SOLICITATION NOTICE
H -- Fire and Smoke Damper Inspection and Service Contract
- Notice Date
- 11/4/2025 12:03:54 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0052
- Response Due
- 11/14/2025 2:00:00 PM
- Archive Date
- 01/13/2026
- Point of Contact
- Kenya R Mitchell, Contract Specialist, Phone: 860-666-6951
- E-Mail Address
-
Kenya.Mitchell1@va.gov
(Kenya.Mitchell1@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 04/18/2025 Revision: 02 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is set-aside for SDVOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 541350, with a small business size standard of $11.5 Million. The FSC/PSC is H341. The Togus VAMC located at 1 VA Center, Augusta ME 04330 is seeking a vendor capable of providing Fire Damper Inventory and Testing services. All interested companies shall provide quotations for the following: Supplies/Services ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Fire Damper Inventory and Testing Period: Base 1.00 YR __________________ __________________ 1001 Fire Damper Inventory and Testing Period: OY 1 1.00 YR __________________ __________________ 2001 Fire Damper Inventory and Testing Period: OY 2 1.00 YR __________________ __________________ 3001 Fire Damper Inventory and Testing Period: OY 3 1.00 YR __________________ __________________ 4001 Fire Damper Inventory and Testing Period: OY 4 1.00 YR __________________ __________________ GRAND TOTAL __________________ PERFORMANCE WORK STATEMENT DEPARTMENT OF VETERANS AFFAIRS Fire Damper Inventory and Testing Successful bidder will test all fire/smoke dampers in the air distribution systems for B200, B200E (including new SCA addition), B203, B204, B205, B206, B207, and B248. Location of dampers are marked with stickers on the ceiling grid. Previously completed survey of existing fire/smoke dampers is included in Attachments 1-8 with the locations of each damper shown in Attachment 9. Damper locations for the newly completed SCA addition are included in attachment 10. Majority of testing will occur Monday through Friday between 7 am and 3:30 pm unless otherwise coordinated in advance with the COR. Nights or weekend will be required in the following spaces. Sections highlighted in yellow must have working surfaces covered in in plastic before opening any ceiling tiles or access pannels B200 2S clinic (Surgery), 2N SCI Clinic, Blood Draw 2-SD-014 2-SD-016 2-FD-012 2-FD-013 2-FD-015 2-SD-005 2-SD-006 2-SD-007 2-SD-008 2-SD-009 2-SD-010 2-SD-011 5S Endo, 5N Dental 5-FD-010 5-FD-011 5-FD-012 5-FD-013 5-FD-014 5-FD-015 5-FD-016 5-FD-017 B200E 1st Nuc Med, SPS 1-FD-001 1-FD-002 1-FD-003 1-FD-004 1-FD-005 1-FD-006 1-FD-007 1-FD-008 1-FD-009 1-FD-010 2nd PT, ENT 2-FD-016 2-FD-017 3rd Floor OR 3-SD-001 3-SD-002 3-SD-003 3-SD-013 3-SD-014 B204 1ST and 2ND Floor (Nights only no weekend option) 1-FD-001 2-FD-002 2-SD-001 B205 2nd Floor 2-FD-003 2-SD-004 B206 1 1st Floor Clinical 1-FD-002 1-SD-001 1-SD-003 1-SD-004 Final submission, review and approval of schedule will be required after award and prior to the start of the onsite survey. Only two ceiling tiles at a time may be dislodged as part of the testing effort. No open ceiling tile/access panel or ladder may be left unattended. Do not open ceiling tiles in a patient space while patient is in the space. Coordinate with the COR when ceiling tiles need to be accessing in occupied inpatient spaces. Contractor shall obtain and wear/display at all times VA Temp badge. Deliverable: Two hard copy 3-ring bound printed reports that include testing results Two CD copies of report including drawings in Auto cadd and pdf format. Period of Performance: Field work to be completed in 60 calendar days. Deliverables to be received 14 calendar days after completion of field work. Total period of performance from contract award to close out 90 calendar days. Attachments: Attachment 1 - Togus VAMC Building 200 Damper Inspection Report - 2022 Attachment 2 - Togus VAMC Building 200E Damper Inspection Report - 2022 Attachment 3 - Togus VAMC Building 203 Damper Inspection Report - 2022 Attachment 4 - Togus VAMC Building 204 Damper Inspection Report - 2022 Attachment 5 - Togus VAMC Building 205 Damper Inspection Report - 2022 Attachment 6 - Togus VAMC Building 206 Damper Inspection Report - 2022 Attachment 7 - Togus VAMC Building 207 Damper Inspection Report - 2022 Attachment 8 - Togus VAMC Building 248 Damper Inspection Report 2022 Attachment 9 - Damper Location no B255 B232 or B210 Attachment 10 - Ductwork Drawings SCA Place of Performance/Place of Delivery Address: 1 VA Center, Augusta ME Postal Code: 04330 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services [Attention CO: www.sam.gov registration is required to be complete at time of submission of response.] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1)� Insert the provision at� 52.212-2, Evaluation-Commercial Products� and� Commercial Services, in� solicitations� for� commercial products� or� commercial services� (see� 12.602); or (2)� Include a similar provision containing all evaluation factors required by� 13.106,� subpart� 14.2� or� subpart� 15.3, as an addendum (see� 12.302(d)).] The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) 852.219-73 - VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses. 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction The following clauses are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note), 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328), 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) ( 31 U.S.C. 6101 note), 52.219-28, 52.219-33, Nonmanufacturer Rule (SEP 2021), 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (SEP 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020), 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021), 52.222-41, Service Contract Labor Standards (AUG 2018), All quoters shall submit the following: (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) 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 Friday, 07 November 2025 at 5:00 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. (3) 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. All quotes shall be sent to Kenya.Mitchell1@va.gov and Tyler.Kenyon@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award The following are the decision factors: The Government will evaluate quotations based on the following factors: Price, Technical Capability, Past Performance, and Certification. 1. Price: Price will be evaluated to determine reasonableness in accordance with FAR 13.106-3(a). The quotation offering the lowest total evaluated price that is determined to be technically acceptable will be considered for award. 2. Technical Capability: Technical capability will be evaluated on an acceptable/unacceptable basis to determine the vendor s ability to meet or exceed the minimum performance, design, and functional requirements identified in the Statement of Work for Fire Damper Inventory and Testing services.. 3. Past Performance: Past performance will be evaluated on an acceptable/unacceptable basis to determine the vendor s demonstrated record of performance on contracts of similar scope, size, and complexity. The Government may use information provided by the offeror, as well as information obtained from other sources known to the Government. 4. Certification: Certification will be evaluated on an acceptable/unacceptable basis to ensure compliance with applicable industry standards and manufacturer qualifications necessary for providing Fire Damper Inventory and Testing services. Award will be made to the responsible vendor whose quotation is determined to be technically acceptable and offers the lowest evaluated price to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 52.212-1 Instructions to Offerors Commercial Products and Commercial Services To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Friday, 14 November 2025 by 5:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Kenya.Mitchell1@va.gov and Tyler Kenyon@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d659314fee194bc395f347311dcf9feb/view)
- Place of Performance
- Address: Togus VAMC 1 VA Center, Augusta 04330, USA
- Zip Code: 04330
- Country: USA
- Zip Code: 04330
- Record
- SN07634494-F 20251106/251104230032 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |