Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SPECIAL NOTICE

J -- NOTICE OF INTENT TO SOLE SOURCE TO VENERGY GROUP LLC 5 YEAR ORDERING PERIOD IDIQ WATER INTRUSION REPAIRS WASHINGTON DC VAMC

Notice Date
12/18/2025 8:43:08 AM
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24526Q0191
 
Response Due
12/26/2025 7:00:00 AM
 
Archive Date
02/24/2026
 
Point of Contact
Bill Pratt, Contracting Officer, Phone: 410-642-2411
 
E-Mail Address
billie.pratt@va.gov
(billie.pratt@va.gov)
 
Awardee
null
 
Description
B.2 STATEMENT OF WORK (SOW) IDIQ Contract Water Intrusion Repairs Washington DC VA Medical Center 50 Irving St. NW, Washington DC 20422 1.0 PURPOSE This Statement of Work (SOW) establishes the requirements for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide all labor, materials, equipment, and supervision necessary to perform water intrusion repairs at the Washington DC VA Medical Center, 50 Irving St. NW, Washington DC 20422. The intent is to address water intrusion incidents promptly and effectively to maintain a safe, healthy, and operational environment for patients, staff, and visitors. 2.0 SCOPE OF WORK The Contractor shall provide all necessary resources to perform water intrusion repairs on an as-needed basis throughout the VA Medical Center campus, including but not limited to: - Emergency and routine response to water leaks, flooding, and moisture infiltration. - Inspection and assessment of affected areas to determine the source and extent of water intrusion. - Removal and replacement of damaged building materials (e.g., drywall, ceiling tiles, insulation, flooring, baseboards). - Temporary and permanent repairs to building envelopes (e.g., roofs, windows, doors, exterior walls, foundations) to prevent recurrence. - Sealing, caulking, and waterproofing as needed. - Mold remediation and abatement in accordance with EPA, OSHA, and VA standards. - Drying and dehumidification of affected areas using appropriate equipment. - Restoration of finishes and surfaces to match existing conditions. - Coordination with VA staff and other contractors as required. - Documentation and reporting of findings, repairs performed, and recommendations for further action. 3.0 DELIVERABLES - Timely response to task orders in accordance with contract requirements (see Section 5.0). - Written assessment and repair report for each incident, including before and after photos. - Recommendations for long-term mitigation, if applicable. - Documentation of materials used, labor hours, and completion date. 3.1 The contractor shall conduct a detailed roof inspection of buildings 1, 4, 6, 14, 16, and 17. The contractor must visually inspect each rooftop area on campus listed above and document any damage or potential damage to roofs including but not limited to, examining the roof membrane for cracks or tears, document ponding water, worn surface conditions, condition of flashing systems, condition of adjoining walls, counterflashing, termination details, soil stacks, vents, and roofing details for any rooftop projections and equipment such as pitch pans, HVAC equipment s, skylight and access hatches, gutters. Contractor shall clear any debris on roof and within gutter systems during inspection. 3.2 Upon completion of their inspection, the contractor shall provide a comprehensive report to the Government which assesses each roof s condition and deficiencies. The report shall minimally identify individual building numbers, type of damage to each roof and area of damage. The report shall contain two main sections, a) Major Roof Repairs/Replacement and b) Regular Recurring Maintenance. 3.2.1 Major Roof Repairs/Replacement: 3.2.1.1 The contractor shall prioritize the list of damaged areas based upon the worse roof conditions. 3.2.1.2 Contractor shall provide a scope of work and detailed cost estimate for any major roof repairs. Separate scopes and estimate for each building. The Government will determine which repairs are to be completed, if any and issue them in whole or in part, as a separate delivery order. 3.3 Recurring Maintenance: 3.3.1 The contractor shall provide a detailed list of regular, recurring maintenance items needed for each roof. The contractor should include a cost estimate for completing regular, recurring maintenance items and minor repairs, as well as a cost for 1 emergency roof repair per month. 3.3.1.1 Regular, recurring maintenance items include, but are not limited to: 3.3.1.1.1 Minor repair and fixes to flashing components and details. 3.3.1.1.2 Intermittent splits, tears, open laps and breaks in roof membrane. 3.3.1.1.3 Tightening drain bolts and clamp rings, replacement of missing components such as drain strainers. Repair of strip-in around drains and scuppers. 3.3.1.1.4 Removal of debris (i.e., leaves, branches, paper, and similar items) from the entire roof membrane, among the mechanical equipment area and drainage areas. 3.3.1.1.5 The final recurring maintenance list shall include recommended duration. 3.3.1.1.6 The recurring maintenance list with recommended durations shall be submitted to COR for approval. 3.3.1.1.7 Upon approval of recurring maintenance list with recommended durations, the contractor shall perform those items as agreed upon. 3.4 Every six months, after the completion of the initial roof inspection report, the Contractor shall continue to perform bi-annual roof inspections in accordance with paragraph 3.1 and 3.2. 3.5 Inspecting or regular maintenance on roofs shall require Contractor to provide a fall protection plan per section 21.C of the EM 385-1-1. Please note this section mandates the requirement to have a competent person in fall protection be designated by the employer to oversee the fall protection plan (Competent person for fall protection is defined in Appendix Q of the EM 385-1-1). The fall protection plan shall be submitted to the Contracting Officer s Representative prior to commencement of work. 3.6 Contractor shall always maintain a clean work area, on a daily basis. 3.7 Contractor shall submit an RFI(s) to the Contacting Officer s representative for any questions or clarifications needed for this SOW prior to submitting the proposal. 4.0 CONTRACTOR RESPONSIBILITIES - Provide all supervision, labor, materials, tools, and equipment necessary to complete repairs. - Ensure all repairs are performed in accordance with applicable federal, state, and local codes and VA standards. - Maintain a safe and clean work environment; implement infection control measures as required. - Properly dispose of all waste and debris in accordance with environmental regulations. - Coordinate work with the VA Facilities Management Service point of contact. - Provide all required safety data sheets (SDS) for chemicals and materials used. 5.0 RESPONSE TIMES AND SCHEDULING - Emergency Repairs: Contractor shall respond on-site within 2 hours of notification for emergency water intrusion events (e.g., active leaks, flooding affecting patient care areas). - Routine Repairs: Contractor shall respond within 24 hours of notification for non-emergency water intrusion repairs. - Work shall be scheduled to minimize disruption to patient care and facility operations. 6.0 PERIOD OF PERFORMANCE - The base contract period is one (1) year from date of award, with up to four (4) one-year option periods. 7.0 PLACE OF PERFORMANCE - Washington DC VA Medical Center � � 50 Irving St. NW � � Washington DC 20422 � � (Including all buildings, structures, and associated grounds on campus) 8.0 VA RESPONSIBILITIES - Provide access to affected areas and necessary utilities. - Designate a point of contact for coordination and oversight. - Review and approve completed work and documentation. 9.0 SAFETY, ENVIRONMENTAL, AND INFECTION CONTROL - Contractor personnel must comply with all VA safety, security, infection control, and environmental regulations and policies. - All work in patient care areas must be performed in accordance with VA infection control risk assessment (ICRA) requirements. - Contractor shall ensure proper containment and air filtration during mold remediation and demolition activities. 10.0 QUALITY ASSURANCE - All work shall be subject to inspection and approval by VA Facilities Management. - Deficiencies shall be corrected at no additional cost to the Government. - VA reserves the right to audit contractor records and inspect work at any time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/be775bc042bf401b840cd27581040ccc/view)
 
Record
SN07669849-F 20251220/251218230038 (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.