Combined Synopsis Solicitation Northampton VAMC Testing and Air Balancing (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 36C24125Q0841 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 2025-04. (iv) This requirement is being issued as an VOSB/SDVOSB set-aside. The associated NAICS 238220 and small business size standard is $16.5 million. (v) The Government intends to award a firm-fixed price award for Testing and Air Balancing at the Northampton 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 Testing and Air Balancing IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details. (vii) The Place of Performance is Northampton MA 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 Sept 9 2025 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 Sept 12 2025 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 Testing and Air Balancing 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 Background: The Edward P. Boland Veterans Affairs Medical Center requests testing, adjusting, and balancing (TAB) services for our Sterile Supply, Clean Supply, Soiled Utility, and other small rooms that have specific HVAC requirements. This contract will provide National Environmental Balancing Bureau (NEBB) certified TAB services. Must abide by the VA HVAC Design Manual. Scope of Work: The Contractor shall furnish all labor, materials, equipment, and expertise necessary to perform the testing, adjusting, and balancing (TAB) services for our listed rooms and locations. This contract request is for a NEBB certified service contractor specializing in testing, adjusting, and balancing (TAB) services to complete all required services and provide a written report. This service will be required annually. Location(s): Edward P. Boland VAMC Campus, 421 North Main Street, Leeds, MA, 01053 VA Clinic Belmont St Worcester, MA VA Clinic 377 Plantation St, Worcester, MA 01605 VA Clinic 881 Main St, Fitchburg, MA 01420 VA Clinic 143 Munson St, Greenfield, MA 01301 VA Clinic 78 Center St 2nd Floor, Pittsfield, MA 01201 VA Clinic 25 Bond St, Springfield, MA 01104 Period of Performance: Within 60 days from award. Certification Requirements: The Contractor shall obtain all necessary licenses and permits necessary to perform the work under the contract, prior to award. Licenses and permits shall be submitted as supplemental documents with offer(s) to the solicitation. Specific Tasks: Schedule: All work to be performed during the normal business hours of 8:00 am 3:30 pm Monday through Friday except federal holidays. Contractor shall submit written schedule proposal to the COR and/or Office Manager for approval, prior to commencing. NOTE: The CO, COR, & Facilities reserves the right to limit, or otherwise reschedule access to the site for services to allow for meetings and/or other previously unscheduled events. Forty-eight (48) hours notice will be given to the contractor for all unscheduled events. The inventory of rooms is below. Part of this contract will be an initial inspection of mechanical units servicing and present in the rooms including but not limited to registers, grills, diffusers, terminal units, stations ventilators. This inspection list will be validated by the VA COR prior to TAB. See https://vatilms.va.gov/vatilms/reports for HVAC Design Guide for tables on requirements for these rooms and other applicable TAB information. TAB contractor must ensure the department meets the design guide when complete. Report: Full report will be completed to include all findings and where deficient construction / service courses of action to make space fully compliant. This shall be provided prior to invoice. It will clearly demonstrate design and measured CFM as well as air changes per hour including amount of outside air where practicable. There shall be clear pass fail IAW design guide requirements. Safety: The Contractor shall abide by all VAMC safety policies, VA directives, and OSHA regulations and shall discontinue work in case of emergency or adverse reactions to chemicals or fumes by patients/staff. Contractor shall coordinate with VA's COR (at least 24 hours in advance) before removing any proprietary equipment from VA owned property during the entire period of performance of this Post-Award / Kick-Off Meeting shall be scheduled for 10 business days after award. Attendance shall be via telephone and include the CO, COR, and contractor POC and other relevant personnel. Inventory of rooms: Functional Area Site Bldg Room Description HVAC Design guide designation Primary Care NHM 1 1002 Dirty Instruments Soiled Utility/Storage Women's Clinic NHM 1 1080 Dirty Instruments Soiled Utility/Storage Women's Clinic NHM 1 1083 Clean Medical Supplies Clean Supply Storage (SRSE1) Primary Care NHM 1 1123 Clean Medical Supplies Clean Supply Storage (SRSE1) Primary Care NHM 1 1143 Clean Linen Clean Utility/Storage Room Dental NHM 1 1240 Clean Medical Supplies Clean Supply Storage (SRSE1) Specialty Care NHM 1 2120 Clean Linen Clean Utility/Storage Room Radiology NHM 1 2120 Clean Medical Supplies Clean Supply Storage (SRSE1) Laboratory NHM 1 2136 Clean Medical Supplies Clean Supply Storage (SRSE1) Specialty Care NHM 1 2228 Clean Medical Supplies Clean Supply Storage (SRSE1) Specialty Care NHM 1 2240 Clean Linen Clean Utility/Storage Room Specialty Care NHM 1 2243 Clean Medical Supplies Clean Supply Storage (SRSE1) Specialty Care NHM 1 2256 Clean Medical Supplies Clean Supply Storage (SRSE1) Specialty Care NHM 1 2276 Dirty Instruments Soiled Utility/Storage Dental NHM 1 1238A Clean Medical Supplies Clean Supply Storage (SRSE1) Community Living Center NHM 1 2WA-21 Clean Linen Clean Utility/Storage Room Community Living Center NHM 1 2WB-61 Dirty Linen Soiled Utility/Storage Community Living Center NHM 1 2WB-62 Clean Linen Clean Utility/Storage Room Community Living Center NHM 1 2WC-39 Clean Medical Supplies Clean Supply Storage (SRSE1) Sterilized Processing NHM 1 B100 Janitor Closet Soiled Utility/Storage Sterilized Processing NHM 1 B103 Clean Medical Supplies Clean Supply Storage (SRSE1) Sterilized Processing NHM 1 B161A Restroom/Changing Room Soiled Utility/Storage Sterilized Processing NHM 1 B162A Restroom/Changing Room Soiled Utility/Storage Sterilized Processing NHM 1 B163 Decon Ante Room Soiled Utility/Storage Sterilized Processing NHM 1 B165 Cart Washing Soiled Utility/Storage Sterilized Processing NHM 1 B167 Pre-Assembly Soiled Utility/Storage Sterilized Processing NHM 1 B168 Clean Storage Soiled Utility/Storage Sterilized Processing NHM 1 B169 Prep Assembly Soiled Utility/Storage Sterilized Processing NHM 1 B170 Decontamination Room Soiled Utility/Storage Sterilized Processing NHM 1 B170A Decon Janitor Closet Soiled Utility/Storage Sterilized Processing NHM 1 B171A Sterilizer Equipment Room Soiled Utility/Storage Med Supply - Bulk NHM 1 B227 Bulk Supplies Clean Supply Storage (SRSE1) Med Supply - Bulk NHM 1 B228 Med Supply Primary Clean Supply Storage (SRSE1) Med Supply - Bulk NHM 1 B228A Bulk Supplies Clean Supply Storage (SRSE1) Med Supply - Bulk NHM 1 B229 Med Supply Primary Clean Supply Storage (SRSE1) Med Supply - Bulk NHM 1 B232 Med Supply Primary Clean Supply Storage (SRSE1) Inpatient Acute NHM 4 107 Clean Medical Supplies & Linen Clean Supply Storage (SRSE1) Inpatient RRTP NHM 4 217 Clean Medical Supplies Clean Supply Storage (SRSE1) Inpatient RRTP NHM 4 227A Clean Linen Clean Utility/Storage Room Kitchen NHM 5 20 Soiled Linen Soiled Utility/Storage Kitchen NHM 5 22 Clean Linen Clean Supply Storage (SRSE1) Inpatient RRTP NHM 9 108 Clean Medical Supplies Clean Supply Storage (SRSE1) Primary Care GOPC N/A 102 Clean Linen/Clean Supply Clean Supply Storage (SRSE1) Primary Care FOPC N/A 155 Clean Linen/Clean Supply Clean Supply Storage (SRSE1) Lab FOPC N/A 161 Clean Supply Clean Supply Storage (SRSE1) ALL SOPC N/A 191 Clean Linen/Clean Supply Clean Supply Storage (SRSE1) Primary Care POPC N/A 240 Clean Linen/Clean Supply Clean Supply Storage (SRSE1) Primary Care WOPC Belmont N/A 1135 Clean Supply Clean Supply Storage (SRSE1) Primary Care WOPC Belmont N/A 1139 Clean Linen/Clean Supply Clean Supply Storage (SRSE1) Lab WOPC Belmont N/A 1301 Clean Supply Clean Supply Storage (SRSE1) ALL WOPC Belmont N/A 1305 Dirty Instruments Soiled Utility/Storage Specialty Care WOPC Plantation N/A 3209 Clean Supply Clean Supply Storage (SRSE1) Specialty Care WOPC Plantation N/A 3217 Clean Supply Clean Supply Storage (SRSE1)