Active Solicitation · DEPARTMENT OF VETERANS AFFAIRS
AI Summary
The Department of Veterans Affairs is seeking vendors for ongoing maintenance and repair of mechanical, plumbing, and electrical systems at various VA Medical Centers in Maryland. Interested parties should have the necessary licenses and capabilities to perform a wide range of services, including plumbing, HVAC-R, and electrical repairs. This is a sources sought notice to identify potential contractors.
Sources Sought Notice Sources Sought Notice Page 8 of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 8 General Summary: Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5 (NCO 5), is issuing this request for information/sources sought notice in order to identify vendors that are interested in and capable of providing maintenance, repair, replacement and/ or demolition of Plumbing Systems, HVAC-R Systems, Mechanical Systems, Electrical Systems, and Control Systems at all Veterans Affairs Maryland Health Care System (VAMHCS) managed facilities. Primary locations are the Baltimore, Loch Raven, and Perry Point VA Medical Centers. Additional information on VAMHCS facilities can be found at https://www.va.gov/maryland-health-care/ . Description of Work: MAINTENANCE AND REPAIR BPA SCOPE OF WORK GENERAL DESCRIPTION OF WORK: Multiple Firm Fixed Unit Price Blanket Purchase Agreements will be awarded for the VA Health Care System in Maryland (VAMHCS). The contractor shall furnish all necessary qualified personnel, supervision, material, equipment and services to perform the tasks in the Statement of Work prepared specifically for each Task Order. The scope of work is for the maintenance, repair, replacement and/ or demolition of Plumbing Systems, HVAC-R Systems, Mechanical Systems, Electrical Systems, and Control Systems that may include ancillary construction and can include but is not limited to the following: Plumbing and Pipe Systems Drain, Waste, and Vents repair, replacement and installation Compressed gas system components, including air, oxygen, and vacuum systems and repair and replacement Medical Center Medical gas analysis and certification Plumbing leak repair Pipe Insulation and labeling Sewer and storm drain, unplugging, clearing, and jetting Unplugging of toilets, urinals, sinks, showers, and leaves Grease trap cleaning Sump pump repair and servicing Steam system testing, repair, replacement, or demolition Heating hot water loop testing and repair Chilled water loop testing and repair Water balance of chilled water and heating hot water Underground fire-line-piping, irrigation-line-piping, and valves repairs and replacement Underground building drains and sewers lines repair and replacement Underground domestic water lines repair and replacement Excavation of underground pipes, lines, and valves to repair or replace Domestic water hot, cold, recirculation lines and valves repair and replacement Backflow device testing and repair Plumbing Fixture installation, replacement, repair, or removal Emergency eye wash and shower repair or replacement Heat exchangers installation, repair, and replacement Water heaters installation, repair, and replacement Pressure vessels welding and certification Pressure vessel installation, repair, and replacement Steam traps, steam valves, steam pumps, condensate pumps, installation, repair, and replacement Water Pumps installation, repair, and replacement Sewer lift stations repairs Reverse Osmosis stations, water softeners, chlorination stations, and water filters installation, repair, and replacement Plumbing Demolition HVAC-R systems Supply, return, and exhaust duct work testing, repair, installation, and demolition Direct Digital Controls parts, comm wire, and software installation, upgrade, repair, and replacement ( Siemens Smart Systems Boland Trane Honeywell) Variable Speed Drives repair and replacement (with ABB Drives) Electric motors repair and replacement Fan repair and replacement VAV and CAV box repair, replacement, and tuning Coil cleaning, repair, and replacement AC Compressor repair, replacement, and maintenance HVAC-R electrical work Chillers repair Dryers, contactors, switches, circuit boards, relays, wire, terminals, disconnects, refrigerants, oils, lubricants, conduit, freeze stat, capacitors, fuses, UV lamps, reversing valve, defrost controls Ice Machines repair and replacement Air Handlers repair and replacement Shafts, bearings, sheaves, belts, filters, frames, skins, doors, hatches, hinges, coils, filter racks, and dampers Actuators Circuit setters Air conditioning, DX Cooling, VRF system repairs Heat pumps repair and replacement Heating, gas valves, gas train, gas piping, furnace, de-humidifier, repair and replacement Humidifiers repair and replacement Cooling towers repair and replacement Fan coils repair and replacement Walk in Cooler-Freezer/Refrigeration, repairs Medical refrigerators and freezers repairs Kitchen refrigeration cabinets and coolers repairs Penetrations through firewalls repairs and fireproofing TAB (testing, adjusting, and air balancing) Filter servicing and cleaning Exhaust fan repairs HVAC-R demolition Repair and Testing of Electrical Systems Cummins Power Generators and controls Caterpillar Power Generators All other Power Generator repairs Transformers Transmission lines Conduits above and below grade Panels, breakers, fuses, circuits switches, relays, and outlets lamps, bulbs, standard and LED General electrical gear and components Elevators and elevator support systems Repair and Testing of Mechanical Systems Medical Air stations, compressors, valves, and equipment Medical air piping systems Medical Vacuum stations, compressors, valves, and equipment Dental Air stations, compressors, valves, and equipment Dental Vacuum stations, compressors, valves, and equipment Dental Amalgamator and heavy metal filters Dental plaster traps repair Medical Bulk Oxygen tanks, valves, fill nozzles, and supply lines Air compressors Equipment stands, supports, and platforms Support Carpentry, general and specialty Concrete forming, pouring, cutting, repair and finishing Framing and roofing Metal framing, substructure s etc. Insulation Drywall and spackling Painting and specialty wall coverings Flooring Doors, windows, and hardware Landscaping, arboriculture, gardening, sprinklers Cabinets Electric security locks and door operators The prime contractor shall hold a current Plumbing contractor license and a current HVAC-R contractor license in Maryland. The prime contractor will warranty all materials, equipment, software and labor required provided by the prime contractor or any sub-contractor working under the prime contractor for one year from the moment the materials, equipment or software is brought online and made operational. The prime contractor shall keep a record of all materials, equipment, and software installed under this SOW to ensure the warranty dates are accurate and discernable based on each task order. The prime contractor will ensure all warranty work is to be carried out in an expeditious manner without delay to completion once a defect is identified in material, equipment, software, or workmanship. The sub-contractors who work under the prime contractor shall carry the appropriate contractor s licensure and certification for the trade/craft work they perform in Maryland under the prime contractor. Sub-contractors such as an; Electrical contractor, Medical Gas Installer-Tester-Certifier, Backflow Device Tester, TAB Contractor, Pharmacy/Lab Hood Tester/Certifier, above ground and underground Utility contractor, Direct Digital Control Contractor, shall have the required factory certification, dealer license, Industry certification, and Contractor licensure to perform work in their specialty trade/craft sufficient to meet all state and specialty codes and requirements. All trade/craft journeyman and apprentice workers who are required to be licensed in Maryland to do their trade/craft work must hold a valid certification issued by Maryland in their specialty trade/craft if they are to be dispatched to the VA Health Care System to perform trade/craft work. Similarly, trade/craft journeyman and apprentice workers must hold valid certification issued by Maryland in their specialty trade/craft if they are to be dispatched to any of the VA community-based clinics located in the Maryland. During the contract period, the facility staff will identify projects for Task Orders that will be issued by the Contracting Officer. The Contracting Officer has the right to withdraw proposed Task Orders before and after the receipt of the Contractor s proposal for the requested Task Orders. All parts, materials, equipment, or software installed at the VA Health Care System must be approved by the VA prior to installation. Any parts, materials, equipment, or software installed without prior approval will be subject to removal and replacement with approved parts, materials, equipment, or software by the prime contractor without additional cost to the VA. All parts, materials, equipment, and software that are installed at the VA must be manufactured of the most recent and relevant edition. No obsolete or legacy parts, materials, equipment, or software will be accepted or installed at the VA Health Care System. The prime contractor will provide the VA with all required contractor, journeyman, and apprentice trade licenses and certifications for the prime contractor and the prime contractor employees. The prime contractor will provide the VA with all required sub-contractor licensure and certifications as well as the licenses and certifications of the sub-contractor s employees who will be dispatched to the VA Health Care System for trade/craft work. The prime contractor will also ensure that anyone who installs, repairs, or replaces, Direct Digital Controls or does any programing of the Direct Digital Controls at the VA Health Care System is a certified Automated Logic Web Control technician who is employed by an authorized Automated Logic Web Control dealer. The prime contractor will ensure that all third-party software and devices installed at the VA Health Care System shall be provided to and become the property of the VA Health Care System. No proprietary software shall be allowed. All software shall be provided to the VA as a fully functional and operational copy; accessible and usable by VA employees, at no extra charge or expense. The prime contractor will understand that any consultation, survey, or project bid work done by the prime contractor or a sub-contractor of the prime contractor will become the exclusive intellectual property of the VA and does not obligate the VA in any way to hire the prime contractor or the prime contractor s subcontractor to perform work based on any consultation, survey, or project bid. The apprentice to journeyman ratio will be one journeyman to one apprentice. The prime contractor may choose to use all journeyman workers. The sub-contractor may choose to use all journeyman workers. The apprentice will be continuously supervised by a journeyman who is onsite working without exception. The apprentice to be supervised by a journeyman must be a fourth- or fifth-year apprentice at minimum. No helper or laborer will be permitted to take the place of an apprentice or be added to the journeyman to apprentice ratio at any time. A fourth-year apprentice is one who has completed the third year of apprenticeship classes with a passing grade and has completed 6000 hours of on-the-job training under the direction of a journeyman worker in the District of Columbia (Washington D.C). PERIOD OF PERFORMANCE AND VALUE: Award will be one 1-year base BPA with four 1-year Options for a total of 5 years. Task Orders shall be based on individual projects. Most of the Task Orders will be awarded between $10,001 and $ 100,000 with a Task Order ceiling of approximately $300,000. The contract capacity is estimated to be $9,000,000.00 throughout the life of the BPA. LOCATIONS: Baltimore VAMC, 10 North Greene Street Baltimore, MD 21201 Baltimore VAMC Annex, 209 W. Fayette St. Baltimore, MD 21201 Loch Raven VAMC, 3901 The Alameda, Baltimore, MD 21218 Fort Meade CBOC, 2479 5th Street, Fort Meade, MD 20755 E. Balt. County CBOC, 5235 King Ave, Franklin Sq Prof. Ctr, Ste 200, Rosedale, MD 21237 Glen Burnie CBOC, 808 Landmark Dr., Suite 128, Glen Burnie, MD 21061 Perry Point VAMC 361 Boiler House Road Perry Point MD 21902 Pocomoke City CBOC, 1701 Market Place, Suite 211, Pocomoke City, MD 21851 Cambridge CBOC, 830 Chesapeake Drive, Cambridge, MD 21613 Response Requirements from Interested & Capable Vendors: NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide maintenance, repair, replacement and/ or demolition of Plumbing Systems, HVAC-R Systems, Mechanical Systems, Electrical Systems, and Control Systems at all Veterans Affairs Maryland Health Care System (VAMHCS) managed facilities. Please respond to this RFI/Sources Sought 36C24526Q0517 with: General Business Information: Business name (including Unique Entity ID (SAM.gov)) Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and Person of contact (including telephone number & email address). Available contract vehicles (GSA FSS, VA SAC/NAC IDIQ, etc.) for use by Department of VA (include applicable NAICS) General Capability Statement Business Capability & Interest to Perform Work: Summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. Brief Summary of VAMHCS locations that your company can service. If you can service all locations, please state that in your response. If you can only service certain locations, please specify which ones. If you refuse to service specific locations, please specify that in your response. Evidence of appropriate licensing to perform work across service locations. Any other recommendations/information for the VISN 5 / NCO 5 contracting team to be aware of while continuing to develop the requirement. Subcontracting Inquiry: Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response: Do you intend to self-perform this effort? If you are located outside the immediate area, how will you self-perform? Or, do you intend to subcontract work under this contract? If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting, if/when applicable? Industry Day / Site-Visit: An in-person Industry Day will be held on Tuesday, June 16, 2026, at the Baltimore, MD VA Medical Center. To confirm your attendance, please submit all information requested in Section C, along with the names, email addresses, and titles of each attendee from your organization. This information is necessary to secure facility clearance and to evaluate your organization s qualifications and suitability for performing work at VAMHCS facilities. Once your information has been received and reviewed, you will receive detailed instructions regarding participation in the Industry Day. Please note that attendance will be at your own expense. Response Instructions: Responses, to include RSVP for industry day, must be submitted by 10:00 AM (ET) May 27th, 2026. Responses to the information requested above must be submitted via email to darren.morris2@va.gov and john.ritter2@va.gov . Please include 36C24526Q0517 in the email subject to ensure that messages aren t overlooked. This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred as a result of a vendor s preparation of responses submitted as a result of this notice. Darren Morris Contracting Officer VHA, NCO 5 Darren.morris@va2.gov
J045--SOURCES SOUGHT / RFI ONLY - VETERANS AFFAIRS MARYLAND HEALTH CARE SYSTEM (VAMHCS) ONGOING MAINTENANCE & REPAIR OF VAMHCS VA MEDICAL CENTER MECHANICAL, PLUMBING, AND ELECTRICAL SYSTEMS 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.