Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
ID: 36C25725B0013Type: Presolicitation
AwardedMay 14, 2025
$821K$821,042
AwardeeWICHITA FALLS TRI-TECH, LLC KELLER 76248
Award #:36C25725C0038
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the replacement of the HVAC system in the Hemodialysis Unit at the Audie Murphy VA Medical Center in San Antonio, Texas. This project, designated as Project 671-25-006, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves a firm-fixed-price contract with a magnitude between $500,000 and $1,000,000, requiring completion within 180 calendar days after the notice to proceed. The initiative underscores the VA's commitment to enhancing healthcare environments for veterans, ensuring compliance with safety and infection control regulations throughout the construction process. Interested contractors must submit their proposals by March 25, 2025, at 10:00 AM Central Time, and can direct inquiries to Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042.

    Point(s) of Contact
    Jose RevelesContract Specialist
    (254) 899-6066
    jose.reveles@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation notice from the Department of Veterans Affairs for Project 671-25-006, which involves the replacement of the HVAC system in the Hemodialysis unit at the Audie Murphy VA Hospital in San Antonio, Texas. The solicitation number is 36C25725B0013, and responses are required by March 13, 2025, at 10:00 AM Central Time. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), and the relevant product service and NAICS codes are Z2DA and 238220, respectively. Several attachments provide additional details, including specifications and drawings pertinent to the HVAC replacement. The contracting office is located in Temple, TX, with the point of contact being Contract Specialist Jose Reveles. The solicitation reflects the federal government's ongoing efforts to upgrade healthcare infrastructure, ensuring vital services can be provided effectively at VA facilities.
    The document outlines a solicitation for the replacement of the HVAC systems for the 4th Floor Hemodialysis Unit at the Audie Murphy VA Hospital, part of the South Texas Veterans Health Care System. It is a firm-fixed-price contract specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a construction project magnitude between $500,000 to $1,000,000. Contractors are required to complete the work within 180 calendar days after receiving the notice to proceed. Key components include a mandated site visit and strict guidelines for job performance and safety, highlighting the need for adherence to infection control and environmental safety regulations. Contractors must submit detailed bids, including bid bonds and compliance documentation regarding occupational safety. Furthermore, the document establishes criteria for contractor responsibility, including required training in safety and security protocols, and guidelines for handling hazardous materials. It emphasizes the importance of maintaining a safe worksite while ensuring continuous accessibility for hospital staff and protecting patients. The project reflects the VA's commitment to enhancing healthcare environments while driving veteran-owned business participation.
    The presolicitation notice for Project 671-25-006 involves the replacement of the HVAC system in the Hemodialysis Unit at the Audie Murphy VA Medical Center, located in San Antonio, Texas. The contracting opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is categorized under Product Service Code Z2DA with a NAICS Code of 238220. The project will require comprehensive general construction services, including demolition and installation work, while ensuring continuous accessibility to adjacent areas for VA operations. The HVAC unit to be installed is already on-site, and the contractor must implement dust and noise control measures to avoid disrupting patient care. A coordinated phasing plan may be necessary, particularly for work conducted outside of mechanical rooms. The response deadline for proposals is set for February 6, 2025, at 10:00 AM Central Time, with the contact point for inquiries being Contract Specialist Jose Reveles. The project reflects the ongoing efforts of the VA to improve healthcare infrastructure while maintaining operational efficiency during construction activities.
    This document serves as an amendment to a previous combined solicitation for a project entitled "671-25-006 Replace HVAC in Hemodialysis." The solicitation is issued by the Department of Veterans Affairs, specifically the Temple CTX Contracting Office. Proposals must be submitted by March 13, 2025, at 10:00 AM Central Time. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and involves services classified under product service code Z2DA and NAICS code 238220. Work is to be conducted at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. The point of contact for the solicitation is Contract Specialist Jose Reveles, who can be reached via email. The amendment suggests that additional information or details may exist in the accompanying document referenced (36C25725B0013 0001). This request emphasizes the government's initiative to improve healthcare facilities, specifically focusing on critical systems within the hemodialysis unit, indicative of the ongoing commitment to veterans’ health services and facility upgrades.
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs (NCO 17). It aims to clarify critical information regarding a mandatory site visit for potential offerors. Specifically, it confirms that the site visit will take place on February 19th at 10:00 AM Central Standard Time. Aside from this clarification, all other terms and conditions related to the original solicitation remain unchanged. The document emphasizes the importance of acknowledging receipt of this amendment prior to the specified deadline to avoid the rejection of any offers. It includes administrative details such as contract numbers, issuing offices, and the names and addresses of involved parties. This amendment is vital for ensuring that all bidders are informed and prepared to participate in the procurement process accurately.
    The document is an amendment to a combined solicitation for Project 671-25-006, which involves the replacement of the heating, ventilation, and air conditioning (HVAC) system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. The solicitation number is 36C25725B0013, and responses are due by March 25, 2025, at 10:00 AM Central Time. The project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), and the relevant product service code is Z2DA, with a NAICS code of 238220. Additional information includes a contact point for inquiries, Contract Specialist Jose Reveles, and several attached documents, including revised electrical drawings and wage rates. The amendment emphasizes the importance of complying with federal regulations and guidelines in executing the project and highlights the overarching goal of improving health care infrastructure for veterans.
    The document is an amendment to a solicitation for the Department of Veterans Affairs regarding a project to replace/install Hemodialysis HVAC. Its primary purpose is to extend the deadline for bid submissions to March 25, 2025, at 10:00 AM CDT. The amendment also removes several specific clauses from the solicitation, provides updated electrical drawings and wage rates, and indicates that answers to recent Requests for Information (RFIs) will be made available around March 17, 2025. The document emphasizes that all other terms and conditions remain unchanged. The detailed modification reflects the government’s procedural requirements for procurement and contract management, ensuring compliance with federal regulations while addressing the needs of potential contractors.
    The project 671-25-006, issued by the Department of Veterans Affairs, seeks to replace the HVAC system in the Hemodialysis unit at the Audie Murphy VA Medical Center in San Antonio, TX. The solicitation is classified under the solicitation number 36C25725B0013, with a response deadline set for March 25, 2025, at 10:00 AM Central Time. This initiative is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside and involves the NAICS code 238220 for plumbing, heating, and air-conditioning contractors. Contract details are managed from the Contracting Office located in Temple, TX, and interested vendors can reach out to Contract Specialist Jose Reveles for inquiries. Additional information and amendments to the original solicitation are provided through attached documents, detailing prior RFCs related to the project. This project underscores the VA’s commitment to maintaining proper indoor air quality and patient comfort in specialized medical facilities. The overall goal is to implement a modern HVAC system that complies with relevant standards while addressing operational requirements.
    The document concerns an amendment to a solicitation (36C25725B0013) issued by the Department of Veterans Affairs for a project related to the installation of HVAC systems in a Hemodialysis unit (Project 671-25-006) at the Temple, Texas facility. The main purpose of this amendment is to provide responses to inquiries from offerors regarding the project, facilitating better understanding and clarity for bidders. It explicitly states that all other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes the importance of acknowledging receipt of the amendment to ensure compliance with submission timelines. This document reflects standard practices in federal and local contracting, where amendments are issued to clarify or modify proposals in response to contractor questions, ensuring fair and transparent bidding processes for government contracts.
    The mechanical project labeled as "Air Handlers Replacement" involves extensive renovations in a hospital setting, focusing on the replacement of several air handling units (AHUs) while complying with relevant national and local construction codes. The work will be supervised by licensed professionals and will demand close coordination with other trades to ensure minimal disruption to hospital operations. Multiple constraints regarding infection control and hazardous material handling, particularly asbestos, are stipulated, highlighting the project’s complexity in a healthcare environment. Key elements include adherence to seismic restraint guidelines, installation of new ducts, and ensuring systems are operationally compliant with existing infrastructure. Health and safety regulations require that all work occurs outside of regular hours to protect patients and staff. Moreover, thorough air balancing, including pre-demolition air measurements, is required to maintain environmental standards during construction. The overall goal is to enhance the building’s mechanical efficiency while ensuring safety protocols and maintaining service continuity within the facility.
    The VHA Infection Control Risk Assessment (ICRA) template outlines procedures for assessing infection control risks during construction, renovation, and maintenance activities in healthcare facilities. It specifies a baseline for classifying activities into categories (A-D) based on their potential impact and the associated patient safety risks. Each category mandates a corresponding level of infection prevention precautions (I-IV) that must be adhered to throughout the activity. The assessment requires identifying affected areas, categorizing patient risk (from low to highest), and determining appropriate control measures tailored to the projected level of risk. Essential measures for infection control include containing dust, isolating work areas, maintaining negative pressurization in workspaces, and ensuring proper cleaning protocols upon project completion. A fillable permit form is provided for compliance with required precautions. The document serves as a critical guideline for healthcare facility management ensuring both patient safety and adherence to infection prevention standards during maintenance or construction projects, reflecting the government’s stringent commitment to health standards in federally funded facilities.
    The VHA Pre-Construction Risk Assessment (PCRA) guidance document is designed to standardize the assessment and management of risks associated with construction, renovation, and maintenance activities within VA facilities. It outlines a structured approach for categorizing activities based on their complexity and associated safety risks to patients, employees, and contractors. The PCRA emphasizes the importance of communication plans and site-specific control measures to prevent disruptions and ensure safety during construction processes. Key components include a classification system for activities (from minor inspections to large-scale renovations), with corresponding control measures that must be implemented before and maintained during the activity. Coordination with adjacent areas to mitigate operational impacts is also essential. An Infection Control Risk Assessment (ICRA) is recommended in conjunction with the PCRA for activities that may pose infection risks. This guidance is critical for ensuring regulatory compliance and maintaining safety standards throughout construction projects within VA facilities, reflecting the government's commitment to protect health and safety during such activities.
    The document pertains to the construction project numbered 02164823.00, issued by Schwab Engineering & Management for the Department of Veterans Affairs, covering electrical general notes, code analysis, demolition procedures, equipment identifications, and drawing indexes. The project requires compliance with the 2015 International Codes and VA Construction Standards, necessitating a licensed master electrician's supervision. Key responsibilities include ensuring a safe working environment, coordinating with separate contractors, and adhering to construction documents. The contractor must also maintain existing utilities, conduct thorough site inspections before bidding, and prepare for potential disruptions in service. Electrical materials must meet various standards, including those established by Underwriters Laboratories and the National Electrical Code. Additional requirements include obtaining necessary permits, submitting shop drawings, and providing a one-year guarantee for work completed. The objective of this document is to provide comprehensive guidelines and requirements for the safe and compliant execution of electrical work at the facility, underscoring the importance of coordination among trades and adherence to strict safety protocols during the renovation process.
    The document addresses inquiries related to Solicitation 36C25725B0013 for Project 671-25-006, which involves replacing the HVAC system in the Hemodialysis Unit at a VA facility. Key clarifications include that the HVAC unit being replaced is AC-4-2B, and new electrical drawings have been provided. Abatement is required during demolition, and no temporary HVAC unit will be needed. The project does not anticipate overtime work. The General Contractor must verify the existing HVAC condition, install new components with a warranty, and follow specific flooring and infection control measures, particularly due to abatement activities. The project duration is projected at 180 days post-notice to proceed, with substantial preparatory time needed for submittals. The findings emphasize the importance of following Virginia specifications and protocols to ensure safety and compliance throughout the HVAC replacement process.
    The document outlines the specifications for the replacement of air handling units (AHUs) at the VA San Antonio facility under Project #671-15-122. The project involves comprehensive demolition and replacement of specific air handlers, mechanical room retrofits, and installation of new HVAC controls and systems, while ensuring ongoing operations within the facility. It emphasizes safety, environmental controls, and compliance with local regulations, including detailed requirements for asbestos and lead paint abatement. The contractor is responsible for project management, including the development and adherence to a project schedule, utilization of a critical path method (CPM) for monitoring progress, and coordination with VA personnel to maintain the operational efficiency of the medical center. Specific stipulations address construction methodologies, equipment usage, securing sensitive information, and the need for thorough documentation and training for VA staff on new systems. This initiative reflects the VA's commitment to enhancing facility infrastructure and ensuring patient and staff safety during upgrades.
    The document outlines the wage determination for building construction projects in Bexar County, Texas, under the Davis-Bacon Act. It specifies minimum wage requirements based on whether contracts are subject to Executive Order 14026 or Executive Order 13658. Contracts initiated on or after January 30, 2022, must pay a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require $13.30 per hour unless renewed after January 30, 2022. The document provides detailed wage rates and fringe benefit information for various construction trades, including electricians, plumbers, and carpenters. Additionally, it outlines the process for appeals regarding wage determinations, allowing affected parties to request reviews and appeals through specified USDA channels. The document emphasizes contractor responsibilities for paying applicable wages and providing paid sick leave under Executive Order 13706. Overall, this wage determination serves to ensure fair compensation in federally funded construction work, crucial for government contracts and compliance with labor standards, thereby reinforcing the integrity of federal grant and RFP processes.
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Z2NB--674-23-255 NRM Improve RO-DI Recirculation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Improve RO-DI Recirculation" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This procurement involves the demolition and replacement of existing Reverse Osmosis-Deionization (RO-DI) plumbing fixtures, lines, and tanks across three floors of building 163, requiring the contractor to provide supervision, labor, materials, equipment, and testing services, along with necessary reconfigurations of electrical, mechanical, and plumbing systems. The new RO system must produce a minimum of 4 gallons per minute, and due to the facility's 24/7 operations, some work will need to be conducted after hours and on weekends. The project is estimated to cost between $1,000,000 and $2,000,000 and is 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a requirement for offerors to be verified and visible on SBA.GOV prior to proposal submission. Interested parties should contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or by phone at 254-987-0201 for further information, with an RFP expected to be posted around January 15, 2026.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract requires comprehensive services including testing, inspections, preventative maintenance, corrective repairs, and emergency services, with a focus on ensuring the safe and efficient operation of critical mechanical systems. This opportunity is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a base year with four one-year option periods, running from March 2026 to March 2031. Interested parties should note the extended deadline for offer submissions is December 24, 2025, at 1:00 PM CST, and can contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further information.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.