SOURCES SOUGHT
Z -- 552-25-501 - Install Compressor for SPS Cabinets
- Notice Date
- 12/16/2025 6:10:11 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25026Q0176
- Response Due
- 1/4/2026 2:00:00 PM
- Archive Date
- 03/05/2026
- Point of Contact
- Jeffrey Rozema, Contracting Officer, Phone: 269-966-5600 x36450
- E-Mail Address
-
jeffrey.rozema@va.gov
(jeffrey.rozema@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT request for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine the interest and capability of businesses to meet the requirements listed below. Description of Requirement: The Department of Veterans Affairs, Dayton VA Medical Center, Dayton, OH, has a requirement for comprehensive services to prepare the site with med air for the installation of six (6) new EndoDry cabinets in the Digestive/Endoscopy section and one (1) new EndoDry cabinet in the Operating/Surgery section, totaling seven (7) cabinets (will be installed through a follow-on contract). The contractor will install a suitable medical air compressor capable of supplying the required airflow to all cabinets. The compressor will be located in the basement, with medical air piped to the cabinet locations. Work to be performed at the Dayton Veterans Affairs Medical Center located at 4100 West Third Street, Dayton, Ohio 45428, Building 330 and 310 (which are connected). The contractor is responsible for providing all necessary equipment, materials, supervision, and labor for the installation of the instrument air compressor. The installation must comply with the current 2024 NFPA99 Standards for medical gas systems. The Advantage Plus EndoDry Cabinets require a minimum of 4.2 SCFM of air at 100 PSI per unit, resulting in a combined airflow requirement of 29.4 SCFM for all seven units. The installed compressor must supply 30-35 SCFM at 100 PSI and feature a triplex configuration for enhanced reliability and redundancy, ensuring continuous operation and load sharing. The compressor will be installed per manufacturers recommendations, in the Basement Mechanical Room (BD-114), providing adequate space and minimal demolition. Fresh air intake will be routed outside through a concrete wall, sealed to ensure a watertight and bug-tight fit. A new concrete pad will be poured in the Basement Mechanical Room BD-114 as the base for the air compressor, with isolators installed and the unit securely anchored. One wall-mounted service sink faucet will be removed, and a new floor drain will be installed. The new floor drain will be installed in accordance with VA plumbing standards; the contractor is responsible for all related cutting, connection, and finishing. Piping will be routed vertically through three floors to the Operating/Surgery section and one floor to the Digestive/Endoscopy section. Most horizontal piping will be run through the basement to minimize hospital operation interruptions. The contractor shall route new medical air piping and electrical conduits through the existing utility chase in the designated stairwell area, per the drawings. No new chase construction, enlargement, or modification is required. The contractor shall field-verify all electrical requirements and provide any necessary electrical upgrades. The system will be connected to the emergency power supply for generator backup. An existing chase will be utilized in the designated stairwell area as per the drawings. The chase will contain all necessary utility lines, including medical air piping, electrical conduits, and other relevant services as per the approved plans. The chase must be finished using materials and finishes to match the design of the stairwell and comply with VA standards. All piping will be medical gas-rated, cleaned, and factory-plugged. Fire-rated wall penetrations will be properly sealed in accordance with code requirements. Installation will be completed per NFPA99, and a third-party verifier will conduct final inspection to confirm proper pressure and purity, providing certification documentation once completed. The system will be tied into the master alarm panel, including all required alarm points. Alarm panels are located in the police dispatch (B330, 1A-101), Bio Med (B330, BC-123) and Emergency Department (B310, outside room 1G-122). The associated North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction, and the Business Size Standard is $45.0M. The associated Product Service Code is Z2DA Repair or Alteration of Hospitals and Infirmaries. Requested Information: To aid acquisition planning, contractors that are interested and capable of meeting this requirement are asked to provide a response via the email address listed below. Please provide at minimum the following information in your response: (1) Business name and address (2) Point of contact name, phone number and e-mail address (3) SAM Unique Entity ID (UEI) (4) Socio-economic status (5) Any relevant past performance information Additional information: All contractors must be registered with the System for Award Management (SAM) at https://sam.gov. Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the SBA and meet the requirements of FAR 19.103. Any contractor that believes they are capable and desires to claim preference for SDVOSB or VOSB status must be registered with the SBA Veteran Small Business Certification Program. Responses due to the Contracting Officer, Jeffrey Rozema, by Sunday, January 4, 2026, at 5:00 PM Eastern Time. Please e-mail all responses to jeffrey.rozema@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d075e17a0a4b407682cd8498e8a77d31/view)
- Place of Performance
- Address: Department of Veterans Affairs Dayton VA Medical Center 4100 W. 3rd Street, Dayton, OH 45428, USA
- Zip Code: 45428
- Country: USA
- Zip Code: 45428
- Record
- SN07668134-F 20251218/251216230041 (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 |