The Department of Veterans Affairs, Network Contracting Office 2, has issued Amendment 0001 to Solicitation 36C24226B0022 for the James J. Peters VA Medical Center. This amendment, effective February 3, 2026, extends the offer receipt deadline to March 6, 2026, at 10:00 AM EST, and the bid opening to March 13, 2026. Key changes include a revised Statement of Work and the authorization of electronic bids. All bids must be emailed to Lateisha Robinson, Contracting Officer, by 9:45 AM EST on March 13, 2026, and must include bid bonds. No hand-carried or mailed bids will be accepted. The bid opening will be conducted via Microsoft Teams conference call.
This government document, Standard Form 30, serves as an Amendment of Solicitation/Modification of Contract issued by the Department of Veterans Affairs, Network Contracting Office 2. The primary purpose of this specific amendment is to extend the deadline for submitting Requests for Information (RFI) questions. Originally, the RFI questions were due on an unspecified date, but this amendment extends the due date to Friday, February 13, 2026, by close of business (COB). The document specifies that offers must acknowledge receipt of this amendment through various methods to prevent rejection of their offer. It also outlines procedures for changing an already submitted offer based on this amendment. This modification falls under the category of administrative changes as indicated by the
The Department of Veterans Affairs (VA) is soliciting bids for the replacement of chilled water and steam coils across multiple buildings (4, 53, 54, 57, 135, and 143) at the New Jersey Healthcare System, Lyons Campus. This project, identified as Solicitation Number 36C24226B0022 and Project Number 561A4-26-503, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside procurement with a magnitude of construction between $250,000 and $500,000. Key requirements include furnishing and installing Original Equipment Manufacturer (OEM) coils, with some coils provided by the VA, and completing the work within 90 calendar days from the Notice to Proceed. Bidders must be registered in SAM, verified as an SDVOSB, and submit their annual Vets4212 Report. A mandatory pre-bid site visit is scheduled for January 27, 2026, and all questions must be submitted by January 30, 2026. Bids, including a bid bond and signed Buy American Act and Limitations on Subcontracting certificates, are due via email by 9:45 AM EST on February 20, 2026, with the bid opening held online the same day at 10:00 AM EST. The contract will be a Firm-Fixed-Price type, and bidders are exempt from New Jersey sales tax on construction materials for this project.
This presolicitation notice, number 36C24226B0022, is for the replacement of coils in various buildings at the VA New Jersey Healthcare Systems Lyons Campus. The project, designated 561A4-26-503, involves furnishing and installing Original Equipment Manufacturer (OEM) chilled water and steam coils, as well as installing VA-provided coils. The scope includes specific coils for buildings 4, 52, 54, 57, 135, and 143, along with testing, startup, and waste disposal. This is a 100% Service-Disabled Veteran Owned Small Business Set-Aside (SDVOSB) with a NAICS code of 238220 and a size standard of $19.0 Million. The estimated cost is between $250,000 and $500,000. The period of performance is 90 calendar days from the Notice to Proceed. The official solicitation is expected around December 12, 2025, and will require electronic submissions, bonding, and SDVOSB registration in SAM.gov and veterans.certify.sba.gov.
The VAAR 852.219-75 (JAN 2023) outlines limitations on subcontracting for VA contracts, requiring offerors to certify compliance with specific percentages for services (50%), general construction (85%), and special trade construction (75%). These percentages apply to payments made to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The certification acknowledges legal ramifications for false statements, including criminal, civil, or administrative penalties. Non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, and prosecution. Offerors must provide documentation to the VA upon request to demonstrate compliance, with failure to do so potentially resulting in remedial action. A formal certification must be completed and submitted with the offer; otherwise, the offer will be deemed ineligible for evaluation and award.
The document, part of a federal government Request for Proposal (RFP) identified as 36C24222B0032, outlines the
This Statement of Work (SOW) outlines the requirements for replacing chilled water and steam coils in Buildings 4, 53, 54, 57, 135, and 143 at the Lyons, New Jersey VA Medical Center. The project aims to restore proper heating and cooling capabilities, ensuring beneficial redundancies and protecting the safety of veterans. The contractor will furnish and install Original Equipment Manufacturer (OEM) coils, including all necessary labor and materials. Specific tasks include assessing AHU locations, de-energizing units, documenting existing conditions, removing old coils, installing new ones according to manufacturer specifications and VHA requirements, reconnecting all electrical and piping, performing leak tests and system startups, and developing a maintenance schedule. The contractor must also provide a detailed project schedule, material submittals, a list of personnel with proof of OSHA training, and daily progress reports to the Contracting Officer’s Representative (COR). Strict security requirements, including appropriate badging and restrictions on photography, are in place. The estimated completion time for this project is 90 calendar days.
The document outlines various government solicitations and requirements across different sectors, including infrastructure, hazardous materials, and general services. It details specific project numbers, such as "1 "+ " 2 3 4" and "1 "+ "A53 4", along with associated codes like "(0+) +! (%!6," and descriptions like " . #<: 8 <". The file also references a pre-alteration hazardous materials survey, indicating the presence of asbestos, lead-based paint, and microbial growth, requiring abatement and remediation. Additionally, it lists numerous line items and specifications for services and materials, each with unique identifiers and cost details. The repeated structural elements and codes suggest a standardized format for federal, state, or local government procurement documents. Overall, the file compiles a range of technical and administrative specifications for government projects.