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, FAC Number 2025-04. This solicitation is set-aside for Small Business concerns. The associated North American Industrial Classification System (NAICS) code for this procurement is 332911, with a small business size standard of 750 employees. The FSC/PSC is 4820. Medical Gas and Vacuum System Valve Installation Contract Background: The Northport VA Medical Center (NPVAMC) is seeking a qualified contractor certified in American Society of Sanitary Engineering (ASSE) 6010, ASSE 6020, ASSE 6030 and ASSE 6040 to install additional Medical Gas and Vacuum valves to the existing Oxygen Medical Air and Medical Vacuum system for patient care at the Northport VAMC. Northport s Medical Gas and Vacuum System is comprised of Medical Gas and Vacuum Systems that store, generate, and supply oxygen, compressed air, carbon dioxide, nitrous oxide, vacuum and nitrogen to patient care areas and associated alarm panel system. The scope under this contract, the contractor will install sixteen (16) Vacuum and Medical Air Zone Valves and one (1) Vacuum Zone Valve. The contractor will provide all services necessary to install seventeen (17) oxygen/air/vacuum zone valves, at specified locations below by a certified ASSE 6010 NFPA credentialed medical gas installer. The installer will supply all required equipment, tools, and supplies needed to complete the work and meet current standards. Work will be coordinated with the COR consistently to ensure minimal interruption to the affected areas. All interested companies shall provide quotations for the following: Sixteen (16) Vacuum and Medical Air Zone Valves and, One (1) Vacuum Zone Valve. Location within Building 200 Room Numbers Installation Required Unit 34 40-51 Vacuum and Medical Air Zone Valves Unit 34 52-64 Vacuum and Medical Air Zone Valves Unit 32 35-46 Vacuum and Medical Air Zone Valves Unit 32 A3, 18-24 Vacuum and Medical Air Zone Valves Unit 33 & Hemodialysis B3, 5-14 Vacuum and Medical Air Zone Valves Unit 33 & Hemodialysis B3, 17-29& Vacuum and Medical Air Zone Valves Unit 33 & Hemodialysis Hemo Suite, A3. 46-48 Vacuum and Medical Air Zone Valves B2 6-17 Vacuum and Medical Air Zone Valves B2 18-30 Vacuum and Medical Air Zone Valves B2 42-53 Vacuum and Medical Air Zone Valves B2 54-61 Vacuum and Medical Air Zone Valves First Floor A1, 26-29 Vacuum and Medical Air Zone Valves First Floor Cysto Vacuum Zone valves First Floor Pulmonary Vacuum and Medical Air Zone Valves First Floor IR A1-16 Vacuum and Medical Air Zone Valves At minimum the installation will conform to the requirements below. Placement: Install zone valves in accessible corridors or designated areas outside of the patient rooms they serve. Avoid placing valves directly inside patient rooms. Ensure a clear line of sight and easy access to the valve. Accessibility: Mount the valve box at a standard height for easy operation. Provide a visible and removable cover for the valve box. Labeling: Clearly label each zone valve box with the specific area it controls. Use color coding or standardized signage for identification. Wall Separation: Always install the zone valve on a wall that separates it from the patient care area it controls. Compliance with NFPA 99: Refer to the latest version of NFPA 99 for detailed requirements regarding zone valve installation, including specific locations, design, and testing procedures. Important Considerations: System Design: Consult with a qualified medical gas system designer to ensure proper zoning and valve placement based on the layout of the patient care area. Emergency Procedures: Train healthcare staff on the proper operation of zone valves in case of emergency situations requiring isolation of gas supply to specific areas. Regular Maintenance: Establish a maintenance schedule for routine inspections and testing of zone valves to ensure their functionality. Contractor Qualifications: In accordance with VHA Directive 7515(1), the contractor shall be certified in American Society of Sanitary Engineering (ASSE) 6010 for system installations, ASSE 6020 for system inspections, ASSE 6030 for systems verifier, and ASSE 6040 systems maintenance whichever is applicable to the work contracted to perform. The contractor shall be licensed and certified to provide the testing and inspection services specified in this contract. The contractor shall hold a current and valid ASSE Medical Gas Verifier 6030 certification, ensuring all qualifications meet the requirements as stated in the latest version of NFPA 99. Any personnel representing the contractor and performing the actual inspections shall also be qualified to at least meet at the ASSE Medical Gas Verifier 6030 certification level. The Contractor shall provide copies of the certifications upon acceptance of any contract award, or no work shall be performed, nor accepted, until proof of licensing is verified. Contractor shall use testing equipment that is calibrated and adheres to the standards and criteria set forth by the National Institute of Standards and Technology (NIST), as recommended by the ISO-9001 requirements. As proof of current calibration, the Contractor shall provide a Traceable Calibration Certificate to the COR or their designee, presented upon initial contract issuance and each time certificates are updated. Evidence of all required licenses, as well as documentation of the qualifications of personnel, shall be provided to the CO and COR prior to award of the contract. The contractor personnel, while on VA property, shall adhere to all requirements and regulations that govern the VA Health Care System and its property. Among all other requirements, the VA Health Care System and its property is now entirely smoke-free. No weapons are permitted on the premises. Medical masking in all required areas or as requested due to protocols established at time of entry. FACILTY RESTRICTION GUIDELINES General Contractor s employees and sub-contractor employees shall not enter the VA Medical Center site or project site without appropriate VA issued PIV badge. See Construction Security Requirements in the specifications for the full requirements. The GC shall not proceed with mobilization until after Veteran Affairs acceptance of all required submittals. Work areas limited to patient care areas, Emergency Room, Intensive Care Units, Surgical Suite (Operating Room) and other life support patient areas may require delays to the contractor. The contractor shall schedule around required delays by the hospital staff and may have to repeat attempts to complete testing in these areas. These delays shall be coordinated with Contracting officer Representative (COR). All work shall be in accordance with the National Fire Protection Association (NFPA), Compress Gas Association (CGA), Occupational Safety and Health Administration (OSHA), VA standards, and other related codes. All work shall be completed within the calendar year and month specified in the Cost/Price schedule. All work shall be coordinated with the COR in advance. All shutdowns shall be coordinated in advance at least 2 weeks in advance with COR. Shutdown might occur at hours outside of traditional 1st shift, on Holidays, or on weekends. Include such implications in quote. Personnel performing work are subject to all the rules of the NPVAMC. Contractor tools and equipment shall be continuously under direct line of sight supervision of the contractor. No tools or equipment can be left at the individual work sites overnight must put away each day. Contractor shall clean-up work sites Daily. No debris can be left at work sites. No tools or contractor equipment may be left at the work site unattended or outside of working hours. Contractor preforming medical gas testing shall provide all necessary certifications, and other related documentation before the start of testing to COR. Contractor shall visit the work sites and verify all existing conditions and include all such implications in the quote. All work to be completed per provided SOW. SUBCONTRACTORS No portion of the work shall be subcontracted without prior written consent of the Contracting Officer. If the contractor desires to subcontract some part of the work specified herein, the contractor shall furnish the Contracting Officer with the names, qualifications and experience of their proposed subcontractor(s). The contractor shall, however, remain fully liable and responsible for the work to be done by his/her subcontractor(s) and shall assure compliance with all requirements of the contract. HOURS OF OPERATION: Contractor shall perform work Monday through Friday between the hours of 7:00 AM - 3:30 PM EST, excluding Federal holidays, and any other day specifically declared by the President of the United States. For working outside the hours as defined in this contract, the vendor shall give 14-day notice to the Contracting Officer Representative (COR) so that arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. All work to be coordinated around an operational medical center as to minimize impact to patient care. Federal Holidays and National Holidays observed by the VA Hospital are: New Years Day Labor Day Martin Luther King Day Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day Juneteenth WARRANTY Contractor shall provide warranty on the integrity of parts and equipment installed supporting the Medical Gas Delivery and Vacuum System of NPVAMC. The warranty period shall be for one (1) year after completion of work. SAFETY PRECAUTIONS The Contractor shall comply with all applicable Federal, State, and local legal requirements regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially regarding exits and exit way access. Utility shutdowns shall not compromise security, communication, or fire safety for occupants. No flammable liquids shall be stored or used in the medical center. e. The Contractor shall receive from the COR a permit for all cutting, welding, and soldering 24 hours in advance. All permits shall be prominently displayed during all construction. f. All necessary precautions shall be taken by the contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. The Contractor shall comply with a Water Infection Control Risk Assessment (WICRA) which will be developed with the COR and the Infection Control Practitioner assigned to the project at the initial walkthrough. Multiple WICRA's may be necessary to address specific risks at various stages of the project and must be approved prior to proceeding on each phase. The Contractor shall also comply with an Interim Life Safety Measures (ILSM) which will be developed with the COR. INFORMATION SECURITY / PRIVACY / RECORDS MANAGEMENT This contract does not involve access to VA patient/employee information and does not involve access and/or connection to the VA information system. VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information. The Department of Veterans Affairs, VA must comply with all applicable privacy and confidentiality statutes and regulations. One of the requirements in VA is to have all personnel trained annually on privacy requirements. Privacy represents what must be protected by VA in the collection, use, and disclosure of personal information whether the medium is electronic, paper or verbal. This document (20939 training) satisfies the basic privacy training requirement for contractor, volunteer, or other personnel only if the individual does not use VA sensitive information or protected health information (PHI) in any form such as electronic or paper or have access to any VA computer system. The Contracting Officer Representative (COR) is responsible to obtain this training from the contractor and to maintain according to the Records Control Schedule (RCS 10-1). The contractor will provide all services necessary to install seventeen (17) oxygen/air/vacuum zone valves, at specified locations below by a certified ASSE 6010 NFPA credentialed medical gas installer. The installer will supply all required equipment, tools, supplies needed to complete the work and meet current standards, VISN requirements for specifications, state and local regulatory codes. Delivery address is: Department of Veterans Affairs VA Northport Healthcare System 79 Middleville Road Northport, NY 11768 VA Point of Contact: Murphy, Michael L. 631-261-4400 ex. 2925 michael.murphy9@va.gov The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) The following subparagraphs of FAR 52.212-5 are applicable: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JAN 2025) [(DEVIATION FEB 2025)] (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Section 889(a)(1)(A) of Pub. L. 115-232). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community see FAR 3.900(a). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). 52.219-14, Limitations on Subcontracting (OCT 2022) (15 U.S.C. 637s). 52.219-33, Nonmanufacturer Rule (SEP 2021) (15 U.S.C. 637(a)(17)). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2025)(E.O.13126) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-23, Sustainable Products and Services (May 2024) [(DEVIATION FEB 2025)] 52.225-5, Trade Agreements (NOV 2023) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). FAR 52.225-2, Buy American Certificate (OCT 2022) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332). 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.). 52.225-2 Buy American Certificate. As prescribed in 25.1101(a)(2), insert the following provision: Buy American Certificate (Oct 2022) (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, "domestic end product," "end product," and "foreign end product" are defined in the clause of this solicitation entitled "Buy American-Supplies." (b) Foreign End Products: Line Item No. Country of Origin Exceeds 55% domestic content (yes/no) (b)[List as necessary] (c) Domestic end products containing a critical component: Line Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of provision) All quoters shall submit the following: One (1) Quote/Proposal in PDF format One (1) Completed Buy America Certificate in PDF format All quotes shall be sent to the Contracting Officer at: Jonatan.Rondon@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. The following are the decision factors: Technical capability factor meeting or exceeding the requirement, Past performance, and Price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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 (SEP 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition Is set aside for small business and has a value above the simplified acquisition threshold. Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified in this solicitation. Quotes may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show (1) The solicitation number. (2) The time specified in the solicitation for receipt of quotations. (3) The name, address, and telephone number of the quoter. (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. (5) Terms of any express warranty. (6) Price and any discount terms. (7) "Remit to" address, if different than mailing address. (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Quotation Amendments. (10) Past performance information will not be considered in simplified acquisition procurements. (11) Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during pre-award testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2) Any quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the Request for Quote, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h) Multiple awards. The Government may accept issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the quotation, offers may not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by (i) Using the ASSIST feedback module ( https://assist.dla.mil/feedback) or (ii) Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the Request for Quote (RFQ) requires the Contractor to be registered in the System for Award Management (SAM).) The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Quoter's name and address. The Quoter also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Quoter does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Quoter should indicate that it is a planning to submit a quote for a Government Request for Quote (RFQ) when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) 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 July 21st, 2025, at 1600 EST to Jonatan.rondon@va.gov. 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: Jonatan Rondon Jonatan.rondon@va.gov Network Contracting Office 2 VA New York Harbor Healthcare System Margaret Cochran Corbin VA Medical Center 423 East 23rd Street New York, NY 10010 212-686-7500 ex. 16490