4310--Medical Air Compressors and Vacuum Replacement Equipment/System - Grand Junction, CO
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Grand Junction VA Health Care System, is conducting market research through a Sources Sought Notice to identify qualified vendors for the replacement of medical air compressor and vacuum equipment/systems in Grand Junction, CO. This is not a solicitation, and no award will be made from this posting. Responses are due by May 19, 2026, at 12:00 PM MST.
Scope of Work
The requirement involves providing and installing two medical air compressor systems and two medical vacuum pump systems. Both systems require the removal of existing equipment and installation of new, per manufacturer's requirements and specific technical specifications:
- Medical Air Compressor System (CLIN 0001): Requires a system capacity of 33 SCFM at 50 PSIG, 15 total HP (3x5HP), a 120-gallon vertical receiver tank, 208V/60Hz/3-phase wiring, a desiccant air dryer, and a premium NFPA control panel. Equipment must be factory-setup for 4,600 ft elevation. Deliverables include removal, installation, connection to existing piping/electrical, configuration, testing, NFPA 99 compliant labeling, documented certification, a service report, and a minimum 1-year workmanship warranty.
- Medical Vacuum Pump System (CLIN 0002): Requires a working capacity of 52 SCFM @ 19" Hg, a maximum total HP of 15 (7.5HP x 2), a 120-gallon vertical receiver tank, a control system, a Total Oxidize Monitoring and Mitigation System (TOM), 480V/3-phase/60Hz wiring, and OSHPD Seismic Certification. Equipment must be factory-setup for 4,600 ft elevation. Deliverables include configuration, programming, testing, and alarm verification.
Contractor Qualifications
Contractors and personnel must hold ASSE 6010 Medgas System Installer certification. All work must conform to VHA Directive 7515, TJC EC 02.05.09, OSHA, NFPA 99, ASSE 6000, and manufacturer recommendations. Qualified vendors must possess necessary equipment, personnel, resources, recent experience (within 3 years) of comparable size/scope, OEM certified technicians, current SAM registration, and comply with Limitations of Subcontracting.
Submission Requirements
Interested companies must submit the following via email to Stephanie.Cahill@VA.Gov:
- Company capability statement, including specification/brochure documents for equivalent products.
- Business size in relation to NAICS 333912 and socio-economic category (e.g., SDVOSB, VOSB, WOSB, Large Business).
- SAM UEI.
- FSS/GSA contract number (if applicable, otherwise state 'Open Market').
- Estimated delivery lead time.
- Country of Manufacture (COO).
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Purpose: Market research to determine socioeconomic status of interested companies.
- Response Due: May 19, 2026, 12:00 PM MST
- Published: May 4, 2026
- Set-Aside: None specified for the future acquisition; market research is to determine socioeconomic status.
Additional Notes
This is for information and planning purposes only and does not constitute a solicitation or guarantee an award. The anticipated acquisition is a commercial supply acquisition under FAR Part 12, Simplified Acquisition Procedures.