Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2025 SAM #8748
SOLICITATION NOTICE

H -- Medical Gas Inspection and Certification

Notice Date
11/6/2025 8:37:12 AM
 
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
36C24126Q0061
 
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 621511, with a small business size standard of $41.5 Million. The FSC/PSC is Q702. The White River Junction VAMC is located at 215 N. Main Street, White River Junction VT 05009 is seeking to purchase resources necessary for Medical Gas Inspection Services. All interested companies shall provide quotations for the following: Supplies/Services ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Medical Gas Inspection Service Period: Base 1.00 YR __________________ __________________ 1001 Medical Gas Inspection Service Period: OY 1 1.00 YR __________________ __________________ 2001 Medical Gas Inspection Service Period: OY 2 1.00 YR __________________ __________________ 3001 Medical Gas Inspection Service Period: OY 3 1.00 YR __________________ __________________ 4001 Medical Gas Inspection Service Period: OY 4 1.00 YR __________________ __________________ GRAND TOTAL __________________ PERFORMANCE WORK STATEMENT DEPARTMENT OF VETERANS AFFAIRS Medical Gas Inspection Service Period of Performance: 12 months from date of award with 4 option years. Place of Performance: 215 N. Main Street, White River Junction VT 05009 Provide a complete medical gas inspection in compliance with the National Fire Protection Association (NFPA 99, 2024 edition) and the Joint Commission. Buildings and areas inspected are 200, 200E, 207 and 2ea. bulk oxygen systems. Periods of service: Contractor shall complete all services within the calendar year which inspection/repairs are scheduled. This contract is for year of 2026, with option years 2027, 2028, 2029, and 2030 (5-year). In the event delays are experienced beyond the control of contractor, the schedule may be revised as mutually agreed upon by White River Junction VA Medical Center and contractor. Inspection Services supplied shall provide: A. Inspection Methodology for inspections. B. A report and a list of all discrepancies found during inspection of the medical gas systems in the facility. C. A list of medical gas components and a percentage of actual outlet/inlets inspected. D. A plan to repair or replace parts to ensure patient safety. E. Insurance certificates upon request of the facility. All work shall be certified by professionals licensed to practice: Inspection, testing and verification are mandatory for medical gas work and will be performed by licensed ASSE 6020 Medical Gas Inspectors and ASSE 6030 Medical Gas Verifiers. Optional Outlet/Inlet Repair: If needed at time of inspection or after inspection has identified discrepancies, any additional work performed must be by licensed ASSE 6010 Medical Gas System Installers and ASSE 6040 Medical Gas System Maintenance Personnel. Facilities responsibility: A. The facility shall coordinate with all departments to notify of the medical gas/vacuum system inspection and or repairs to be completed. B. The facility shall supply Inspecting personnel with facility maintenance personnel to unlock secured areas that have medical gas/vacuum systems, or a master key may also be supplied to complete inspection services. C. The facility shall supply contractor badges if facility uses badges for identifying personnel working in the facility. D. The facility shall supply a Purchase Order number for all work being performed. List of items provided for inspection: Medical Gas Sources Medical air compressor, vacuum pumps, gas manifolds, and any other device used to deliver medical gases to patients. 1.Inventoried by location. 2.Leak checked and documented. 3.Recommendations to comply with NFPA 99, 2024 edition Health Care Facilities Code. Master Alarm Panels Alarm panels located at two separate locations throughout the facility. These panels monitor conditions directly from the medical gas sources. 1.Inventoried by location 2.Tested by removing existing pressure switches and other sensing devices to test the actuation points. No interruption of service is necessary if each device is mounted on code compliant demand fittings. 3.Verify proper points are being monitored at each panel. 4.Verify each panel is in the proper locations. 5.Verify proper labeling. Area Alarm Panels Alarm panels that are located throughout the facility that monitor medical gas pressures for the area only. 1.Inventoried by location. 2.Tested by lowering pressure in each zone for each gas and documenting the alarm point. 3.Verify proper location. 4.Verify proper labeling. Zone Valve Boxes Accessible valves typically found in a corridor covered by a plastic window used mostly for emergency purposes. 1.Inventoried by location. 2.Checked for leakage from packing, flange, and gauge port using oxygen safe leak detector. 3.Verify proper labeling. 4.Verify proper locations. Medical Gas Outlets/Inlets Connection points for each gas located mostly in-patient areas. 1.Inventoried by location in each room or area inspected left to right and then top to bottom. 2.Complete an operational pressure test on each outlet and document pass/fail. (Test Parameters per NFPA 99, 2024 edition) 3.Check function of outlet/inlet and latching mechanism. 4.Check for leakage with equipment and without equipment attached. 5.Document connection type and outlet/inlet manufacturer. Oxygen Particulate Analysis Particulate is often found in existing medical gas systems due to improper installation methods that were used in the past. 1.Samples are taken on each floor in each building. Medical Air Dewpoint Analysis Moisture is removed from medical air systems at the source. Periodic Analysis of moisture throughout the facility is important to prevent possible contamination. 1.Samples are taken on each floor in each building. 2.A sample will be taken at the medical air source to compare building samples. Emergency Oxygen Supply Connection Box This box is typically mounted on the outside of a facility to facilitate the back feeding of the oxygen system if there is an interruption in service. 1.Inventoried by location. 2.Check existing location for proper compliance. 3.Check existing piping arrangement to insure proper order of components. 4.Check to make sure box is secured. Testing to ensure all medical gas booms, and columns are leak free Most operating rooms and procedure rooms have some sort of device to help clinical personnel use the medical gases in the middle of the room by the patient. These devices are either medical gas booms or columns. The hoses and threaded connections inside these devices need to be checked periodically to ensure that there are no leaks. 1. All hoses and secondary equipment were removed from the outlets on each boom and column. 2. A test pressure for each system was observed and documented. 3. All medical gas valves were shut over a period of 10-minutes. 4. After the test period of 10-minutes had past the pressure was observed once again. 5. Any pressure drop was recorded. 6. Recommendations will be made to find existing leaks and to make repairs. Per VA Directive 1085, smoking, vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service provider and their employees. Service provider s employees shall not enter the facilities without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the facilities. All employees of the service provider shall comply with VA security management program and obtain permission of the VA police, be identified by service and employer, and restricted from unauthorized access. Service providers are required to have a badge request form filled out for all personnel (employees, sub-service providers, consultants, inspectors, etc.) Who will be on-station. Service provider will bring completed request forms to the project COR for signature. Service provider will then take signed badge requests to the VAME police department for processing prior to starting work on station. No personnel are allowed to perform any work on station before being issued a badge. No personnel are allowed to perform work on station if their badge is expired. 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 s 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 contracting officer. Prior to commencing work onsite, and each year thereafter, all Service providers and their provider personnel shall provide proof of receipt of seasonal influenza vaccination in compliance with VHA Direction 1013. Prior to commencing work onsite, all Service providers and provider personnel shall provide proof of receipt of required COVID vaccinations and boosters in compliance with current VHA Directives. Prior to commencing work onsite, all Service providers and provider personal shall provide proof of receipt of required Tuberculosis testing in compliance with VHA Directive 1131(5), dated June 4th, 2021 Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with Contracting Officer s Representative. Parking shall be first-come first-serve. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the 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 rules of Medical Center applicable to their conduct. Execute work in such a manner as to interfere as little as possible with work being done by others. Provide COR with a report or statement of work completed and include statements with requests for payment. Statement should include service completed and the date each service items was completed. All service providers will sign in and out at engineering upon arrival and departure from station daily. Logbook can be found at B202, 2nd floor engineering. Vendor must obtain a Hot Work Permit from the V.A. Fire Department before conducting any cutting, grinding, or welding operations. Vendor must obtain a Confined Space Permit from Safety before entering a confined space. Vendor must a Lock Out Tag Out Plan (LOTO) before starting work on any equipment that will be out of service or de-energized. Payment processed through Tungsten/IPPS. Invoices to be submitted in draft form digitally to the COR for review prior to submission in Tungsten/IPPS. Invoicing for services rendered. Place of Performance/Place of Delivery Address: 215 N. Main Street, White River Junction VT Postal Code: 05009 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 Monday, 10 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 David.Valenzuela2@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 the Medical Gas Inspection 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 Medical Gas Inspection 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 David.Valenzuela2@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2e6abb747d0641ff8cb390cde206fd35/view)
 
Place of Performance
Address: White River Junction VAMC 215 N. Main Street, White River Junction, VT 05009, USA
Zip Code: 05009
Country: USA
 
Record
SN07636720-F 20251108/251106230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.