1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.
1.a. Project Title: Air Compressor & Drier Preventive Maintenance
1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to provide preventive maintenance services for the control air compressors and associated driers at buildings 295 & 501 of the West Los Angeles campus.
1.c. Project Location: VA Greater Los Angeles Healthcare System
1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26225Q0598.
1.e. Set Aside: This solicitation is issued as an SDVOSB set aside.
1.f. Applicable NAICS code: 333912, Air and Gas Compressor Manufacturing.
1.g. Small Business Size Standard: 1000 employees
1.h. Type of Contract: Firm Fixed Price
1.i. Period of Performance: Base year plus 4 options
1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 28
1.l. Request for Information (RFI) should be submitted via email no later than 2pm PST Monday, March 17th, 2025, to ositadima.ndubizu@va.gov
2. Statement of Work
2.1. Objective. VA Greater Los Angeles Healthcare System is seeking a contractor to provide preventive maintenance services for the control air compressors and associated driers at buildings 295 & 501 of the West Los Angeles campus.
2.2. Background. - The instrument air compressors and driers in bldg. 295 & 501 are required to have all manufacturer recommended preventive maintenance to support the facilities boilers, chillers, and auxiliary equipment at VAGLAHS.
.
2.3. Scope. The contractor shall provide all labor, materials, freight costs, and equipment to accomplish the tasks outlined in this scope.
Equipment Schedule:
(2) Powerex model - AD0755S5577870 S/N 995 / 990
(2) Parker model - PRD75 S/N 405 / 204
(3) Atlas Copco – GA18VSDS S/N 813090 / 819536 / 819611
All services shall be performed at quarterly, semi-annual, and annual intervals in accordance with manufacturer’s recommendations. The maintenance intervals are as follows:
Every 6 months
- Oil Filter Change
- Air Filter Change
- Oil Separator Change
- Filter Mat Change
- Electrical System Checks
- Inspect Dryers.
- Replace Auto Flushing / Drain Valves.
Quarterly
- Filter Cartridge Replacement.
- Safety Control System Check
- Differential Pressure Check
- Scavenger Line Filter Check and Change
- V Belt Tension Check
- Calibrate And Tune Pressure Settings
Annually
- Minimum Pressure Check Valve
- Inspect And Clean Coolers.
- Replacing Belts
2.4. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW.
2.5. Period of Performance. The period of performance will be Base year plus 4 option years.
Work Hours
Normal hours of operation are Monday through Friday from 6:00 am to 6:00 pm Pacific time. All work is expected to be performed generally during normal hours of coverage unless requested or approved by the COR or his/her designee.
Work performed outside the normal hours of coverage must be approved by the COR or his/her designee.
All time shall be approved in advance by the Contracting Officer’s Representative (COR). Allow 5-days for approval of any alternate working hours needed.
Building 295 & 501 is a restricted access building and will require 24-hour prior notification to COR or designee to gain entry.
a. National Holidays:
New Year’s Day January 01
Martin Luther King’s Birthday Third Monday in January
President’s Day Third Monday in February
Memorial Day Last Monday in May
Independence Day July 04
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day November 11
Thanksgiving Day Fourth Thursday in November
Christmas Day December 25
b. If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America.
Overtime & Holiday Pay: Overtime pay is at the rate of one and one-half times the employee's regular rate of pay for all hours worked in excess of eight up to and including 12 hours in any workday, and for the first eight hours of work on the seventh consecutive day of work in a workweek. Overtime pay also includes Federal Holidays.
2.6. Contractor Personnel Background Requirements.
a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive.
b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract.
c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government.
d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. Currently, the current estimated costs for such investigations are as follows:
Level of Sensitivity Background investigation level Approximate Cost
Low Risk National Agency Check with Written Inquiries $ 231.00
Moderate Risk Minimum Background Investigation $ 825.00
High Risk Background Investigation $ 3,465.00
e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials.
2.7. Contractor Employees
a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC).
b. Badge. Contractor shall obtain a “Contractor I.D Badge” from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented.
c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations.
d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices, and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas.
2.8. Insurance Coverage
a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee’s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract.
b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract.
c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer.
d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase “will endeavor” is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued.
3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2.
3.a. FAR 52.212-1, Instructions to Offerors – Commercial Items
3.b. FAR 52.212-2, Evaluation -- Commercial Items
3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items
3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items
3.e. Supplemental Insurance Requirements
3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
3.g. VAAR 852.219-74, Limitations on Subcontracting—Monitoring and Compliance
3.h. FAR 52.233-2, Service of Protest
3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution
3.j. VAAR 852.233-71, Alternative Protest Procedure
4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Friday, March 21st, 2025, to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet:
4.3.a. Vendor Information with UEI number (Company info and quote should be on the Enclosure 1 form)
4.3.b. Acknowledgement of amendments
4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions
4.3.d. Schedule of services
4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
Your quote evaluation will be based on price and technical capability. Please provide the following:
- Capabilities statement showing that they can perform the tasks listed in section 2.3, Scope.
- Past Performance: Any prior performance on air compressor maintenance must be provided by the vendor.
- Vendor must provide experience working with Powerex, Parker and Atlas Copco equipment.