAICS 238310 and small business size standard is $16.5 million. (v) The Government intends to award a firm-fixed price award for Air Testing and Balance at West Haven VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary to provide Air Testing and Balance IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details. (vii) The Place of Performance is Newington VAMC as described per the (Performance Work Statement). (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Site Visit: No site visit Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to tnauri.woodbridge@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is March 3, 2026 by 12:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. Past Performance: Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement). Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement). If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Manchester 2015-4019 Rev 23 posted on beta.sam.gov) (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due March 5, 2026 by 10:00 AM EST. RFQ responses must be submitted via email to: tnauri.woodbridge@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Tnauri.Woodbridge@va.gov) ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Base+4 Air Testing and Balance 1.00 JB __________________ __________________ GRAND TOTAL __________________ ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: ATTACHMENT 3 STATEMENT OF WORK TESTING AND AIR BALANCING VA CONNECTICUT HEALTHCARE SYSTEM (VACHS) VA MEDICAL CENTER WEST HAVEN VA MEDICAL CENTER NEWINGTON Maintenance, Repair, and Rebuilding of Equipment Refrigeration, Air Conditioning, and Air Circulating Equipment. BACKGROUND VA Connecticut Healthcare System West Haven and Newington Campuses requires complete Airflow Testing of the rooms listed by building and room number. VACHS is currently seeking services for all labor, materials, transportation, parts, and expertise necessary to provide quarterly and annual testing and air balancing required. JUSTIFICATION Veterans Health Administration (VHA) seeks to continue to improve the operational capabilities by establishing services that result in fewer operational problems, improved communications, increased efficiency within the facility and to improve the quality of services to veterans. LOCATION OF SERVICES VA Medical Center West Haven 950 Campbell Avenue West Haven, CT 06516 VA Medical Center Newington 555 Willard Avenue Newington, CT 06111 PERIOD OF PERFORMANCE Base contract period shall be 05/01/2026 04/30/2027. The contract will also contain the provision for (4) annual option years: Option Year 1: 05/01/2027 04/30/2028 Option Year 2: 05/01/2028 04/30/2029 Option Year 3: 05/01/2029 04/30/2030 Option Year 4: 05/01/2030 04/30/2031 QUALIFICATIONS To be considered eligible for consideration, potential bidders shall have a field service representative located within 200 miles of the West Haven and Newington Campuses of the VA Connecticut Healthcare System and have been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment that he/she is being asked to provide services for. Bidders shall provide upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Contracting Officer s Representative (COR) specifically reserve the right to reject any of the Contractor s personnel and refuse them permission to work on the equipment outlined herein, based upon credentials provided. The service provider shall be either a certified member of AABC, NEBB, or TABB to perform TAB service for HVAC. The service provider shall be a certified firm and have certified professionals on staff. The certification shall be maintained for the entire duration of duties specified herein. If, for any reason the agency loses subject certification during this period, the CO and COR shall be immediately notified, and a corrective action plan submitted for approval. Any agency that has been the subject of disciplinary action by either the AABC, TABB, or NEBB within the five (5) years preceding Contract Award shall not be eligible to perform any work related to this contract. Service Provider: The service provider shall be either a member of AABC or TABB or an experienced technician of the Agency certified by NEBB. The certification shall be maintained for the entire duration of duties specified herein. If, for any reason, the Specialist loses subject certification during this period, immediately notify the CO and COR and submit another Specialist for approval. Any individual that has been the subject of disciplinary action by either the AABC or the NEBB within the five (5) years preceding Contract Award shall not be eligible to perform any duties related to the HVAC systems, including TAB. The service provider will be coordinating, scheduling, and reporting all work related activities and will provide necessary information as required by the COR. The responsibilities include: Complete air balancing to design specifications and manufacturers equipment design standards. Shall directly supervise all testing work. Shall sign the testing reports that bear the seal of the TAB standard. The reports shall be accompanied by report forms and schematic drawings required by the TAB standard, AABC, TABB, or NEBB. Shall make special notations of variances from design quantities which exceeds plus or minus ten percent of design specifications. Shall ensure any holes or openings made in duct work to facilitate testing are plugged, sealed, and labeled for intended purpose upon completion of work. Shall supply all labor, material, equipment, tools, supervision and all incidentals to complete Dispersed Oil Particulate (DOP) testing on all HEPA filters in all Air Handlers/Supply/Return/Exhaust noted herein which contain HEPA filters in the supply/return/exhaust and shall be tested in accordance with current ASHRAE standards in addition to Federal Standard 209E, ISO 14644, IEST RP-006.3 and AFM procedural standard AHFB0607. All leaks shall be sealed by acceptable trade practice and retested to ensure that each system meets the acceptable particle count standards as per the herein referenced standards and codes. Testing shall be completed by the total probe scan method, installation pressure drop testing, monitoring for temperature and humidity, room pressurization testing and air exchanges per hour. Follow all testing work through its satisfactory completion; document all findings and results and submit a detailed work order ticket per unit and/or test at end of the day s work to the COR and VA Contracting Officer. Include the same information in the follow up formal report with clear call outs for findings and recommendations. All technicians performing actual testing work shall be experienced and must have satisfactory performance on a minimum of three projects comparable in size and complexity to this scope. Qualifications must be certified by the Service Provider in writing. The lead technician and all assigned technicians shall be certified by AABC, TABB, or NEBB. Test Equipment Criteria: The instrumentation shall meet the accuracy/calibration requirements established by AABC National Standards, TABB/SMACNA International Standards, or by NEBB Procedural Standards for Testing, Adjusting and Balancing of Environmental Systems and instrument manufacturer. Provide calibration history of the instruments to be used for test and balance purposes as part of every formal report for every unit and/or test. Submit names and qualifications of TAB specialists a minimum of ten (10) business days prior to starting quarterly and annual testing in writing to the COR and the VA Contracting Officer. Subcontracting of ay ensuing award of this solicitation shall not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. SCOPE OF WORK The contractor shall furnish all labor, materials, equipment, tools, supervision, and all incidentals to complete the work for the services described in this document including testing, inspections and unscheduled service calls. Scheduled maintenance shall be completed Monday through Friday outside of regular business hours after 5:00 p.m. and before 6:00 a.m. a minimum notice of three (3) weeks. No work shall be performed on Government Holidays unless an emergency status has been indicated by the VA Contracting Officer. Description of Services: Quarterly and Annual Airflow Testing to maintain compliance with: VHA Directive 1116 Sterile Processing Services (SPS) 2023 ANSI/ASHRAE/ASHE Standard 170-2017 Ventilation of Healthcare Facilities VHA HEFP HVAC Design Manual Rev November 1, 2022. Semi- Annual HEPA filter testing. Schedule and coordinate areas to be tested with the COR and with a three (3) week notice. Provide complete airflow testing and hard copy report to include air changes per hour for each room and pressure relationship to surrounding spaces for the following spaces (see attachment 1 for floor plans showing the locations of each room). West Haven Quarterly Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week SPS Soft Supply Storage 1 SG-173 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Cart Wash 1 SG-191 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Prep 1 SG-192 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Decon 1 SG-193 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Steris Decon Mobile Mobile 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Steris Prep Mobile Mobile 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 2106 8:00 a.m. 4:30 p.m. Saturday - Sunday OR Bulk Storage 1 2216 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3219 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3234 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3258A 8:00 a.m. 4:30 p.m. Saturday - Sunday West Haven Bi-Annual Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week Oncology Infusion 2 5203 8:00 a.m. 4:30 p.m. Saturday - Sunday 8:00 a.m. 4:30 p.m. Saturday - Sunday West Haven Annual Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week SPS Soft Supply Storage 1 SG-173 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Cart Wash 1 SG-191 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Prep 1 SG-192 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Decon 1 SG-193 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Steris Decon Mobile Mobile 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Steris Prep Mobile Mobile 8:00 a.m. 4:30 p.m. Saturday - Sunday Nuclear Med Imaging 1 G144 8:00 a.m. 4:30 p.m. Saturday - Sunday Nuclear Med Imaging 1 G146 8:00 a.m. 4:30 p.m. Saturday - Sunday Inpatient Pharmacy Pharmacy 1 G220 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Biohazard 1 G220C 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Chemo Room 1 G220F 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Buffer Room 1 G220G 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Ante Room 1 G220E 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Clean Prep 1 G220H 4:00 p.m. 11:00 p.m. Monday Friday CATH Lab Scrub Room 1 1109 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Procedure 1 1111 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Control Room 1 1117 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Procedure 1 1115 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Control Room 1 1110 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Cath Storage 1 1107 8:00 a.m. 4:30 p.m. Saturday - Sunday IR Angiography 1 1128 8:00 a.m. 4:30 p.m. Saturday - Sunday IR PAX Room 1 1129 4:00 p.m. 11:00 p.m. Monday Friday IR RAD Storage 1 1130A 8:00 a.m. 4:30 p.m. Saturday - Sunday Blood Lab Clinical Lab 1 1229 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Blood Bank 1 1193 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Blood Bank 1 1195 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Blood Bank 1 1196 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Molecular Diagnostics 1 1197 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Pharma Cogenetics 1 1202 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Media Prep 1 1203 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Media Prep 1 1205 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Microbiology 1 1208 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Molecular Diagnostics 1 1213 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Microscopy 1 1185 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Surgical Anatomic Pathology 1 1180 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Histology 1 1175 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Cytology 1 1174 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Supply 1 1173 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Anatomic Pathology 1 1169 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Lab 1 1165 4:00 p.m. 11:00 p.m. Monday Friday SICU Isolation Room 1 3119 4:00 p.m. 11:00 p.m. Monday Friday Endoscopy Scope Storage 1 3194 4:00 p.m. 11:00 p.m. Monday Friday Endoscopy Decon 1 3189A 4:00 p.m. 11:00 p.m. Monday Friday Endoscopy OER/HLD 1 3189B 4:00 p.m. 11:00 p.m. Monday Friday OR RMD Storage 1 2106 8:00 a.m. 4:30 p.m. Saturday - Sunday OR Bulk Storage 1 2216 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3219 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3234 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3258A 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 1 OR Suite 1 3216 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 2 OR Suite 1 3258 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 3 OR Suite 1 3236 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 4 OR Suite 1 3238 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 5 OR Suite 1 3227 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 6 OR Suite 1 3244 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 7 OR Suite 1 3246 8:00 a.m. 4:30 p.m. Saturday - Sunday Pre Op OR Suite 1 3212 8:00 a.m. 4:30 p.m. Saturday - Sunday PACU OR Suite 1 3251 8:00 a.m. 4:30 p.m. Saturday - Sunday FLEX Isolation 1 5167 4:00 p.m. 11:00 p.m. Monday Friday FLEX Isolation 1 5168 4:00 p.m. 11:00 p.m. Monday Friday FLEX Isolation 1 5169 4:00 p.m. 11:00 p.m. Monday Friday MICU Bronch Room 1 5216 4:00 p.m. 11:00 p.m. Monday Friday MICU Isolation 1 5167 4:00 p.m. 11:00 p.m. Monday - Friday 6W Isolation 1 6127 4:00 p.m. 11:00 p.m. Monday Friday 6W Isolation 1 6128 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Treatment Room 2 G123F 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Treatment Room 2 G123D/E 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Treatment Room 2 G123D/E 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Isolation 2 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Isolation 2 4:00 p.m. 11:00 p.m. Monday Friday Outpatient Pharmacy Active Storage 2 2104 4:00 p.m. 11:00 p.m. Monday Friday Outpatient Pharmacy Storage 2 2104D 4:00 p.m. 11:00 p.m. Monday Friday Outpatient Pharmacy Vault 2 2104DA 4:00 p.m. 11:00 p.m. Monday Friday Dental Storage 2 2120 4:00 p.m. 11:00 p.m. Monday Friday Dental Operatory 2 2119 4:00 p.m. 11:00 p.m. Monday Friday Dental Operatory 2 2118 4:00 p.m. 11:00 p.m. Monday Friday Dental Storage 2 2117E 4:00 p.m. 11:00 p.m. Monday Friday Dental Exam 2 2117D 4:00 p.m. 11:00 p.m. Monday Friday Dental Exam 2 2117C 4:00 p.m. 11:00 p.m. Monday Friday Dental Exam 2 2117B 4:00 p.m. 11:00 p.m. Monday Friday Dental Laboratory 2 2117A 4:00 p.m. 11:00 p.m. Monday Friday Dental Storage 2 2116 4:00 p.m. 11:00 p.m. Monday Friday Dental Operatory 2 2116B 4:00 p.m. 11:00 p.m. Monday Friday Dental Operatory 2 2118B 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Office 2 2228 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Mail Room 2 2227 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Office 2 2226 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Lab 2 2224 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Conference 2 2222 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Washroom 2 2220 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Sterilizing 2 2221 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Office 2 2220B 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Media Preparation 2 2219 4:00 p.m. 11:00 p.m. Monday - Friday TB Lab Fume Hood 2 2219 4:00 p.m. 11:00 p.m. Monday - Friday TB Lab Contamination 2 2217 4:00 p.m. 11:00 p.m. Monday - Friday TB lab Lab 2 2216 4:00 p.m. 11:00 p.m. Monday - Friday TB Lab EKR 2 2215 4:00 p.m. 11:00 p.m. Monday - Friday TB Lab Washroom 2 2215A 4:00 p.m. 11:00 p.m. Monday - Friday TB Lab Corridor 2 Corridor 4:00 p.m. 11:00 p.m. Monday - Friday Pharmacy Nursing 2 5202 4:00 p.m. 11:00 p.m. Monday Friday Animal Research Operating Room 2 8134 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Clean Linen 2 8134A 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8135 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Operating Room 2 8136 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Operating Room 2 8136A 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8138 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8140 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8141 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8145 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8147 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8148 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8102 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8104 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8105 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8106 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Operating Room 2 8107 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8108 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8111 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8113 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8115 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8117 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8118 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8119 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8120 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8122 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8123 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8124 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Feed Stock Room 2 8125 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8131 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 5 C252 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 5 C253 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 5 C254 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 27 160 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 27 161 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 27 162 8:00 a.m. 4:30 p.m. Monday - Friday Newington Quarterly Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week SPS Soft Supply Storage 2E B144A 8:00 a.m. 4:30 p.m. Saturday SPS Decon 2E B156 8:00 a.m. 4:30 p.m. Saturday SPS Prep 2E B157 8:00 a.m. 4:30 p.m. Saturday SPS RMD Storage 2E 3100 8:00 a.m. 4:30 p.m. Saturday Newington Annual Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week SPS Soft Supply Storage 2E B144A 8:00 a.m. 4:30 p.m. Saturday SPS Decon 2E B156 8:00 a.m. 4:30 p.m. Saturday SPS Prep 2E B157 8:00 a.m. 4:30 p.m. Saturday SPS RMD Storage 2E 3100 8:00 a.m. 4:30 p.m. Saturday Pharmacy Dispensing/Assembly 2C 2205 8:00 a.m. 4:30 p.m. Saturday Pharmacy Active Storage 2C 2207 8:00 a.m. 4:30 p.m. Saturday Pharmacy Prescription Receiving 2C 2204A 8:00 a.m. 4:30 p.m. Saturday Pharmacy Storage 2C 2121 8:00 a.m. 4:30 p.m. Saturday Pharmacy Prep 2C 2215 8:00 a.m. 4:30 p.m. Saturday Pharmacy Storage 2C 2214 8:00 a.m. 4:30 p.m. Saturday Pharmacy Storage 2C 2123 8:00 a.m. 4:30 p.m. Saturday Pharmacy Storage 2C 2126 8:00 a.m. 4:30 p.m. Saturday Pharmacy Vault 2C 2126A 8:00 a.m. 4:30 p.m. Saturday Dental Storage 2C 2115 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2101 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2112 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2110 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2109 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2108 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2107 8:00 a.m. 4:30 p.m. Saturday Dental Dental Lab 2C 2106 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2105 8:00 a.m. 4:30 p.m. Saturday Dental Accumulation Room 2C 2104 8:00 a.m. 4:30 p.m. Saturday Dental Accumulation Room 2C 2102A 8:00 a.m. 4:30 p.m. Saturday Dental Dental X-Ray 2C 2102 8:00 a.m. 4:30 p.m. Saturday HVAC Systems to be Air Balanced and HEPA DOP Tested West Haven Campus: Mechanical Air Handler Unit and Exhaust Equipment Schedule Building Room Service Area 1 6137M 6 East 1 5150 5 East and South MICU 1 5206 OR 3, 4, 6, 7 1 4260 OR 1, 2, 5, PACU 1 4260 SICU 1 4181 4 West 1 10th Floor Endoscopy 1 2213B OR Storage and EMS Breakroom 1 2222 1st Floor Ultrasound AHU 5 1 2222 OR Locker and Library AHU 6 1 1207 IAQ 1 1218 Hematology 1229 1 Cardiology Roof Cath Lab 2 Room 1111 1 Nuclear Med Roof Cath Lab 1 Room 1115 1 Cardiology Roof 1st Floor Old Psych/ Cardiology 1 Subground SPS 1 Subground SPS 1 Pharmacy Roof Inpatient Pharmacy 1 SG174 SPD Unit 1 SG129 Ground Cardiology/ MRI 1 SS6 Morgue 2 9 Interior Animal Lab 2 8 Exterior Animal Lab Chiller 2 8 7 DNA Lab 2 6 Cancer Center 2 5185 5 West 2 2102 Pharmacy Corridor 2 2120 Dental 2 2113 Penthouse First AHU Front ER 2 2113 Penthouse Middle AHU Dialysis 2 2113 Penthouse End AHU ER Clinic 2 2200 TB Lab 2 G132 Electrical Lockup AHU 2 G139A New Orleans AHU 7 2 G139B AHU 5 2 G139 Switchgear Room 2 G142A Sterile Storage 2 6th Floor AHU 6 2 7th Floor AHU 1 HVAC Systems to be Air Balanced and HEPA DOP Tested Newington Campus: Lab AHU #1 and Exhaust Located B2E Basement SPS AHU #2 and Exhaust Located B2E Basement Dental AHU B2C Penthouse Pharmacy AHU C01 and Exhaust Located B2W Basement Unscheduled/Emergency Service Calls Requirements: Unscheduled service calls shall be performed at the direction of the VA Contracting Officer. The vendor and the VA Contracting Officer will agree on the Scope of Work and labor hours prior to the commencement of work. Emergency service and repairs shall be available on a 24 hour per day basis and will be invoiced at the prevailing straight time or overtime contract customer rate. Vendor shall submit the following associated with unscheduled service calls. Labor Hours: Minimum 6 Hours SUBMITTALS/DELIVERABLES The Service provider shall furnish Certificates of Calibration for all instruments used in conducting the balancing of systems and DOP testing of HEPA filters where applicable including, function, minimum range, minimum accuracy, minimum resolution, manufacturer, model, serial number, frequency of calibration, and date of last calibration. The Service provider shall furnish a detailed written report making special notations of variances from design quantities which exceed plus or minus ten percent of design specifications. The Service provider shall furnish Project Synopsis Detailed Written Report of performance test procedures, Equipment ID, and orientation drawings of each performance test and statistical data analysis with all findings and recommendations clearly called out. The Service provider shall submit two (2) hard copies and electronic copy of all maintenance, testing, and inspection data/reports to the COR within thirty (30) calendar days of completion of work. Billing subject to the receipt and acceptance of testing and reports per service unit. The contractor shall submit any waste manifest documents as applicable with final reports. Work hours and service calls for corrective maintenance shall be as follows: Normal routine service shall occur during normal business hours. 7:30 a.m. to 4:00 p.m., Monday through Friday. Correction/Emergency service shall be provided 24 hours, 7 days per week. During this period, corrective, emergency maintenance will be initiated by the VA Connecticut Healthcare System call to the contractor s service center, which must be acknowledged within 2 hours (per a call back to review details of concerns, suspect causes, and outcomes.) A fully qualified and competent service technician must be on site at the start of the next first shift on Monday Friday to address specific concerns. The equipment and its operation shall be restored to full service within two (2) hours of arriving on the job site, barring extenuating circumstances (e.g., required replacement parts). Full service means that defective parts have been replaced with parts that meet or exceeds the manufacturers original specifications and that the equipment meets or exceeds the manufacturers original performance specifications. c. Annual preventative maintenance work (90%) or better) shall be completed no less than one calendar month before the end of each annual contract period. d. Contractor shall cover all costs for preventative maintenance services for labor and materials (e.g. calibrations of gauges, valves, equipment settings, transmitters and controls including shipping, handling, and freight. e. All labor, materials, parts, and supplies for corrective/emergency maintenance will be paid for by the VA before the material is procured and/or the work is completed, or the contractor may be perceived as proceeding at risk. Contractor shall submit all proposals within two (2) working days of field assessment for determination of issue(s) and acceptance of corrective action plan. f. Authorization to procure and complete corrective/emergency maintenance work shall be per verbal or written direction of the VA Contracting Officer or per Purchase Order Number issuance upon approval and funding of cost for correction) and upon which the contractor shall provide all labor, parts, and or materials necessary for correction/emergency maintenance work. SPECIAL INSTRUCTIONS Contractor Check-in: All employees of the service provider shall comply with VA Security Management Program and obtain permission of the VA Police and restricted from unauthorized access. Upon arrival, the contractor shall sign-in at Building 15 and receive a temporary identification badge prior to performing services at VA Connecticut Healthcare System. The contractor shall wear visible identification always displaying the name and company ID while on site. All site visits shall be coordinated with the VA COR. Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor shall provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced, the name of the representative, and the services performed, and parts replaced and labor hours. The reports shall be delivered within five business days. Per VA Directive 1805, smoking vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service providers and their employees. No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time. VA reserves the right to close down or shut down the facilities and order Service provider employees off the premises in the event of a national emergency. The Service provider may return to the site only with the written approval of the VA Contracting Officer. Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with COR. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA Contracting Officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider s performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to the rules of the Medical Center applicable to their conduct. Execute work in such a manner as to reduce impacts with work being done by others. Billing: Provide COR with a report or statement of work completed and include statements with request for payment. Statement should include service completed and the date each service item was completed. Labor charges shall be billed hourly, and any unused labor totals will be credited back to the VA Medical Center on the next billing cycle, upon receipt of the service report. TERMS AND CONDITIONS User Responsibility: The contractor shall not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. All work is subject to inspection, review and approval by the HVAC Supervisor, Utility System Supervisor, Chief M&O, Chief Engineer, and/or their designees. NARA Records Management Requirements The following standard items relate to records generated in executing this contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C. Chapter 21, 29, 31, and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. The Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. The Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
J041--AIRFLOW TESTING AND BALANCING is a federal acquisition solicitation issued by DEPARTMENT OF VETERANS AFFAIRS. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.