Skip to content
Department of Veterans Affairs

J041--Airflow Testing and Balancing

Solicitation: 36C24126Q0343
Notice ID: 644970b331c94d109ce03a33f2858841
TypeCombined Synopsis SolicitationNAICS 238220PSCJ041Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateCTPostedMar 17, 2026, 12:00 AM UTCDueMar 24, 2026, 02:00 PM UTCCloses in 7 days

Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CT. Response deadline: Mar 24, 2026. Industry: NAICS 238220 • PSC J041.

Market snapshot

Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$96,647,420
Sector total $34,990,798,039 • Share 0.3%
Live
Median
$59,789
P10–P90
$16,975$1,849,073
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+4392%($92,438,363)
Deal sizing
$59,789 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CT
Live POP
Place of performance
West Haven VAMC, 950 Campbell Ave • West Haven, CT • 06514
State: CT
Contracting office
Togus, ME • 04330 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CT20260014 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Connecticut • Hartford
Rate
CEMENT MASON/CONCRETE FINISHER
Base $46.09Fringe $36.29
Rate
CARPENTER CARPENTERS, PILEDRIVERS
Base $42.03Fringe $29.19
+83 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 83 more rate previews.
Davis-BaconBest fitstate match
CT20260014 (Rev 1)
Open WD
Published Jan 23, 2026Connecticut • Hartford
Rate
CEMENT MASON/CONCRETE FINISHER
Base $46.09Fringe $36.29
Rate
CARPENTER CARPENTERS, PILEDRIVERS
Base $42.03Fringe $29.19
Rate
DIVER TENDER
Base $42.03Fringe $29.19
+82 more occupation rates in this WD
Davis-Baconstate match
CT20260013 (Rev 1)
Open WD
Published Jan 23, 2026Connecticut • Fairfield
Rate
BRICKLAYER
Base $46.09Fringe $36.29
Rate
CEMENT MASON/CONCRETE FINISHER
Base $46.09Fringe $36.29
Rate
CARPENTER CARPENTER, PILEDRIVER
Base $42.03Fringe $29.19
+81 more occupation rates in this WD
Davis-Baconstate match
CT20260001 (Rev 1)
Open WD
Published Jan 23, 2026Connecticut • Fairfield, Litchfield, Middlesex +3
Rate
Carpenters: CARPENTERS, PILEDRIVERS
Base $42.03Fringe $29.19
Rate
DIVER TENDERS
Base $42.03Fringe $29.19
Rate
DIVERS
Base $50.49Fringe $29.19
+59 more occupation rates in this WD
Service Contract Actexact WD number
2015-4019 (Rev 32)
Open WD
Published Dec 03, 2025National
01000
Administrative Support And Clerical Occupations 01011 - Accounting Clerk I
Base $19.90Fringe $0.00
01012
Accounting Clerk II
Base $22.34Fringe $0.00
01013
Accounting Clerk III
Base $24.99Fringe $0.00
+350 more occupation rates in this WD

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 1 week paid vacation after 1 year of service with a contractor or successor; 2 weeks after 2 years; and 3 weeks after 10 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).

Point of Contact

Name
Tnauri Woodbridge
Email
tnauri.woodbridge@va.gov
Phone
203-932-5711 x2892

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
241-NETWORK CONTRACT OFFICE 01 (36C241)
Office
Not available
Contracting Office Address
Togus, ME
04330 USA

More in NAICS 238220

Description

Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 29 of 29 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 29 Combined Synopsis Solicitation West Haven VAMC Air Testing and Balance (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 36C24126Q0343 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 2026-01. (iv) This requirement is being issued as a VOSB/SDVOSB set-aside. The associated NAICS 238310 and small business size standard is $16.5 million. (v) The Government intends to award a firm-fixed price award for Air Testing and Balance at West Haven 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 Air Testing and Balance IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details. (vii) The Place of Performance is Newington VAMC 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 March 20, 2026 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 March 24, 2026 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+4 Air Testing and Balance 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 STATEMENT OF WORK TESTING AND AIR BALANCING VA CONNECTICUT HEALTHCARE SYSTEM (VACHS) VA MEDICAL CENTER WEST HAVEN VA MEDICAL CENTER NEWINGTON Maintenance, Repair, and Rebuilding of Equipment Refrigeration, Air Conditioning, and Air Circulating Equipment. BACKGROUND VA Connecticut Healthcare System West Haven and Newington Campuses requires complete Airflow Testing of the rooms listed by building and room number. VACHS is currently seeking services for all labor, materials, transportation, parts, and expertise necessary to provide quarterly and annual testing and air balancing required. JUSTIFICATION Veterans Health Administration (VHA) seeks to continue to improve the operational capabilities by establishing services that result in fewer operational problems, improved communications, increased efficiency within the facility and to improve the quality of services to veterans. LOCATION OF SERVICES VA Medical Center West Haven 950 Campbell Avenue West Haven, CT 06516 VA Medical Center Newington 555 Willard Avenue Newington, CT 06111 PERIOD OF PERFORMANCE Base contract period shall be 05/01/2026 04/30/2027. The contract will also contain the provision for (4) annual option years: Option Year 1: 05/01/2027 04/30/2028 Option Year 2: 05/01/2028 04/30/2029 Option Year 3: 05/01/2029 04/30/2030 Option Year 4: 05/01/2030 04/30/2031 QUALIFICATIONS To be considered eligible for consideration, potential bidders shall have a field service representative located within 200 miles of the West Haven and Newington Campuses of the VA Connecticut Healthcare System and have been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment that he/she is being asked to provide services for. Bidders shall provide upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Contracting Officer s Representative (COR) specifically reserve the right to reject any of the Contractor s personnel and refuse them permission to work on the equipment outlined herein, based upon credentials provided. The service provider shall be either a certified member of AABC, NEBB, or TABB to perform TAB service for HVAC. The service provider shall be a certified firm and have certified professionals on staff. The certification shall be maintained for the entire duration of duties specified herein. If, for any reason the agency loses subject certification during this period, the CO and COR shall be immediately notified, and a corrective action plan submitted for approval. Any agency that has been the subject of disciplinary action by either the AABC, TABB, or NEBB within the five (5) years preceding Contract Award shall not be eligible to perform any work related to this contract. Service Provider: The service provider shall be either a member of AABC or TABB or an experienced technician of the Agency certified by NEBB. The certification shall be maintained for the entire duration of duties specified herein. If, for any reason, the Specialist loses subject certification during this period, immediately notify the CO and COR and submit another Specialist for approval. Any individual that has been the subject of disciplinary action by either the AABC or the NEBB within the five (5) years preceding Contract Award shall not be eligible to perform any duties related to the HVAC systems, including TAB. The service provider will be coordinating, scheduling, and reporting all work related activities and will provide necessary information as required by the COR. The responsibilities include: Complete air balancing to design specifications and manufacturers equipment design standards. Shall directly supervise all testing work. Shall sign the testing reports that bear the seal of the TAB standard. The reports shall be accompanied by report forms and schematic drawings required by the TAB standard, AABC, TABB, or NEBB. Shall make special notations of variances from design quantities which exceeds plus or minus ten percent of design specifications. Shall ensure any holes or openings made in duct work to facilitate testing are plugged, sealed, and labeled for intended purpose upon completion of work. Shall supply all labor, material, equipment, tools, supervision and all incidentals to complete Dispersed Oil Particulate (DOP) testing on all HEPA filters in all Air Handlers/Supply/Return/Exhaust noted herein which contain HEPA filters in the supply/return/exhaust and shall be tested in accordance with current ASHRAE standards in addition to Federal Standard 209E, ISO 14644, IEST RP-006.3 and AFM procedural standard AHFB0607. All leaks shall be sealed by acceptable trade practice and retested to ensure that each system meets the acceptable particle count standards as per the herein referenced standards and codes. Testing shall be completed by the total probe scan method, installation pressure drop testing, monitoring for temperature and humidity, room pressurization testing and air exchanges per hour. Follow all testing work through its satisfactory completion; document all findings and results and submit a detailed work order ticket per unit and/or test at end of the day s work to the COR and VA Contracting Officer. Include the same information in the follow up formal report with clear call outs for findings and recommendations. All technicians performing actual testing work shall be experienced and must have satisfactory performance on a minimum of three projects comparable in size and complexity to this scope. Qualifications must be certified by the Service Provider in writing. The lead technician and all assigned technicians shall be certified by AABC, TABB, or NEBB. Test Equipment Criteria: The instrumentation shall meet the accuracy/calibration requirements established by AABC National Standards, TABB/SMACNA International Standards, or by NEBB Procedural Standards for Testing, Adjusting and Balancing of Environmental Systems and instrument manufacturer. Provide calibration history of the instruments to be used for test and balance purposes as part of every formal report for every unit and/or test. Submit names and qualifications of TAB specialists a minimum of ten (10) business days prior to starting quarterly and annual testing in writing to the COR and the VA Contracting Officer. Subcontracting of any ensuing award of this solicitation shall not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. SCOPE OF WORK The contractor shall furnish all labor, materials, equipment, tools, supervision, and all incidentals to complete the work for the services described in this document including testing, inspections and unscheduled service calls. Scheduled maintenance shall be completed Monday through Friday outside of regular business hours after 5:00 p.m. and before 6:00 a.m. a minimum notice of three (3) weeks. No work shall be performed on Government Holidays unless an emergency status has been indicated by the VA Contracting Officer. Description of Services: Quarterly and Annual Airflow Testing to maintain compliance with: VHA Directive 1116 Sterile Processing Services (SPS) 2023 ANSI/ASHRAE/ASHE Standard 170-2017 Ventilation of Healthcare Facilities VHA HEFP HVAC Design Manual Rev November 1, 2022. Per VHA Directive 1811 Appendix A 2.g.(1) Ensure the HVAC system for critical areas such as Operating Rooms, Isolation Rooms, Pharmacy compounding area and Sterile Processing Service area are tested to confirm compliance with VHA standards for airflow and pressure relationship for each room in the area and adjusted if necessary. Testing must be performed annually except Pharmacy compounding area which must be performed twice a year. The test must verify flow from each diffuser to confirm compliance with designed conditions along with overall air change and pressure verification. In addition, VHA Directive 1108.12 2.s.(2) requires the Chief Engineer to ensure that PECs and SECs are installed and maintained in compliance with USP compounding chapters and VA design standards including third party testing and certification. NOTE: VA uses the CETA CAGs to define certification procedures for assessing if the Primary and Secondary Engineering Controls are operating as designed to maintain a sterile environment for the preparation of CSPs Semi- Annual HEPA filter testing. Schedule and coordinate areas to be tested with the COR and with a three (3) week notice. Provide complete airflow testing and hard copy report to include air changes per hour for each room and pressure relationship to surrounding spaces for the following spaces (see attachment 1 for floor plans showing the locations of each room). West Haven Quarterly Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week SPS Soft Supply Storage 1 SG-173 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Cart Wash 1 SG-191 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Prep 1 SG-192 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Decon 1 SG-193 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Steris Decon Mobile Mobile 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Steris Prep Mobile Mobile 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 2106 8:00 a.m. 4:30 p.m. Saturday - Sunday OR Bulk Storage 1 2216 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3219 8:00 a.m. 4:30 p.m. Saturday - Sunday O…

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.