SOURCES SOUGHT
Q -- Medical Gas Inspection
- Notice Date
- 10/17/2025 8:23:04 AM
- Notice Type
- Sources Sought
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0033
- Response Due
- 10/23/2025 2:00:00 PM
- Archive Date
- 12/22/2025
- Point of Contact
- Kenya Mitchell, Contract Specialist, Phone: 860-666-6951
- E-Mail Address
-
Kenya.Mitchell1@va.gov
(Kenya.Mitchell1@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 621511, (Medical Laboratories) with a size standard $41.5 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Medical Gas Annual Inspection services for Togus VA Medical Center� per the Performance Work Statement� below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 5:00 PM EST, 23 October 2025. All responses under this Sources Sought Notice must be emailed to Kenya Mitchell at Kenya.Mitchell1@va.gov and David Valenzuela at David.Valenzuela2@va.gov with RFI # 36C24126Q0033 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:� ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered, and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the products as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 PERFORMANCE WORK STATEMENT Medical Gas Annual Inspection Provide a complete medical gas inspection in compliance with the National Fire Protection Association (NFPA 99, 2024 edition) and the Joint Commission. Buildings and areas inspected are 200, 200E, 207 and 2ea. bulk oxygen systems. Our inspection is due by April 2026 for compliance. All buildings and systems are located at Togus VA Medical Center, 1 VA Center Drive, Augusta Maine 04330. Period of Performance: 12 months from date of award with 4 option years. Place of Performance: 1 VA center, Augusta ME 04330 Periods of service: Contractor shall complete all services within the calendar year which inspection/repairs are scheduled. This contract is for year of 2026, with option years 2027, 2028, 2029, and 2030 (5-year). In the event delays are experienced beyond the control of contractor, the schedule may be revised as mutually agreed upon by Togus VA Medical Center and contractor. Inspection Services supplied shall provide: A. Inspection Methodology for inspections. B. A report and a list of all discrepancies found during inspection of the medical gas systems in the facility. C. A list of medical gas components and a percentage of actual outlet/inlets inspected. D. A plan to repair or replace parts to ensure patient safety. E. Insurance certificates upon request of the facility. All work shall be certified by professionals licensed to practice: Inspection, testing and verification are mandatory for medical gas work and will be performed by licensed ASSE 6020 Medical Gas Inspectors and ASSE 6030 Medical Gas Verifiers. Optional Outlet/Inlet Repair: If needed at time of inspection or after inspection has identified discrepancies, any additional work performed must be by licensed ASSE 6010 Medical Gas System Installers and ASSE 6040 Medical Gas System Maintenance Personnel. Facilities responsibility: A. The facility shall coordinate with all departments to notify of the medical gas/vacuum system inspection and or repairs to be completed. B. The facility shall supply Inspecting personnel with facility maintenance personnel to unlock secured areas that have medical gas/vacuum systems, or a master key may also be supplied to complete inspection services. C. The facility shall supply contractor badges if facility uses badges for identifying personnel working in the facility. D. The facility shall supply a Purchase Order number for all work being performed. List of items provided for inspection: Medical Gas Sources Medical air compressor, vacuum pumps, gas manifolds, and any other device used to deliver medical gases to patients. 1.Inventoried by location. 2.Leak checked and documented. 3.Recommendations to comply with NFPA 99, 2024 edition Health Care Facilities Code. Master Alarm Panels Alarm panels located at two separate locations throughout the facility. These panels monitor conditions directly from the medical gas sources. 1.Inventoried by location 2.Tested by removing existing pressure switches and other sensing devices to test the actuation points. No interruption of service is necessary if each device is mounted on code compliant demand fittings. 3.Verify proper points are being monitored at each panel. 4.Verify each panel is in the proper locations. 5.Verify proper labeling. Area Alarm Panels Alarm panels that are located throughout the facility that monitor medical gas pressures for the area only. 1.Inventoried by location. 2.Tested by lowering pressure in each zone for each gas and documenting the alarm point. 3.Verify proper location. 4.Verify proper labeling. Zone Valve Boxes Accessible valves typically found in a corridor covered by a plastic window used mostly for emergency purposes. 1.Inventoried by location. 2.Checked for leakage from packing, flange, and gauge port using oxygen safe leak detector. 3.Verify proper labeling. 4.Verify proper locations. Medical Gas Outlets/Inlets Connection points for each gas located mostly in-patient areas. 1.Inventoried by location in each room or area inspected left to right and then top to bottom. 2.Complete an operational pressure test on each outlet and document pass/fail. (Test Parameters per NFPA 99, 2024 edition) 3.Check function of outlet/inlet and latching mechanism. 4.Check for leakage with equipment and without equipment attached. 5.Document connection type and outlet/inlet manufacturer. Oxygen Particulate Analysis Particulate is often found in existing medical gas systems due to improper installation methods that were used in the past. 1.Samples are taken on each floor in each building. Medical Air Dewpoint Analysis Moisture is removed from medical air systems at the source. Periodic Analysis of moisture throughout the facility is important to prevent possible contamination. 1.Samples are taken on each floor in each building. 2.A sample will be taken at the medical air source to compare building samples. Emergency Oxygen Supply Connection Box This box is typically mounted on the outside of a facility to facilitate the back feeding of the oxygen system if there is an interruption in service. 1.Inventoried by location. 2.Check existing location for proper compliance. 3.Check existing piping arrangement to insure proper order of components. 4.Check to make sure box is secured. Testing to ensure all medical gas booms, and columns are leak free Most operating rooms and procedure rooms have some sort of device to help clinical personnel use the medical gases in the middle of the room by the patient. These devices are either medical gas booms or columns. The hoses and threaded connections inside these devices need to be checked periodically to ensure that there are no leaks. 1. All hoses and secondary equipment were removed from the outlets on each boom and column. 2. A test pressure for each system was observed and documented. 3. All medical gas valves were shut over a period of 10-minutes. 4. After the test period of 10-minutes had past the pressure was observed once again. 5. Any pressure drop was recorded. 6. Recommendations will be made to find existing leaks and to make repairs. Per VA Directive 1085, smoking, vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service provider and their employees. Service provider s employees shall not enter the facilities without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the facilities. All employees of the service provider shall comply with VA security management program and obtain permission of the VA police, be identified by service and employer, and restricted from unauthorized access. Service providers are required to have a badge request form filled out for all personnel (employees, sub-service providers, consultants, inspectors, etc.) Who will be on-station. Service provider will bring completed request forms to the project COR for signature. Service provider will then take signed badge requests to the VAME police department for processing prior to starting work on station. No personnel are allowed to perform any work on station before being issued a badge. No personnel are allowed to perform work on station if their badge is expired. No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time. VA reserves the right to close down or shut down the facilities and order Service provider s employees off the premises in the event of a national emergency. The Service provider may return to the site only with the written approval of the contracting officer. Prior to commencing work onsite, and each year thereafter, all Service providers and their provider personnel shall provide proof of receipt of seasonal influenza vaccination in compliance with VHA Direction 1013. Prior to commencing work onsite, all Service providers and provider personnel shall provide proof of receipt of required COVID vaccinations and boosters in compliance with current VHA Directives. Prior to commencing work onsite, all Service providers and provider personal shall provide proof of receipt of required Tuberculosis testing in compliance with VHA Directive 1131(5), dated June 4th, 2021 Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with Contracting Officer s Representative. Parking shall be first-come first-serve. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the contracting officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider's performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to rules of Medical Center applicable to their conduct. Execute work in such a manner as to interfere as little as possible with work being done by others. Provide COR with a report or statement of work completed and include statements with requests for payment. Statement should include service completed and the date each service items was completed. All service providers will sign in and out at engineering upon arrival and departure from station daily. Logbook can be found at B202, 2nd floor engineering. Vendor must obtain a Hot Work Permit from the V.A. Fire Department before conducting any cutting, grinding, or welding operations. Vendor must obtain a Confined Space Permit from Safety before entering a confined space. Vendor must a Lock Out Tag Out Plan (LOTO) before starting work on any equipment that will be out of service or de-energized. Payment processed through Tungsten/IPPS. Invoices to be submitted in draft form digitally to the COR for review prior to submission in Tungsten/IPPS. Invoicing for services rendered. All communications in regard to this contract should include the following number in the communication 402-26-228SC.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/33822bd1773e4cdba04bc2160079b240/view)
- Place of Performance
- Address: Togus VAMC 1 VA Center, Togus 04330, USA
- Zip Code: 04330
- Country: USA
- Zip Code: 04330
- Record
- SN07621969-F 20251019/251017230034 (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 |