Y1AZ--526-25-101_RESEARCH BRAIN BANK DESIGN BUILD
ID: 36C24225R0031Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors for the Design Build of a Research Brain Bank HVAC system at the James J. Peters VA Medical Center in Bronx, New York. The project involves the design and construction of a supplementary cooling system for freezers, with a total performance period of 170 calendar days, including 60 days for design and 110 days for construction. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has a project value estimated between $250,000 and $500,000. Interested parties must submit their proposals by August 21, 2025, at 2 PM EDT, and can contact Contracting Officer Patricia Cordero at Patricia.Cordero@va.gov or (718) 584-9000 x6110 for further information.

    Point(s) of Contact
    Patricia CorderoContracting Officer
    (718) 584-9000 x6110
    Patricia.Cordero@va.gov
    Files
    Title
    Posted
    This government file outlines the detailed specifications for a Variable Refrigerant Flow (VRF) air conditioning system, specifically the Mitsubishi Electric CITY MULTI VRF or an equivalent, for the Research Building Brain Bank Project No. 526-25-101. The document covers system description, quality assurance (including ETL listing, NEC compliance, ISO certification, and efficiency requirements), delivery, storage, handling, and comprehensive control system requirements. It details features such as web-based operator interfaces, energy conservation functions, alarm annunciation via email, and commissioning assistance for BACNET integration. The file also specifies warranty conditions, requiring certified designers, trained installers, and approved commissioning reports for extended coverage. Detailed product specifications are provided for outdoor units (including sound ratings, capacity, and operating conditions), 4-way ceiling-recessed cassette indoor units, and vertical air handlers. Furthermore, it meticulously describes the CITY MULTI Controls Network (CMCN), its electrical characteristics, wiring types, and capabilities for remote and centralized control, scheduling, monitoring, and integration with Building Management Systems (BMS) via BACnet® and LonWorks®. Installation guidelines emphasize adherence to manufacturer requirements, proper unit placement, piping specifications (R410A compatibility, copper piping, pressure ratings), insulation standards, and coordination with electrical and third-party controls contractors.
    The document pertains to the installation and specifications for a Variable Refrigerant Flow (VRF) air conditioning system designated for the Research Building Brain Bank (Project No. 526-25-101). It outlines the required components, including a Mitsubishi Electric CITY MULTI VRF zoning system with humidity and temperature controls, alongside quality assurance standards such as ETL listing and ISO certifications. The project stipulates installation protocols that comply with electrical codes and federal efficiency requirements. Installation of indoor and outdoor units, including four-way ceiling-recessed cassettes, vertical air handlers, and outdoor units, is detailed, addressing acoustic noise limits and operational capacities. Further, a sophisticated control system for optimal performance and energy conservation features is specified, allowing for future integration with building management systems. Warranty conditions cover a standard and an extended service period, contingent on specific installation criteria. The document serves as a comprehensive guideline to ensure that the installation adheres to required efficiency, operational effectiveness, and regulatory standards, demonstrating the commitment to high-performance climate control in a federal facility. Overall, it emphasizes the project's focus on delivering an efficient and technologically advanced air conditioning solution tailored to the building's needs.
    The Department of Veterans Affairs (VA) Network Contracting Activity VISN 2 is planning to solicit a Design-Build contract for upgrading the HVAC systems at the Research Building Brain Bank located at the James J. Peters VA Medical Center in Bronx, NY. This presolicitation notice indicates that proposals will be sought for the installation of supplementary cooling systems to ensure proper temperature control for freezers housing valuable research materials. The project aims to address heat exhaust issues in multiple rooms and will include utility modifications and installation of a new temperature control system. The anticipated Request for Proposals (RFP) will be issued around July 21, 2025, with a performance period of approximately 170 days following the Notice to Proceed. This acquisition is set aside exclusively for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, emphasizing the need for compliance with VA standards and regulatory requirements. Contractors must be registered in the System for Award Management (SAM) and verified as SDVOSB. Questions must be directed to Contracting Officer Patricia Cordero via email. This initiative underscores the VA's commitment to improving facilities while ensuring operational continuity during construction.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction outlines subcontracting restrictions for VA contracts. It mandates that offerors certify compliance with limits on payments to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For services, no more than 50% of the government payment can go to non-certified firms. General construction is limited to 85%, and special trade construction to 75%, with material costs excluded. The certification acknowledges legal consequences for false statements under 18 U.S.C. 1001, including criminal, civil, or administrative penalties. Non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, or prosecution. Contractors must provide documentation to verify compliance upon request. Failure to submit the required certification renders an offer ineligible for evaluation and award.
    The VA Notice of Limitations on Subcontracting outlines certification requirements for contractors applying for service and construction contracts under 38 U.S.C. 8127. Key requirements mandate that contractors adhere to specific subcontracting limitations based on contract type: for services, no more than 50% can be subcontracted to non-SDVOSBs; for general construction, a maximum of 85% may be subcontracted; and for special trade construction, up to 75% is permitted for non-SDVOSBs. Costs for materials are excluded from these calculations. The document emphasizes the legal consequences of false certifications, including potential criminal, civil, or administrative penalties. Contractors are required to maintain documentation to demonstrate compliance with these requirements and must submit a formal certification with their bids. Non-compliance may lead to remedial actions by the VA. This notice supports the promotion of Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses (SDVOSBs and VOSBs) in federal contracting efforts.
    The "Buy American Certificate" provision (FAR 52.225-2) requires offerors to certify the domestic origin of end products, aligning with federal acquisition regulations. It mandates the identification of foreign end products, specifying their country of origin and domestic content percentage, especially for items not predominantly iron or steel. Offerors must also list domestic end products containing critical components. The provision defines key terms like "domestic end product" and "foreign end product," referring to the "Buy American-Supplies" clause. The government evaluates offers based on Federal Acquisition Regulation Part 25, which promotes the acquisition of domestic products. This provision is crucial for ensuring compliance with U.S. domestic preference laws in government procurement.
    The Buy American Certificate serves as a provision within federal government requests for proposals (RFPs) requiring offerors to certify the domestic status of their end products. Specifically, it mandates that except for certain exceptions, all end products must be considered domestic and include critical components. Offerors must identify any foreign end products, noting those manufactured in the U.S. but not qualifying as domestic, and indicate the percentage of their domestic content unless they pertain to commercially available off-the-shelf (COTS) items. Additionally, the certificate requires the listing of line-item numbers for domestic products containing critical components. The government evaluates offers based on the criteria outlined in the Federal Acquisition Regulation. This provision underscores the priority of domestic manufacturing in federal contracting practices, contributing to economic and supply chain integrity.
    This federal government Request for Proposal (RFP) by the Department of Veterans Affairs (VA) outlines a two-phase design-build acquisition for a Research Brain Bank HVAC system at the James J. Peters VA Medical Center in Bronx, NY. The project, valued between $250,000 and $500,000, is a total Service-Disabled-Veteran-Owned-Small-Business (SDVOSB) set-aside. It requires turnkey services for design and construction of a supplementary cooling system for freezers in Building 105, including associated utility and system modifications (lighting, electrical, telecommunications, fire alarm, HVAC, plumbing). The performance period is 170 calendar days from the Notice to Proceed, with 60 days for design and 110 for construction. Key milestones include 65%, 95%, and 100% design submissions. Offerors must be SAM and VetBiz registered, submit specific certificates with Phase I offers, and provide safety and environmental compliance information. A site visit is scheduled for July 28, 2025, and Phase I offers are due August 18, 2025.
    Amendment A0001 for RFP 36C24225R0031, concerning the Research HVAC Design Build project at the James J. Peters VA Medical Center in Bronx, NY, has been issued. This amendment serves two primary purposes: to provide official responses to all submitted Requests for Information (RFIs) and to extend the proposal due date for Phase I. The new deadline for proposal submissions is Thursday, August 21, 2025, at 2 PM EDT. No further RFIs will be accepted. All offerors must acknowledge receipt of this amendment and submit it with their offers by the revised due date and time. Key RFI responses clarify that no enclosures are required for condensing units, the A/E is responsible for verifying structural support for rooftop equipment, the scope only includes patching and flashing for roof work, and there are no architectural layout changes, as this is primarily a mechanical project.
    The provided document, VA FORM 08-6231, OCT 1978, from V Logic Systems Inc., outlines detailed architectural floor plans for multiple levels (2F, 3F, 4F, 5F, and 6F) of a facility, likely a hospital or research institution, given the prevalence of laboratories and medical-related rooms. The plans include various room designations such as laboratories, offices, mechanical rooms, corridors, restrooms, and specialized areas like
    The James J. Peters Department of Veterans Affairs Medical Center has issued a Sources Sought Notice for a Design Build project focused on enhancing the HVAC system for the Research Building Brain Bank. The project will address insufficient cooling for existing freezers containing critical research materials across multiple rooms in Building 105. This procurement is specifically set aside for Veteran-Owned Small Businesses (VOSB) and is not a request for proposals at this stage. Interested firms are required to submit qualifications to the Contract Specialist by March 28, 2025. The project encompasses two phases: design and construction, with a total performance period of 180 days, including 45 days for design and 135 days for construction. Detailed scope requirements include the installation of a supplementary cooling system, utility modifications, and construction plans that minimize disruption to ongoing medical operations. The design process involves multiple submission milestones, ensuring compliance with VA standards and continuous interaction between the engineering firm and VA staff to achieve a reliable and efficient solution for the facility’s cooling needs. The document outlines extensive specifications for submission phases, construction drawings, and project management to ensure timely completion and quality standards are met throughout the project lifecycle.
    The solicitation numbered 36C24225R0031 outlines a Request for Proposal (RFP) for a Design-Build (DB) project at the James J. Peters VA Medical Center in Bronx, NY, focusing on the construction of a supplementary cooling system for the Research Brain Bank. The project necessitates all necessary services, including labor, materials, and supervision, to meet VA standards within a budget of $250,000 to $500,000. The contractor's responsibilities include completing the design and construction work within 170 calendar days after receiving a Notice to Proceed. The RFP details the qualification requirements for contractors, emphasizing a total service-disabled veteran-owned small business (SDVOSB) set-aside. Key milestones include design review submissions with specified completion stages at 65%, 95%, and 100%. The importance of maintaining operations during construction and adhering to safety regulations is also highlighted. Additionally, the document stresses the necessity of compliance with federal regulations and the importance of effective project phasing to minimize disruption. The anticipated contract award date is on or before September 30, 2025, with deadlines for proposal submissions and a pre-bid site visit scheduled for July 28, 2025.
    The document outlines architectural plans and specifications for a multi-level medical and laboratory facility managed by V Logic Systems Inc. It includes detailed floor plans indicating various rooms, corridors, mechanical spaces, offices, and laboratories across multiple floors, designed for efficient workflow and compliance with regulatory standards. Emphasis is placed on specific facility needs, including cold storage, supply rooms, and restroom facilities. The plans are accompanied by scale measurements, converting various dimensions to a consistent format for clarity regarding construction requirements. It serves as part of a Request for Proposal (RFP) relating to federal grants or local government projects, showcasing the importance of accurate spatial design in healthcare facilities. The comprehensive layout ensures that the establishment meets operational demands while adhering to health and safety protocols. The details provided illustrate the necessary infrastructure to support medical and laboratory operations, signifying a commitment to modern healthcare standards.
    The VA HVAC Design Manual, updated on November 1, 2023, outlines comprehensive requirements for Heating, Ventilation, and Air-Conditioning systems in VA healthcare facilities. This manual, a key component of federal government RFPs, federal grants, and state/local RFPs, consolidates previous versions and incorporates the latest industry standards, VA lessons learned, and responses to the COVID-19 pandemic. It covers general requirements, energy conservation, measurement and verification, commissioning, and VA standards. The document details HVAC design parameters, selection criteria, airside systems, building cooling and heating systems, and HVAC control systems. It also includes climatic data, abbreviations, and references crucial for A/E firms, project managers, and contractors. The manual emphasizes compliance with applicable codes, policies, and standards to ensure high-quality, safe, and energy-efficient environments for Veterans.
    The VA HVAC Design Manual provides essential guidelines for heating, ventilation, and air conditioning systems across Department of Veterans Affairs facilities. It outlines standards and requirements to ensure high-quality environmental comfort for patients, staff, and visitors. The manual emphasizes energy conservation, compliance with regulations such as ASHRAE standards, and adoption of sustainable design practices. It details the commissioning process, measurement and verification protocols, and the importance of stakeholder involvement in project development. Key chapters cover essential design parameters and selection criteria, including cooling and heating load calculations, outdoor and indoor design conditions, and specific requirements for HVAC systems in critical and non-critical facilities. The manual also addresses the need for system performance verification, using documented methodologies and data submissions for compliance checks. With revisions responsive to evolving industry practices, particularly post-COVID-19, the manual aims to foster effective resource use while maintaining safety and functionality in healthcare settings. Compliance with these standards not only ensures adherence to federal regulations but also aligns with the VA’s mission to provide quality care to veterans.
    Similar Opportunities
    J041--Cooling Tower service | Base 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Cooling Tower Service at the James J. Peters VA Medical Center located in the Bronx, New York. This contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves preventative maintenance and repair services for a Marley 8-cell cooling tower and its associated equipment, with a base period from January 1, 2026, to December 31, 2027, and four optional one-year extensions through December 31, 2031. The services are critical for maintaining the operational efficiency of the facility's cooling systems, ensuring compliance with safety and regulatory standards, and providing a comfortable environment for veterans receiving care. Interested contractors must submit their quotes, including technical capability and pricing, via email by 4:30 PM ET on December 5, 2025, and are encouraged to attend a mandatory site visit on December 5, 2025, to assess local conditions impacting performance. For further inquiries, contact Contract Specialist Christopher J. Weider at Christopher.Weider@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment, with a performance period of 365 calendar days. The scope encompasses finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), which is currently in a rough-in condition, as well as replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. Interested contractors must coordinate with Premier Engineering Group, Inc. for the Design-Build Package, adhere to strict safety regulations, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence. For further inquiries, contact Contracting Officer Vladimir Stoyanov at Vladimir.Stoyanov@va.gov or by phone at 718-836-6600 ext 8889.
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as Solicitation Number 36C24226B00003, involves the complete replacement of existing dumbwaiters in Building 100, requiring contractors to furnish all necessary supervision, labor, equipment, and materials while adhering to applicable codes and VA directives. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must submit their proposals via email to Contracting Officer Akkil Kurian at Akkil.Kurian@va.gov by the new deadline of December 17, 2025, at 11:00 AM EST, as no hand-carried or mailed bids will be accepted.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. The project requires the contractor to provide all necessary labor, materials, and design services to ensure compliance with VA guidelines and applicable codes, including the installation of a new Building Automation System and upgrades to HVAC components. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to have a contract value between $1 million and $5 million, with a performance period of 270 calendar days from the Notice to Proceed. Interested parties must submit their proposals for Phase I by December 17, 2025, and direct any inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Y1DA-- 630A4-26-404 Sewage Ejector Pump replacement
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for the replacement of sewage ejector pumps at the James J. Peters VA Medical Center in Bronx, NY, under Solicitation Number 36C24226Q0095. The project entails the complete replacement of two sewer ejector pumps, installation of associated components, and site cleanup, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $100,000 and $250,000, emphasizing compliance with the Buy American Act and subcontracting limitations. Interested contractors must attend a mandatory site visit on November 24, 2025, and submit their offers by December 9, 2025, at 11:00 AM EST, with inquiries directed to Contracting Officer Charlie Augustin at charlie.augustin@va.gov.
    Y1DA--561A4-26-503 Replacement Coils for Buildings 4,53,54,57,135,143
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of chilled water and steam coils in various buildings at the VA New Jersey Healthcare Systems Lyons Campus. This project, identified as Solicitation Number 36C24226B0022, involves the furnishing and installation of Original Equipment Manufacturer (OEM) coils, along with the installation of VA-provided coils, across buildings 4, 52, 54, 57, 135, and 143. The work is critical for maintaining the HVAC systems within these facilities, ensuring optimal performance and compliance with health standards. The estimated cost for this project ranges from $250,000 to $500,000, with a performance period of 90 calendar days following the Notice to Proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in SAM.gov and veterans.certify.sba.gov, with the official solicitation expected to be released around December 12, 2025. For further inquiries, contact Contract Officer Lateisha Robinson at Lateisha.Robinson@va.gov or (718) 584-9000 ext 4334.
    Y1DA-- CT Scan AC Unit Replacement Brooklyn VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor for the CT Scan AC Unit Replacement project at the Veterans Affairs Medical Center located in Brooklyn, NY. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring eligible contractors to be registered and verified with the SBA under NAICS code 236220. The contractor will be responsible for furnishing all labor, materials, and equipment necessary to complete the project within 60 calendar days of receiving the Notice to Proceed, adhering to VA specifications. Interested parties should direct inquiries to Charlie Augustin at Charlie.Augustin@va.gov, with the solicitation anticipated to be issued around December 19, 2025.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the replacement of a relief valve at the Northport VA Medical Center in Northport, New York. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) that are registered and verified with the Small Business Administration (SBA), requiring contractors to perform a minimum of 15% of the construction work. The scope of work includes providing all necessary labor, materials, and equipment to replace floors in accordance with VA specifications, with a completion timeline of 30 calendar days following the Notice to Proceed. Interested contractors should direct any inquiries in writing to Charlie Augustin at Charlie.Augustin@va.gov, and the solicitation is anticipated to be issued around December 1st, 2025.