J041--Airflow Testing and Balancing
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 VA Connecticut Healthcare System, is soliciting proposals for Airflow Testing and Balancing services at its West Haven VAMC and Newington VAMC facilities. This requirement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside and seeks a firm-fixed-price contract. Quotes are due by March 5, 2026, at 10:00 AM EST.
Scope of Work
The contractor shall provide all labor, materials, and resources for comprehensive Air Testing and Balance services, including quarterly and annual airflow testing, and semi-annual HEPA filter (DOP) testing. Services must comply with VHA Directives and ASHRAE standards. The scope includes testing various critical areas such as Sterile Processing Services (SPS), Operating Rooms, Pharmacies, Laboratories, and Animal Research facilities across both campuses. Unscheduled and emergency services must be available 24/7, with a 2-hour acknowledgment and a fully qualified technician on-site by the next first shift for corrective actions. Scheduled maintenance is to occur outside regular business hours (after 5:00 p.m. and before 6:00 a.m., Monday-Friday) or on weekends, with three weeks' notice.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 36C24126Q0291
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors)
- Size Standard: $16.5 million
- Contract Type: Firm-Fixed-Price
- Period of Performance: Base year (May 1, 2026 – April 30, 2027) with four (4) one-year option periods.
- Place of Performance: West Haven VAMC, West Haven, CT, and Newington VAMC, Newington, CT.
- Questions Due: March 3, 2026, 12:00 PM EST (via email).
- Quotes Due: March 5, 2026, 10:00 AM EST.
- Published Date: February 26, 2026.
Eligibility & Submission Requirements
Offerors must be registered in the System for Award Management (SAM) and VISTA. Key personnel must be certified by AABC, NEBB, or TABB, and field service representatives must be located within 200 miles of the VAMC campuses. Technicians require OEM training for specific equipment. Quotes must be submitted electronically via email to tnauri.woodbridge@va.gov. Required submissions include a completed Price Schedule (Attachment 1), a Past Performance Worksheet (Attachment 2) with 1-3 references, and documentation demonstrating corporate experience, capabilities, and technician qualifications. Subcontracting requires written permission from the Contracting Officer.
Evaluation Criteria
Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering price and other factors. Evaluation factors include:
- Price: Completion of Attachment 1 - Price Schedule.
- Past Performance: Submission of 1-3 references via Attachment 2 - Past Performance Worksheet for similar scope and size.
- Technical: Demonstrated corporate experience, capabilities, and technician qualifications in accordance with the Performance Work Statement.
Contact Information
Contracting Officer: Tnauri Woodbridge (tnauri.woodbridge@va.gov)