This is a combined synopsis/solicitation for a pneumatic tube system upgrade and maintenance services for the VA Loma Linda Healthcare System. The existing system is at end-of-life and requires an upgrade to prevent disruption of critical hospital operations. The contractor will be responsible for providing all labor, materials, tools, equipment, and qualified personnel for the upgrade, including new computer hardware and software, and enhancements to end-user keypads. The scope includes upgrading diverters, replacing front panels, and repiping the system. The contractor must also provide field training, operation and maintenance manuals, and as-built drawings. Licensing requirements include an OSHA safety card and specific certifications for tube system and electrical work. The period of performance is 240 days from the start date, with work potentially scheduled day or night. Invoices must be submitted electronically. Award will be based on a comparative evaluation of price and past performance. A mandatory site walk is scheduled for March 16, 2026. Questions must be submitted electronically by March 11, 2026, and final responses are due by March 24, 2026.
The period of performance for this contract is 240 days from the performance start date, and work may be scheduled during the day or night, Monday through Friday and/or Saturday through Sunday. The contractor shall initiate work within 2 weeks of being contacted by the designated contracting officer's point of contact (POC) or designee. Timelines are subject to change due to VA Loma Linda Healthcare System's operational requirements. All time shall be approved in advance by the contracting officer's representative (COR). Allow 5 days for approval of any alternate working hours needed. The purchase order period of performance is 04/01/2026 - 03/31/2027.
Payment of services rendered under this contract shall be made in arrears upon satisfactory completion of each service and receipt of a properly prepared invoice submitted by the contractor to the payment address specified by contracting. Invoices shall reference the contract number and purchase order number, manifest numbers, provide a complete and accurate description of services/supplies delivered/rendered, including dates of performance, amounts, unit prices, extended totals, and any other data relevant for payment purposes. Payment shall be made on a monthly arrears for services provided during the billing month in arrears in accordance with FAR ****, para. i. All invoices from the contractor shall be submitted electronically in accordance with VAAR clause **** electronic submission of payment requests, through the Tungsten Network.
The award will be based upon a comparative evaluation of quotes in accordance with the simplified acquisition procedures of RFQ FAR 12. 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, and past performance, with price more important. Past performance will be based on CPARS andFAPIIS ratings. No rating in CPARS is equal to a neutral rating. The award will be made to the response most advantageous to the government.
Offerors must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. Offerors must also have Air Link tube system certification, C7 low voltage system contractor, and C10 electrical contractor qualifications. Submissions must include a capabilities statement with qualifications proving all certifications and education required for the work being conducted in the SOW.
A site walk is established for Monday, 03/16/2026, at 09:00 PDT local. Please contact COR Jonathan McWhite at ***@***. *. *, ****, or **** ****, for coordination.