Sources Sought Notice
Sources Sought Notice
Page 5 of 5
Sources Sought Notice
*= Required Field
Sources Sought Notice
Page 1 of 5
This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information.
If your company is interested, please read this notice entirely and submit the required information, as requested herein.
Medical Air (Compressors and Vacuum Pumps) Replacement Equipment/System
Grand Junction VA Medical Center, Colorado
BRIEF SCOPE OF WORK
(This is for information only)
IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies). No award will be made off this posting.
The Grand Junction VA Health Care System (GRJ VAHCS) requires replacement medical air compressor and vacuum equipment/systems for their main VA medical center.
Line Item #
Description
Qty
Unit
0001
Medical Air Compressors + Installation
2
EA
0002
Medical Air Vacuums + Installation
2
EA
STATEMENT OF WORK
Mandatory Tasks and Deliverables.
CLIN 0001 - Medical Air Compressor System:
Contractor shall provide replacement equipment, components, labor, tools, and components required for removal of existing equipment and the installation of the replacement equipment, per the manufacturer s requirements that meet the following equipment specifications:
System capacity of 33 SCFM at 50 PSIG.
15 total horsepower, generated from (3) 5 HP pumps.
120 Gallon, vertical receiver tank, with by-pass valves for tank isolation.
Motors wired for 208V, 60Hz, 3-phase.
Desiccant Air dryer shall be sized for calculated system demand.
Premium NFPA control panel, with color touch screen panel
Equipment shall be setup at the factory to operate efficiently at an elevation of 4,600 ft.
Contractor shall provide two (2) medical compressor system
Deliverables for CLIN 0001
Contractor shall remove existing air compressor system and receiver tank.
Contractor shall install new medical air compressor system in compliance with current standards and manufacturer s requirements.
Contractor shall connect the new equipment to the existing piping system.
Contractor shall connect the electrical supply to the new equipment.
Contractor shall connect equipment communication to all existing area and master alarm panels.
Contractor shall configure, program, test, and verify equipment parameters, and that
audio and visual alarms function properly when system is operating outside of acceptable setpoints.
Contractor shall verify all labeling is compliant with the latest requirements of NFPA 99.
Contractor shall provide documented certification confirming the new equipment
installation has met all requirements of the latest version of NFPA 99 and is approved for use.
Within 10 business days after the installation work has been completed, contractor shall provide the COR a written service report, including all deficiencies identified, all test results, all parts cleaned, repaired, calibrated, or replaced.
The service report shall record all new equipment and component devices. Contractor shall record the following information for all new equipment and devices, where available: device type or name, manufacturer, model number, and serial number.
Contractor shall confirm there are no leaks detected, resulting from the work performance.
Contractor shall provide a minimum 1-year warranty on the service
workmanship.
CLIN 0002 - Medical Vacuum Pump System:
Contractor shall provide equipment, labor, components, and materials required for shall
remove the existing equipment and installation of the replacement equipment, per the manufacturer s requirements that meet the following equipment specifications:
Vacuum system shall have a working capacity of 52 SCFM @ 19 Hg.
Vacuum system shall have a maximum total horsepower of 15 (7.5HP x 2).
System shall include a 120-gallon vertical receiver tank.
Installation shall include a control system to operate the rotary vane pumps.
System shall include the installation of a Total Oxidize Monitoring and Mitigation System (TOM) range 0-95%, with dry contact alarm relays and 10 remote vacuum flange (1 MPT). Includes a wall mount enclosure and 110VAC, 1.0 amp power supply.
Motors shall be wired for 480V, 3-phase, 60 Hz.
Equipment shall be OSHPD Seismic Certified:
Equipment shall be setup at factory to operate efficiently at an elevation of 4,600 ft.
Contractor shall provide two (2) medical vacuum systems
The contractor shall propose a tentative service date with the COR, a minimum of 30 calendar days prior to the proposed service. The station shall conduct a risk assessment meeting regarding the impact of the Medgas System service work to the affected areas, equipment, and proposed service time. The COR shall confirm the service date 14 calendar days ahead of the proposed service date or propose a new date for the service.
Contractor shall configure, program, test, and verify equipment parameters, and that audio and visual alarms function properly when system is operating outside of acceptable setpoints.
Contractor Qualifications
The Contractor and contractor personnel shall be certified by the American Society of Sanitary Engineers (ASSE) for the following disciplines:
ASSE 6010 Medgas System Installer. All personnel performing equipment installation services on any portion of the Medgas and Vacuum Systems shall possess and maintain a valid ASSE 6010 certification throughout the duration of this contract. Certification documentation must be provided to the COR upon request.
Domain Knowledge
The Contractor and contractor personnel shall complete all work in conformance with the latest versions of the VHA Directive 7515, TJC EC 02.05.09, Occupational, Safety and Health Administration (OSHA), National Fire Protection Agency (NFPA) 99, ASSE 6000, and the manufacturer s recommendations. When a conflict arises concerning maintenance or testing, the most stringent code, standard, specification, or recommendation shall apply, unless otherwise directed by this contract or the Contracting Officer.
The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Statement of Work (SOW). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor.
This is anticipated to be a commercial supply acquisition under the authority of FAR Part 12, Simplified Acquisition Procedures for Commercial Items.
The product will be delivered to the following location:
Grand Junction VA Health Care System
2121 North Avenue,
Grand Junction, CO 81501
IMPORTANT NOTE: This RFI (Request for Information) is for information only.
No award will be made from this RFI.
QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) OEM certified technicians to perform services with unrestricted access to the facility during inclement weather, as well as immediate access to OEM software updates. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507.
Please communicate via e-mail to Stephanie.Cahill@VA.Gov by 12:00 MST on May 19th, 2026, as to your company s ability to perform service per this brief Scope of Work.
If interested, please provide the following:
Provide company s capability statement describing ability to provide equipment that meets or conforms to the salient characteristics listed above *include specification or brochure documents for confirmation of equivalent products*
Company s business size in relation to NAICS 333912 and socio-economic category (SDVOSB/VOSB/WOSB/Large Business):
SAM UEI:
FSS/GSA contract # (if applicable):
**Indicate Open Market if items are not included on FSS/GSA/etc.**
Estimated delivery lead time:
Where are the products manufactured/COO:
Only written responses, to items 1 through 6 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes.
DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI.
Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/
Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp
To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp
To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp