Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2025 SAM #8777
SOLICITATION NOTICE

H -- FIRE AND SMOKE DAMPER INSPECTION SERVICES

Notice Date
12/5/2025 11:31:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25926Q0108
 
Response Due
12/12/2025 1:00:00 PM
 
Archive Date
01/11/2026
 
Point of Contact
Christine Jarvis, Contracting Specialist, Phone: 303-712-5784
 
E-Mail Address
christine.jarvis@va.gov
(christine.jarvis@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
FIRE AND SMOKE DAMPER INSPECTIONS Cheyenne, WY VAMC AMENDMENT SUMMARY: Attachment 1 - Infection Control Risk Assessment Form (ICRA) is hereby incorporated Attachment 2 B3 Price Schedule is hereby incorporated, and offeror shall submit the completed attachment along with the documents and requirements listed in 52.212-1 of the solicitation. Period of Performance is revised to 1/1/2026-12/31/2030 Questions and Answers are included in this Amendment. Offeror shall acknowledge receipt of this amendment on each copy of the offer submitted. Questions and Answers Question 1: Are there any buildings or specific areas on the Sheridan VAMC campus that will require Infection Control Risk Assessment (ICRA) precautions during damper access, such as the use of a HEPA containment cart? Examples include operating rooms, sterile environments, or treatment areas for immune-compromised patients. Government Response: The Fire and Smoke Damper areas were evaluated using the VHA ICRA worksheet and all areas were identified as Level 1. Level 1 is identified as requiring the following: Performing work activity in a manner that does not create dust. Immediately replace any ceiling tile, close access panels, etc. upon completion of work. Any materials brought into the facility must be free of contaminants and loose material. A few areas have a higher patient risk category; however, remain Level 1. Those areas will require cleaning up if dust is created from opening a hatch, ceiling tile removal etc. No barriers will be required. There are no Level II precautions for this contract. A copy of the ICRA form used for the evaluation is included as Attachment 1 Question 2: Are there any locations, particularly above ceiling spaces where dampers are typically located, that are known or suspected to contain friable asbestos-containing material (ACM)? Government Response: There are no locations the vendor will be accessing where friable ACM is known to exist. Question 3: I only see the Base year, Option years 1 and 3. Where are Option years 2 and 4? Government Response: As an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract is anticipated, there are no Option Years rather, there will be ordering periods. A Task order would be placed when a need is determined. Fire and Smoke Damper inspections are required once (1x) every 4 years. The majority of VAMC buildings are due for inspection in 2026, then 4-years later in 2030. The newer building (Building 87) is due in 2028. 2026: Buildings 3,4,5,6,7,8,9,64,71,71N & 86 (estimated 467 dampers) are due to be inspected 2027: No inspections due 2028: Building 87 (estimated 131 dampers) is due to be inspected no later than (NLT) July 2028 2029: No inspections due 2030: Buildings 3,4,5,6,7,8,9,64,71,71N & 86 (estimated 467 dampers) are due to be inspected *The Period of Performance will be updated to 1/1/2026-12/31/2030. The REVISED Price Schedule has been included as Attachment 2. Question 4: Is HEPA required; and if so, is there a cart available at your facility that we can utilize? Government Response: It is recommended that the vendor bring a portable vacuum equipped with HEPA filtration to vacuum dust in any patient care areas, if needed. Our facility can provide a cart for use while the vendor is on-site. No additional questions are being accepted for this Combined Synopsis Solicitation. Note: All aspects of ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS shall be met to be considered for award. Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. Note: All aspects of ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS shall be met to be considered for award. Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2b3677d01ed74a3da50f60775ca50415/view)
 
Place of Performance
Address: Sheridan VA Health Care System 1898 Fort Road Sheridan, WY 82801 -8320
 
Record
SN07658582-F 20251207/251205230031 (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.