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 the West Haven VAMC and Newington VAMC. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity, with the government intending to award a firm-fixed-price contract. The primary goal is to ensure compliance with VHA standards for critical healthcare areas. Proposals are due March 24, 2026, by 10:00 AM EST.
Scope of Work
The contractor shall provide all labor, materials, equipment, tools, supervision, and expertise for comprehensive airflow testing and balancing. Key services include:
- Quarterly and Annual Airflow Testing: For various critical areas across both VAMC campuses, including Sterile Processing Services (SPS), Operating Rooms (ORs), Pharmacies, Laboratories, and Isolation Rooms.
- Semi-Annual HEPA Filter Testing (DOP Testing): On all HEPA filters in Air Handlers/Supply/Return/Exhaust systems.
- Compliance: Ensure adherence to VHA Directive 1116, ANSI/ASHRAE/ASHE Standard 170-2017, and the VHA HEFP HVAC Design Manual.
- Reporting: Detailed written reports, including variances from design specifications, project synopsis, and statistical data analysis.
- Unscheduled/Emergency Service Calls: Available 24 hours a day, 7 days a week, with specific response time requirements.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance: A base period from May 1, 2026, to April 30, 2027, with four (4) one-year option periods.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- NAICS Code: 238310, with a small business size standard of $16.5 million.
- Questions Due: March 20, 2026, by 12:00 PM EST.
- Proposals Due: March 24, 2026, by 10:00 AM EST.
- Published Date: March 17, 2026.
Eligibility & Evaluation
- Eligibility:
- Offerors must be registered in the System for Award Management (SAM) and VISTA.
- Field service representatives must be located within 200 miles of the West Haven and Newington VAMC campuses.
- Service providers must be certified members of AABC, NEBB, or TABB, with certified professionals on staff.
- Technicians performing testing must be experienced and certified by AABC, TABB, or NEBB.
- Evaluation Factors: Award will be made to the offeror most advantageous to the Government, considering:
- Price: Completion of Attachment 1 - Price Schedule.
- Past Performance: Provide 1-3 references using Attachment 2 - Past Performance Worksheet.
- Technical: Demonstrate corporate experience, approach, and technician qualifications as per the Performance Work Statement.
Submission Instructions
Quotes, including the completed Price Schedule and Past Performance Worksheet, must be submitted electronically via email to tnauri.woodbridge@va.gov. Questions should also be submitted to this email address.