Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2025 SAM #8648
SPECIAL NOTICE

J -- Medical & Hospital Air Source Equipment Inspections at the Buffalo VA Medical Center in Buffalo, NY Base 4 Option Years

Notice Date
7/29/2025 5:18:59 AM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0900
 
Response Due
8/5/2025 12:00:00 PM
 
Archive Date
10/04/2025
 
Point of Contact
Julie Monagan Barnard, Contract Specialist, Phone: 607-590-1325
 
E-Mail Address
julie.monaganbarnard@va.gov
(julie.monaganbarnard@va.gov)
 
Awardee
null
 
Description
Notice Type: Special Notice of Intent to Sole Source This is a SPECIAL NOTICE ANNOUNCEMENT ONLY. The Department of Veteran Affairs, VISN 2 Network Contracting Office intends to award a sole source contract for the Department of Veterans Affairs Buffalo VA Medical Center in Buffalo, NY. This proposed contract action is for a service in which the Government intends to award a Base Period plus four (4) Option Periods, firm-fixed-price contract with only one source; Comairco Equipment Inc. (SAM UEI LXA1EK7BGTV7) located at 3250 Union Rd., Cheektowaga, NY 14227 under the authority Federal Acquisition Regulation (FAR) Part 6.302-1 (a)(2), only one responsible source. Place of Performance: Department of Veterans Affairs Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215-1129 Purpose and Objectives: The contractor will provide a one (1) year base plus (4) option years inspections and maintenance service on the medical & hospital air source equipment by providing all necessary on-site labor, materials, inspections, and preventative maintenance for VA-owned equipment located at the Buffalo VA Medical Center in accordance with manufacturer specifications. The Contractor shall be authorized by the Original Equipment Manufacturer (OEM) in the repair of all equipment listed within this contract. The OEM for this requirement is Sullair, Hankinson, Champion, Rietschle, Powerex and Ramvac. The contractor shall maintain qualifications throughout the entire contract period. Qualification includes but not limited to the certification of all repair persons and repair facilities by the OEM as being qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to the award and anytime during the contract period of performance. General Requirements The contractor must comply with the following general requirements: Contractor shall perform two (2) inspection services per contract year Contractor shall perform one (1) minor service per contract year Contractor shall perform one (1) major service per contract year Contractor shall affix labels on all equipment tested Contractor shall test all equipment for proper operation after maintenance is performed and before placing the equipment back into normal service. The Contractor in conjunction with VAMC Electrical Staff shall verify all breakers and disconnects are returned to their normal operating state at the end of their work shift. The Contractor shall perform fluid analysis testing as recommended by the manufacturer for all fluid-filled medical and hospital air compressors and vacuum pumps Contractor shall provide a copy of the fluid analysis report to the COR within five (5) business days of receipt from testing laboratory. The Contractor shall be able to provide a technician to perform emergency repairs on all equipment covered under this agreement within two (2) hours of receiving a call for service from the designated VAMC representative. Additionally, the Contractor must be able to provide technicians for emergency call-in service 24 hours a day / 365 days per year. Contractor employees performing PM and repair tasks shall have at minimum two (2) years of field experience servicing medical air system source equipment. BUFFALO VAMC HOSPITAL & MEDICAL AIR SYSTEMS SOURCE EQUIPMENT MANUFACTURER MODEL # SERIAL # BLDG. RM. Rietschle VCTS-025-081-T 160797247 1 B-37 Sullair SR+75-V01 210000542 1 B-37 Sullair LS10-40 003-14141 6 S-29 Sullair LS10-40 003-94561 6 S-29 Champion CDTE-115 1348404-1-1 1 E-25 Champion CDTE-115 1348404-1-2 1 E-25 Sullair SR+75-V01 19R011540 1 B-37 Powerex CVPQ0505B2P1 5574924-922 1 S-5 RamVac 826.E0800.3 BN0910118 1 B-37 RamVac 826.E0800.3 BN0910127 1 B-37 Champion CIMVWPKG-VW5-15HP D063268 1 E-25 Champion 25TDT0VT535 D256412 1 B-37 Sullair ES6-10H E601008092 6 S-29 Sullair ES6-10H E601008093 6 S-29 Hankison HPRP150-115 RHOB3150A01A2NC11036 6 S-29 Hankison HPRP150-115 RHOB3150A01A2NE10052 6 S-29 Response: Responses to this Special Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. The purpose of this Special Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. No funds have been authorized, appropriated, or received for this effort. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. All offerors must be registered in the System for Award Management (www.sam.gov) and Representations and Certifications must be completed prior to any future award. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to provide the full maintenance and repair service on equipment listed. Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811310 ($12.5 Million). Any offeror capable of providing this service shall notify the Contracting Officer by email within 7 calendar days from the date of the publication of this Special Notice. All information must be submitted via e-mail to: Julie.monaganbarnard@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/266bf95b27c04b55a1a0ae328ea9e175/view)
 
Record
SN07527730-F 20250731/250729230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.