J041--Airflow Testing and Balancing
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CT. Response deadline: Feb 18, 2026. Industry: NAICS 238220 • PSC J041.
Market snapshot
Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 238220
Description
Page 2 of 2 This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238210, J041) with a size standard $16.5 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Air Testing and Balance at the West Haven and Newington VAMC. per the requirements below. Refer to the Performance Work Statement below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Performance Work Statement. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 10 am EST, Feb 25, 2026. All responses under this Sources Sought Notice must be emailed to Tnauri.woodbridge@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. SAM: Interested parties shall be register in the 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 will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. 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, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 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 ay 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. 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 OR RMD Storage 1 3234 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3258A 8:00 a.m. 4:30 p.m. Saturday - Sunday West Haven Bi-Annual Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week Oncology Infusion 2 5203 8:00 a.m. 4:30 p.m. Saturday - Sunday 8:00 a.m. 4:30 p.m. Saturday - Sunday West Haven Annual 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 Nuclear Med Imaging 1 G144 8:00 a.m. 4:30 p.m. Saturday - Sunday Nuclear Med Imaging 1 G146 8:00 a.m. 4:30 p.m. Saturday - Sunday Inpatient Pharmacy Pharmacy 1 G220 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Biohazard 1 G220C 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Chemo Room 1 G220F 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Buffer Room 1 G220G 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Ante Room 1 G220E 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Clean Prep 1 G220H 4:00 p.m. 11:00 p.m. Monday Friday CATH Lab Scrub Room 1 1109 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Procedure 1 1111 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Control Room 1 1117 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Procedure 1 1115 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Control Room 1 1110 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Cath Storage 1 1107 8:00 a.m. 4:30 p.m. Saturday - Sunday IR Angiography 1 1128 8:00 a.m. 4:30 p.m. Saturday - Sunday IR PAX Room 1 1129 4:00 p.m. 11:00 p.m. Monday Friday IR RAD Storage 1 1130A 8:00 a.m. 4:30 p.m. Saturday - Sunday Blood Lab Clinical Lab 1 1229 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Blood Bank 1 1193 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Blood Bank 1 1195 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Blood Bank 1 1196 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Molecular Diagnostics 1 1197 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Pharma Cogenetics 1 1202 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Media Prep 1 1203 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Media Prep 1 1205 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Microbiology 1 1208 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Molecular Diagnostics 1 1213 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Microscopy 1 1185 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Surgical Anatomic Pathology 1 1180 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Histology 1 1175 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Cytology 1 1174 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Supply 1 1173 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Anatomic Pathology 1 1169 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Lab 1 1165 4:00 p.m. 11:00 p.m. Monday Friday SICU Isolation Room 1 3119 4:00 p.m. 11:00 p.m. Monday Friday Endoscopy Scope Storage 1 3194 4:00 p.m. 11:00 p.m. Monday Friday Endoscopy Decon 1 3189A 4:00 p.m. 11:00 p.m. Monday Friday Endoscopy OER/HLD 1 3189B 4:00 p.m. 11:00 p.m. Monday Friday 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 OR RMD Storage 1 3234 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3258A 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 1 OR Suite 1 3216 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 2 OR Suite 1 3258 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 3 OR Suite 1 3236 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 4 OR Suite 1 3238 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 5 OR Suite 1 3227 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 6 OR Suite 1 3244 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 7 OR Suite 1 3246 8:00 a.m. 4:30 p.m. Saturday - Sunday Pre Op OR Suite 1 3212 8:00 a.m. 4:30 p.m. Saturday - Sunday PACU OR Suite 1 3251 8:00 a.m. 4:30 p.m. Saturday - Sunday FLEX Isolation 1 5167 4:00 p.m. 11:00 p.m. Monday Friday FLEX Isolation 1 5168 4:00 p.m. 11:00 p.m. Monday Friday FLEX Isolation 1 5169 4:00 p.m. 11:00 p.m. Monday Friday MICU Bronch Room 1 5216 4:00 p.m. 11:00 p.m. Monday Friday MICU Isolation 1 5167 4:00 p.m. 11:00 p.m. Monday - Friday 6W Isolation 1 6127 4:00 p.m. 11:00 p.m. Monday Friday 6W Isolation 1 6128 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Treatment Room 2 G123F 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Treatment Room 2 G123D/E 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Treatment Room 2 G123D/E 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Isolation 2 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Isolation 2 4:00 p.m. 11:00 p.m. Monday Friday Outpatient Pharmacy Active Storage 2 2104 4:00…
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.