Opportunity

SAM #36C24126Q0442

Backflow Device Repair Services at West Haven VA Medical Center

Buyer

Department of Veterans Affairs

Posted

April 21, 2026

Respond By

May 05, 2026

Identifier

36C24126Q0442

NAICS

238220

This opportunity involves backflow device repairs at the VA Connecticut Healthcare System, West Haven VA Medical Center. - Government Buyer: - Department of Veterans Affairs, VAMC Manchester Contracting Office - Place of performance: VA Medical Center West Haven, 950 Campbell Ave, West Haven, CT 06516 - Scope of Work: - Repair and maintenance of fire service line backflow devices - Replacement of relief port on 8" backflow device (Type RPBP, Tag # SN NG-2107) - Lubrication, repacking, tagging of valves and components - Certified backflow testing and inspection by a Connecticut Department of Health certified Backflow Prevention Tester - Start-up and acceptance testing - Compliance with Lockout/Tagout procedures, confined space entry, and OSHA certification requirements - All labor, materials, equipment, tools, supervision, and disposal included - Requirements: - Contractor must be located within 200 miles of West Haven campus - Factory-certified training from the OEM for the specific equipment is required - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - OEMs and Vendors: - No specific OEMs or part numbers are mentioned - Unique/Notable Requirements: - Mandatory pre-bid walkthrough - All work must comply with VA Connecticut Healthcare System policies and safety standards

Description

VA Connecticut Healthcare System West Haven Backflow Repairs Page 2 of 2 Combined Synopsis Solicitation - West Haven VAMC - Backflow Repairs (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24126Q0422 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01. (iv) This requirement is being issued as a SDVOSB set-aside. The associated NAICS is 238220 and the small business size standard is $19 million. (v) The Government intends to award a firm-fixed price contract for Backflow Repairs at West Haven VAMC. Please see the attached Statement of Work for full requirement details. Complete the Price Schedule below and submit with your quote. (vi) The Contractor shall provide all resources necessary to provide Backflow Repairs in accordance with the attached Statement of Work. Please see the attached SOW for full details. (vii) The Place of Performance is West Haven VAMC as described in the Statement of Work. (viii) The following provisions apply: 52.212-1, Instructions to Offerors -- Commercial (with addenda: 52.252-1, 52.204-7, 52.204-16, 52.217-5, 852.252-70); 52.212-2, Evaluation -- Commercial Items. (ix) Site Visit: Vendors shall perform a mandatory pre-bid walkthrough at 8:30 a.m. on April 29, 2026, at VA Medical Center West Haven, 950 Campbell Avenue, West Haven, CT 06516. Meet at Building 15, obtain a temporary badge, and sign in. Submission of Quotes: Quotes shall be received on or before the date and time specified in Section (xv). Offers received after this time shall not be considered. Submit quotes electronically via email to Nathan.Langone@va.gov. Questions must be submitted in writing via email by April 30, 2026, 12:00 PM EST. Answers will be provided via formal amendment. Quote format: Clearly index and assemble in order of evaluation criteria, with pages numbered and company info in header/footer. Evaluation Process: Award will be made based on the best value to the Government, considering price and other factors. Failure to provide requested information may result in disqualification. Evaluation factors include: Price: Complete Attachment 1 - Price Schedule. Past Performance: Use Attachment 2 to provide 1-3 references of similar work. Technical Capability: Demonstrate experience, qualifications, and approach to meet requirements. Subcontractor information if applicable. Registration in SAM.gov. Additional Requirements: Include a completed copy of 52.212-3, Offeror Representations and Certifications. Contract Terms: 52.212-4 applies with addenda. Monitoring and compliance with VAAR clauses. Contract Terms: 52.212-5 applies with applicable FAR clauses. Responses due by May 05, 2026, 10:00 AM EST, via email to tnauri.woodbridge@va.gov. Point of Contact: Nathan.Langone@va.gov Attachment 1 ITEM NUMBER DESCRIPTION OF SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Base Backflow Repairs 1.00 JB _______________ ____________ Grand Total: _______________ Attachment 2 Past Performance Worksheet Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: Contracting Activity Address: Contract Number: Date of Contract Award: Beginning Date of Contract: Completion Date of Contract: Contract Value: Type of Contract: Technical Point of Contact: Contracting Point of Contact: Name: Title: Address: Telephone: Email: Place of Performance: Description of Work (use continuation sheet if necessary): List any commendations or awards received: List of Major Subcontractors: Attachment 3 Statement of Work Repair Fire Service Backflow Device Background VA Connecticut Healthcare System requires repairs to a backflow device located on the fire service line at VA Medical Center West Haven, 950 Campbell Avenue, West Haven, CT 06516. Justification Regulatory inspections and testing by the Connecticut Department of Health identified relief port failure. Repairs are required to ensure proper function and maintain fire protection system integrity. Place of Performance The place of performance is VA Connecticut Healthcare System, West Haven VA Medical Center, 950 Campbell Avenue, West Haven, CT 06516. Qualifications Potential bidders must have a field representative within 200 miles of the West Haven Campus, trained by the OEM on the specific model. Documentation of factory-certified training must be provided upon request. The VA reserves the right to reject personnel based on credentials. Vendors will be evaluated on past performance, technical, and financial capabilities. A mandatory pre-bid walkthrough is scheduled for April 29, 2026, at 8:30 a.m. Scope of Work The Service Provider shall furnish all labor, materials, equipment, supervision, disposal, and incidentals. Work shall be coordinated with the VA COR and designated POC. Work hours are during regular business hours, Monday through Friday, 7:30 a.m. to 5:00 p.m., excluding holidays unless emergency. Description of Services: Schedule and coordinate all work with VA personnel. Follow VA policies for Lockout/Tagout and Confined Space Entry. Replace relief port on backflow device Type RPBP with Tag # SN NG-2107 outside Building 02 Fire Service. Lubricate, repack, and tag valves and components. Furnish certified backflow testing and inspection by Connecticut Department of Health certified tester. Perform start-up and acceptance testing with VA staff witness. Submittals/Deliverables: Final documentation report with tests, photos, and work completed within 10 business days. Material certifications for replacement parts. Waste manifest as required. Special Instructions: Sign in at Building 15, obtain VA badge, and record visit details. Coordinate after-hours work in advance. Submit permits before work begins. Work shall comply with VA policies, safety standards, and applicable codes. Develop and submit a Safety Plan in accordance with VA and NFPA standards. All personnel must have OSHA 10-hour and 30-hour certifications. Prohibit smoking, vaping, and photography without permission. Provide proof of Tuberculosis testing prior to work. Coordinate parking and confine operations to authorized areas. Bill the VA with detailed reports of work completed. Comply with environmental, record management, and confidentiality policies.

View original listing