SOLICITATION NOTICE
J -- Steam, Plumbing and HVAC Service Contract Bedford VA Medical Center
- Notice Date
- 2/2/2026 1:29:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0134
- Response Due
- 2/20/2026 9:00:00 AM
- Archive Date
- 03/07/2026
- Point of Contact
- carissa.sarazin@va.gov, Contract Specialist, Phone: 978-890-2709
- E-Mail Address
-
yolanda.rankin@va.gov
(yolanda.rankin@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-04. This solicitation is set-aside for SDVOSBs. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $19.0 million. The FSC/PSC is J041. The Bedford VA Medical center located at 200 Springs Rd in Bedford, MA 01730 is seeking to purchase services to Maintain the HVAC, Steam, and Plumbing systems at the Bedford VA Medical Center. Wage Determination 2015-4047 is applicable. DEPARTMENT OF VETERANS AFFAIRS STATEMENT OF WORK Steam, Plumbing and HVAC Service Contract INTRODUCTION The VA Medical Center in Bedford is seeking a qualified contractor to perform comprehensive maintenance and repair services for heating, ventilating and air conditioning (HVAC), steam systems such as condensate pumps, steam absorption chillers, condensate return, steam coils, and various steam appurtenances. Service performance will be for at the VA Bedford Healthcare System, 200 Springs Rd Bedford MA 01730 and at 10 Veterans Way Lowell MA 01852. BACKGROUND The VA equipment for heating, ventilating and air conditioning (HVAC), steam systems such as condensate pumps, steam absorption chillers, condensate return, steam coils, and various steam appurtenances requires maintenance and repair on a periodic basis through the year. The Facility Service, Maintenance Department, acquires assistance in keeping up with these emergencies on the equipment and components to ensure proper operations and prevent failure points on the equipment. Our current Maintenance staff is shorthanded to ensure adequate response and system operation is being maintained while also responding to maintenance calls, performing regular duties, and handling the increase work order requests. A service contract would be needed to ensure the proper and timely repairs and maintenance to these equipment/systems. SCOPE Work shall be bid as a base + 4 option year contract. For all work listed within section 3.0-3.3: Contractor shall provide all supervision, labor, materials, tools, and any specialized equipment required to perform the work. Contractor must have the ability and resources to work on a variety of steam systems such as condensate pumps, steam absorption chillers, condensate return, steam coils, and various steam appurtenances. Contractor will be responsible for following all State, Federal and EPA codes and requirements including proper use of Personnel Protective Equipment (PPE). The contractor will follow all of the facilities safe work process and procedures. All contractor staff performing Pipefitting, Plumbing, and HVAC/Steam work will be licensed and certified to perform work within the Commonwealth of Massachusetts. Contractor will be responsible for proper disposal of all debris, fluids and other general or hazardous waste collected as part of the service, contractor will follow all applicable Local, State, and Federal and EPA laws/regulations pertaining to proper disposal. Contractor shall provide a schedule for approval and allow a 2-week notice prior to starting any work activity that impacts facility operations. Contactor shall provide submittals with data sheets for approval by the COR or their designee. All work will be coordinated with the Contracting Officer Representative (COR). There will be no changes to this scope of work without prior approval of the contracting officer (CO). Item 1 Backflow Testing (PM Semi-Annually Every Year) The contractor shall provide all personnel, equipment, tools vehicles, materials, supervision, and other items and services necessary to perform preventative maintenance, testing and repair tasks functions for the equipment described in the SOW. Contractor shall perform backflow testing for all equipment listed in Attachment A, including ancillary components associated with the functioning of these devices. Backflow testing shall be performed in a manner designed to comply with MADEP testing procedures. The contractor shall adhere to all individual state requirements and instructions for the particulars of backflow testing. All contractor personnel and subcontractors that perform required maintenance or repair when backflows fail and shall be qualified to work on these equipment. The contractor shall provide a written schedule to the Contracting Officer Representatives (COR) for the facility, listing the specific timeframe of the backflow testing and a pass/fail report with corrective actions needed to be taken. The contractor shall obtain, provide and install all parts, materials, and supplies necessary to perform the work, and shall be responsible for the cost of same within their base bid amount. Contractor shall use parts supplied by the original equipment manufacturer (OEM) or authorized equal (as stipulated by the manufacturer) when replacing all parts, components, and/or devices for the covered systems. Should the contractor encounter a part in need of replacement, and the direct replacement is no longer available due to obsolescence, the contractor shall replace that part with a new equivalent part. The contractor shall notify the VA when such replacements or modernization occurs. The contractor shall perform the following: Perform Backflow testing by MADEP Certified Backflow Prevention Device Tester semi-annually. Provide list of backflow devices and if they passed or failed. A repair allowance for each backflow device shall be carried at a rate of $250 for parts per backflow. Contract shall provide a repair allowance of 16 labor hours Attachment A is the list of devices to be tested.� Attachments Back Flow Inventory 11-08-2023 Bfimform Item 2 Crescent House Yearly Boiler Maintenance (PM Annually Every Year) The contractor shall provide all personnel, equipment, tools vehicles, materials, supervision, and other items and services necessary to perform preventative maintenance, testing and repair tasks functions for the equipment described in the SOW. The contractor shall perform the following: Perform yearly boiler inspection of 11 (Eleven) 130,000 Btu gas boilers (9 Burnham & 2 Weil McLain) at the Crescent house Inspection shall be performed per manufacturers recommendations Any incidental part required to perform the inspection shall be included. Inspection tags shall be updated on all boilers Inspection reports shall be proved upon completion of the inspections. A repair allowance for each boiler shall be carried out at a rate of $500 for parts per boiler. Contract shall provide a repair allowance of 16 labor hours Item 3 Emergency Services The contractor shall provide all personnel, equipment, tools vehicles, materials, supervision, and other items and services necessary to perform repair tasks functions for the equipment described in sections 3.1 and 3.2 as well as other plumbing and steam related emergency repairs at the direction of the COR. The contractor shall be on site within 8 hours of being notified of an HVAC/Steam emergency. Contractor shall respond and have the resources available to correct any emergency steam issues when requested. If the emergency steam condition cannot be corrected or repaired immediately, the contractor will make the condition safe by Lockout/Tagout, disconnect, or isolate it from service, so that the condition will not cause any further issues or damage to other operating systems, patients, staff, or property. This work within this section is for immediate response of steam issues, with the intention of performing steam repairs to systems and equipment to keep critical services operational in the medical facility. Any repairs that may require extensive time and materials will need to be approved by the Contracting Officer prior to any procurement of the materials and before any further work can be performed that would exceed costs and time specified below. This work will be performed via a change order to the contract. Provide certified ASME B31.1 Welder to perform repairs as directed by COR Welder 16 hours Regular time Helper 16 hours Regular Time Provide pipefitter/Plumber to perform repairs as directed by COR Plumber 160 Foreman Regular time Plumber 160 Regular time Contractor shall carry an allowance for parts for emergency repairs at a rate of $XX.XX Item 4 Duct Cleaning (BASE YEAR ONLY) The contractor shall perform duct cleaning and inspections and provide reports for locations listed below Locations: Building 7 Perform inspections of all ducts, intake, transfer and exhaust systems and develop a planned work schedule to clean ducting in the building indicated. Clean all fans and air distribution equipment including but not limited to HV s, HVAC s, coils, exhaust fans (EF s), centrifugal fans, louvers, baffles, diverters, air mixing boxes, VAV boxes, and all other air distribution apparatus. All duct cleaning shall be performed under negative pressure via a HEPA filtration unit and blocking registers and diffusers in rooms serviced by trunk lines under maintenance unless circumstances dictate otherwise. The Contractor shall collaborate with the COR/COTR on all work practices to ensure minimal impact to Patients and Staff during cleaning operations. The CO shall be considered the final arbiter of any and all potential issues that may arise. Inspect each duct, intake, transfer and exhaust system IAW NADCA 2021 ACR and manufacturer s instructions. Perform all work in strict accordance with the highest safety standards and applicable codes in order to eliminate the possibility of exposure to Patients, Staff and Visitors, and to prevent damage to installed machinery, equipment and building structures. Submit a report of all inspections and maintenance accomplished on all duct, intake, transfer and exhaust systems. Reports shall include a record of conditions, inspection results and suggested preventive or corrective maintenance deemed necessary for proper system operation. Photographs of duct conditions before and after duct cleaning shall be included. Attachments Bldg. 7-Attic Heating and Ventilation Color (11469) Bldg 7-Attic Heating and Ventilation Color (11468) Bldg. 7-F2 Heating and Ventilation Color (11467) Bldg 7-F2 Heating and Ventilation Color (11466) Bldg. 7-F1 Heating and Ventilation Color (11464) Bldg. 7-F1 Heating and Ventilation Color (11465) Bldg. 7-FB Heating and Ventilation Color (11463) Bldg. 7-FB Heating and Ventilation Color (11462) Item 5 HVAC REPAIRS (Base Year Only) Building 7 HVAC Repairs HV-4 Bldg. 7 HV-4 intake louvres are frozen. Contractor to replace. HV-5 Bldg. 7 HV-5 intake louvres are frozen. Contractor to replace. Building 61 HVAC Repairs Location: Building 61 Attic HV-4 Bldg. 61 HV-4 intake louvres are frozen. Contractor to replace. HV-5 Bldg. 61 HV-5 replace bearings. Both louver sets are frozen. Contractor to replace. Location: Building 61 Mechanical Room Insulation Replacement Furnish and Install insulation on piping in Bldg. 61 Mechanical Room (refer to attached photos for locations) Building 78 HVAC Repairs Location: Building 78 1st Floor Mechanical Room Circulation Pumps A. Furnish and install two (2) circulation pumps. Furnish and install two direct replacement circulation pumps in Bldg. 78 1st Floor Mechanical Room. ( refer to picture 78 pump) Any required pipe reconfigurations to install the new pumps are the responsibility of the contractor. Contactor will reinsulate any pipe insulation removed or disturbed during the install. Contractor shall dispose of debris and pumps Location: Building 78 Clothing Room HV Unit HV Unit Louvres are frozen. Replace Damaged Louvres. Location: Building 78 Mechanical Room Insulation Replacement Furnish and Install insulation on piping in Bldg. 78 Mechanical Room (refer to attached photos for locations) Building 80 Chapel HVAC Repairs Replace Chapel pneumatic controls and repair HV issues. Remove all pneumatics and piping/tubing. Remove compressor and drier. Leave compressor and drier on site for VA reuse. Location: Building 80 Chapel Above altar HV-3 Replace preheat coil. New coil on site. Check manual operation of two air dampers. Repair or replace as needed. Replace pneumatic controls for HV. Replace pneumatic preheat reheat valves. Replace temp sensors and pressure switches as needed for new controls. Replace pneumatic thermostat by altar. Replace pneumatic damper controls and actuators for HV dampers. Replace Controls for A/C condenser and cooling coil solenoid. EF-1 Check manual operation of air damper. Repair or replace as needed. Replace pneumatic controls for exhaust fan. Replace pneumatic damper controls and actuator for EF damper. Replace controls for EF operation. Location: Building 80 Chapel Above Bathroom HV-1 Check manual operation of air damper. Repair or replace as needed. Replace pneumatic controls for HV. Replace pneumatic preheat reheat valves. Replace temp sensors and pressure switches as needed for new controls. Replace pneumatic thermostat at rear of chapel. Replace pneumatic damper controls and actuators for HV dampers. Replace Controls for A/C condenser and cooling coil solenoid. HV-2 Blower wheel turns in reverse but will not rotate in forward direction. Suspect bearings. Repair blower. Check manual operation of air damper. Repair or replace as needed. Replace pneumatic controls for HV. Replace pneumatic preheat reheat valves. Replace temp sensors and pressure switches as needed for new controls. Replace pneumatic thermostat in the side chapel. Replace pneumatic damper controls and actuators for HV dampers. Replace Controls for A/C condenser and cooling coil solenoid. EF-2 and EF-4 Check manual operation of air dampers (X3). Repair or replace as needed. Replace pneumatic controls for exhaust fan. Replace pneumatic damper controls and actuator for EF damper (X3). Replace controls for EF operation. End of Repairs Scope of Work The purchase order/contract period of performance is a base year plus four option years. Place of Performance/Place of Delivery Address: Edith Nourse Rogers Memorial Veterans Hospital 200 Springs Rd Bedford, MA Postal Code: 01730 Country: UNITED STATES The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1)� Insert the provision at� 52.212-2, Evaluation-Commercial Products� and� Commercial Services, in� solicitations� for� commercial products� or� commercial services� (see� 12.602); or (2)� Include a similar provision containing all evaluation factors required by� 13.106,� subpart� 14.2� or� subpart� 15.3, as an addendum (see� 12.302(d)).] 52.225-2 Buy American Certificate.(OCT 2022) As prescribed in 25.1101(a)(2), insert the following provision: (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, ""domestic end product,"" ""end product,"" and ""foreign end product"" are defined in the clause of this solicitation entitled ""Buy American-Supplies."" (b)Foreign End Products: (c)� Domestic� end products� containing a critical� component: Line Item� No.� ___ (d)� The Government will evaluate� offers� in accordance with the policies and procedures of� part� 25� of the Federal� Acquisition� Regulation. (End of provision) As prescribed in 852.102(a), insert the following provision: Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of provision) 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION) As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate: (iii) The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: Printed Title of Signee: Signature: Date: Company Name and Address: (End of clause) Parent topic:� Subpart 852.2 - Text of Provisions and Clauses 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). As prescribed in 52.107(a), insert the following provision: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far. 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far. The following contract clauses apply to this acquisition: 52.204-7 System for Award Management Registration (DEVIATION NOV 2025). 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (DEVIATION NOV 2025). 52.219-33 Nonmanufacturer Rule (SEP 2021). 52.203-18 Prohibition on Contracting with Entities (JAN 2018). 52.233-3 Protest after Award (DEVIATION NOV 2025). 52.233-4 Applicable Law for Breach of Contract Claim (DEVIATION NOV 2025). 52.244-6 Subcontracts for Commercial Products and Commercial Services. (DEVIATION NOV 2025). 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020). 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION). 852.223-71 Safety and Health (SEP 2019). 852.232-72 Electronic Submission of Payment Requests (NOV 2018). 852.246-71 Rejected Goods (OCT 2018) 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (DEVIATION AUG 2025). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (OCT 2025). The following subparagraphs of FAR 52.212-5 are applicable: 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024). 52.222-3 Convict Labor (June 2003). 52.222-21 Prohibition of Segregated Facilities (APR 2015). 52.222-26 Equal Opportunity (SEPT 2016). 52.222-35 Equal Opportunity for Veterans (JUN 2020). 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020). 52.222-37 Employment Reports on Veterans (Jun 2020). 52.222-41 Service Contract Labor Standards (AUG 2018). 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014). 52.222-50 Combating Trafficking in Persons (Oct 2025). 52.222-54 Employment Eligibility Verification (Jan 2025). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014). 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022). 52.225-1 Buy American-Supplies (Oct 2022). 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021). 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct2018). 52.242-5 Payments to Small Business Subcontractors (Jan 2017). 52.203-13 Contractor Code of Business Ethics and Conduct (Nov 2021). 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023). 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017). 52.204-23 Prohibition on� Contracting� for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities� (Dec 2023). 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021). SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can apply here:� https://www.cep.fsc.va.gov/ All quoters shall submit the following: Attachment 1- Price Schedule Attachment 2 - Past Performance Worksheet All quotes shall be sent to the Contract Specialist, Carissa Sarazin Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.� Past Performance: Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.� The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner.� Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement). Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement). The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 11-February-2026 by 4:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. A Site Visit Will be held Monday, February 9, 2026 at 11am. We will meet at the Building 2 Lobby Submission of your response shall be received not later than 20 February 2026 by 12pm. RFQ responses must be submitted via email to: Yolanda.Rankin@va.gov and Carissa.Sarazin@va.gov. Hand deliveries shall not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Carissa Sarazin Carissa.sarazin@va.gov ATTACHMENT 1 PRICE SCHEDULE (One Time Repairs) ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Bldg 7 HV-4 and HV-5 Replace Frozen Intake Louvers 1 JB $________________ $_________________ 0002 Building 7: Duct Cleaning and Inspection 1 JB $________________ $_________________ 0003 Building 80: HV-3 Replace pneumatic controls and preheat coil. 1 JB $________________ $_________________ 0004 Building 80: EF-1 Replace pneumatic controls and air damper 1 JB $________________ $_________________ 0005 Building 80: HV-1 Replace pneumatic controls and air damper 1 JB $________________ $_________________ 0006 Building 80: HV-2 Repair Blower, Replace pneumatic controls and air damper 1 JB $________________ $_________________ 0007 Building 80: EF-2 Replace pneumatic controls and air damper 1 JB $________________ $_________________ 0008 Building 80: EF-4 Replace pneumatic controls and air damper 1 JB $________________ $_________________ 0009 Bldg 61: HV-4 Replace Frozen Intake Louvers 1 JB $________________ $_________________ 0010 Bldg 61: HV-5 Replace Both Frozen Louvre Sets and Replace bearings 1 JB $________________ $_________________ 0011 Bldg 61: Furnish and Install Insulation 1 JB $________________ $_________________ 0012 Building 78: Furnish and Install Circulation Pumps 2 JB $________________ $_________________ 0013 Bldg 78: Replace Frozen Louvres on HV Unit 1 JB $________________ $_________________ 0014 Bldg 78: Furnish and Install Insulation 1 JB $________________ $_________________ GRAND TOTAL $_________________ ATTACHMENT 1 PRICE SCHEDULE (Base + 4 Option Years) ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT B001 Semi Annual Backflow Testing 1 JB $________________ $_________________ B002 Backflow Repair Labor 16 HR $________________ $_________________ B003 Backflow Repair Parts/Materials 0 JB N/A N/A B004 Crescent House Yearly Boiler PM 1 JB $________________ $_________________ B005 Boiler Repair Parts/Materials 0 JB N/A N/A B006 Emergency Service: Welder 16 HR $________________ $_________________ B007 Emergency Services: Welder Helper 16 HR $________________ $_________________ B008 Emergency Services: Plumber Foreman 160 HR $________________ $_________________ B009 Emergency Services: Plumber 160 HR $________________ $_________________ 0010 Emergency Parts/Materials 1 JB N/A N/A 1001 Semi Annual Backflow Testing 1 JB $________________ $_________________ 1002 Backflow Repair Labor 16 HR $________________ $_________________ 1003 Backflow Repair Parts/Materials 0 JB N/A N/A 1004 Crescent House Yearly Boiler PM 1 JB $________________ $_________________ 1005 Boiler Repair Parts/Materials 0 JB N/A N/A 1006 Emergency Service: Welder 16 HR $________________ $_________________ 1007 Emergency Services: Welder Helper 16 HR $________________ $_________________ 1008 Emergency Services: Plumber Foreman 160 HR $________________ $_________________ 1009 Emergency Services: Plumber 160 HR $________________ $_________________ 1010 Emergency Parts/Materials 1 JB N/A N/A 2001 Semi Annual Backflow Testing 1 JB $________________ $_________________ 2002 Backflow Repair Labor 16 HR $________________ $_________________ 2003 Backflow Repair Parts/Materials 0 JB N/A N/A 2004 Crescent House Yearly Boiler PM 1 JB $________________ $_________________ 2005 Boiler Repair Parts/Materials 0 JB N/A N/A 2006 Emergency Service: Welder 16 HR $________________ $_________________ 2007 Emergency Services: Welder Helper 16 HR $________________ $_________________ 2008 Emergency Services: Plumber Foreman 160 HR $________________ $_________________ 2009 Emergency Services: Plumber 160 HR $________________ $_________________ 2010 Emergency Parts/Materials 1 JB N/A N/A 3001 Semi Annual Backflow Testing 1 JB $________________ $_________________ 3002 Backflow Repair Labor 16 HR $________________ $_________________ 3003 Backflow Repair Parts/Materials 0 JB N/A N/A 3004 Crescent House Yearly Boiler PM 1 JB $________________ $_________________ 3005 Boiler Repair Parts/Materials 0 JB N/A N/A 3006 Emergency Service: Welder 16 HR ...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/09f8c1f4efea41bcac81bd27fc7f8878/view)
- Place of Performance
- Address: Bedford VA Medical Center 200 Springs Road Bedford, MA 01730 10 Veterans Way, Lowell, MA 01852
- Record
- SN07702882-F 20260204/260202230042 (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 |