Z1DA--FY25 36C25725AP2590 | Cons-New | Bldg. 60 VAV Box Replacement | PND 5-26-2025
ID: 36C25725R0048Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the replacement of Variable Air Volume (VAV) boxes in Building 60 at the Dallas VA Medical Center. The project requires contractors to conduct comprehensive site assessments, demolish existing VAV boxes, and install new units while adhering to safety and environmental regulations. This initiative is crucial for enhancing the facility's infrastructure and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals by June 20, 2025, following a mandatory site visit on May 20, 2025, and can direct inquiries to Contracting Officer Horacio Fernandez at Horacio.Fernandez@va.gov.

    Point(s) of Contact
    Miguel A GonzalezContract Specialist
    Miguel.Gonzalez4@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) issued by the Department of Veterans Affairs for the construction project of replacing Variable Air Volume (VAV) boxes in Buildings A and B of the Dallas VA Medical Center. The contractor must perform comprehensive site assessments, demo existing VAV boxes, and install new ones while adhering to safety and environmental regulations. A mandatory site visit is scheduled for May 20, 2025, with quotes due by June 13, 2025. This project, estimated to range between $500,000 and $1,000,000, is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), who must be registered in the SBA's Dynamic Small Business Search (DSBS). The RFP includes a detailed scope of work (SOW) requiring contractors to provide all necessary labor, materials, and compliance with inherent laws and regulations. Contractors need to submit qualifications, past performance documents, and respond to requests for information (RFIs) by specified deadlines. Emphasis is placed on employing qualified personnel, maintaining safety protocols, and providing daily reports and documentation throughout the project duration. This solicitation reflects the government's commitment to enhancing facility infrastructure while supporting veteran-owned enterprises and adhering to procurement regulations.
    The presolicitation notice outlines a request for proposal (RFP) for the replacement of 76 Variable Air Volume (VAV) Boxes at Building 60 of the Dallas VA Healthcare System. The contract, identified under solicitation number 36C25725R0048, is set for a response deadline of June 10, 2025. This project, with an estimated cost between $500,000 and $1,000,000, is exclusively designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) as part of a set-aside program. Interested vendors must be verified as SDVOSB through the Dynamic Small Business Search database, with the Department of Veterans Affairs stipulating that any proposal from non-compliant businesses will be deemed non-responsive. Miguel Gonzalez is the designated point of contact for this project, providing essential details for potential contractors. The presolicitation notice emphasizes the agency's commitment to supporting veteran-owned businesses while ensuring regulatory compliance in procurement processes.
    This document is an amendment to solicitation number 36C25725R0048, which pertains to the Bldg. 60 VAV Box Replacement project administered by the Department of Veterans Affairs, Network Contracting Office 17. The purpose of this amendment is twofold: to officially designate Horacio Fernandez as the new Contracting Officer, replacing Miguel Gonzalez, and to provide an updated version of the solicitation reflecting multiple changes made through this amendment. The amendment emphasizes the requirement for interested offerors to acknowledge receipt of this document in order to submit their proposals successfully. The overall intention is to ensure proper communication and adherence to amended solicitation requirements, reinforcing compliance for all potential bidders seeking to engage with the project. The document underscores the importance of submitting responses by the designated deadline to avoid rejection.
    The document outlines Amendment 0002 for the Request for Proposal (RFP) related to the Building 60 VAV Box Replacement project under the Department of Veterans Affairs. Key updates include extending the proposal submission deadline to June 20, 2025, and providing responses to various Requests for Information (RFIs) from potential contractors. The amendment clarifies technical requirements, including the exclusion of design services, mandatory ICRA Level IV containment for hazardous material management, and stipulations regarding existing equipment and controls. Additionally, it emphasizes the importance of site safety and the need for certain construction practices to comply with health standards, particularly concerning asbestos and other hazardous materials. The document sets forth the contractor's responsibilities and specifies that the government will handle asbestos abatement. The details provided aim to ensure potential bidders understand the project scope and requirements, facilitating an informed and accurate bidding process while aligning with federal contracting standards.
    The document pertains to Amendment 0003 of the solicitation for the Building 60 VAV Box Replacement project under the Department of Veterans Affairs. The amendment serves to incorporate additional critical documents, including a Lead Base Paint Survey, an Asbestos Inspection, and an Infection Control Risk Assessment (ICRA) along with a Patient Care Risk Assessment (PCRA) document. These attachments provide necessary evaluations and safety measures required before proceeding with the construction project. The inclusion of these assessments underlines the commitment to safety and regulatory compliance in managing hazardous materials during the renovation process. The amendment extends the information necessary for bidders, ensuring they are fully informed of potential risks and requirements associated with the project. All terms and conditions of the original solicitation remain unchanged, highlighting the ongoing nature of the procurement process while enhancing the scope of work outlined in the request for proposals.
    The document outlines a Request for Proposal (RFP) for construction services related to the replacement of Variable Air Volume (VAV) boxes at the Dallas VA Medical Center. The project requires the contractor to provide all necessary labor, materials, and supervision, ensuring compliance with local regulations and VA standards. A site visit is scheduled for May 20, 2025, with proposals due by June 13, 2025. This RFP is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and mandates that participants showcase relevant past performance with contracts of similar scope. Key details include the project magnitude, which ranges between $500,000 and $1,000,000, and the requirement for the contractor to have bonding capacity of at least $1,000,000. Proposals will be evaluated based on technical acceptability, past performance, and price. The contracting officer is Miguel Gonzalez, and communication is primarily via email. The RFP emphasizes adherence to environmental safety standards and outlines necessary documentation and bonding requirements. This initiative reflects the VA’s commitment to optimizing healthcare infrastructure while supporting veteran-owned businesses, and it indicates a rigorous evaluation process to ensure quality and compliance with federal standards.
    Micro Air of Texas, Inc. was commissioned by the VA North Texas Health Care System to conduct a lead-based paint inspection at Building 60 (Community Living Center) in Dallas, Texas, on January 7, 2015. Utilizing a portable X-ray Fluorescence Analyzer (XRF), the survey assessed various painted surfaces within the facility, built in 1984. The inspection included exterior and interior components such as walls, doors, and rails. A total of 84 XRF readings were taken, revealing that only two areas—ceramic tile walls in restrooms—exceeded the lead content acceptable thresholds, with readings greater than 5.0 mg/cm². No paint chip samples were collected as all XRF results were conclusive. The guidelines set by HUD and Texas Environmental Lead Reduction Rules indicated that the building, not qualifying as "Target Housing" or "Child-Occupied Facility," is not subject to abatement regulations. However, if components with lead-based paint are demolished, further testing for hazardous waste prior to disposal is recommended. Compliance with Occupational Safety and Health Administration (OSHA) standards for lead exposure is necessary for workers involved in potential demolition or renovation activities within the facility. This report emphasizes the importance of lead monitoring when working on structures potentially containing lead-based paint.
    The VA Medical Center in Dallas, Texas, commissioned Micro Air of Texas, Inc. to perform an asbestos inspection and management plan update for Building 60, the Community Living Center. This report, following the Asbestos Hazard Emergency Response Act (AHERA) guidelines, details a comprehensive evaluation conducted in November 2010, along with a 3-Year Reassessment completed in November 2014. The inspections identified various asbestos-containing materials (ACM) within approximately 90,000 square feet of the facility constructed in 1984, with renovations in 2010. Key findings included multiple homogeneous areas with no asbestos detection in most samples, except for a minority of materials like brown sealant containing chrysotile. The report structured the data into sections covering general information, methodologies, laboratory reports, material assessments, and response action recommendations. The management plan emphasizes the qualifications required for maintenance personnel regarding ACM and establishes the responsibilities of designated individuals in charge of implementing safety measures. Overall, the document underscores the importance of ongoing surveillance, maintenance, and abatement guidelines to adhere to federal regulations and ensure the safety of building occupants.
    The VHA Pre-Construction Risk Assessment (PCRA) document outlines procedures for assessing safety risks related to construction, renovation, and maintenance activities in healthcare facilities. It includes requirements for risk assessment forms, communication plans, and necessary permits specific to various activity types—including inspection, small-scale, and large-scale projects. Control measures are categorized based on potential patient impacts, including precautions against noise, dust, and fire hazards. An Infection Control Risk Assessment (ICRA) may also be necessary, particularly when activities pose a risk to patients in care areas. The document emphasizes coordinated communication between project managers and relevant health and safety personnel to minimize disruptions during construction. It mandates the development of tailored safety and coordination plans, as well as the completion of associated forms to ensure compliance with VA standards. The overall purpose is to safeguard patients, employees, and contractors while enabling essential facility upgrades efficiently and without compromising safety or health standards.
    Similar Opportunities
    Z2DA--STX Upgrade HVAC ALMD Lab 671-22-190
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the upgrade of HVAC systems at the Audie L. Murphy VA Hospital in San Antonio, Texas, under project number 671-22-190. The project entails comprehensive construction services, including the installation of new air handling units and associated systems, while ensuring minimal disruption to hospital operations over a period of 180 days. This initiative is crucial for enhancing the laboratory environment, thereby supporting the VA's commitment to providing high-quality care for veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by July 30, 2025, and can direct inquiries to Contract Specialist Cheryl Clark at cheryl.clark4@va.gov, with an estimated project value between $1 million and $2 million.
    Z1DA--Replace AHU-05 in B406 and Add Humidification to B455 676-23-004
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Unit AHU-05 in Building 406 and the addition of humidification systems in Building 455 at the Tomah VA Medical Center in Wisconsin. This project, designated as Contract No. 676-23-004, involves comprehensive construction efforts, including the demolition of existing mechanical systems and installation of new HVAC equipment, while ensuring minimal disruption to ongoing medical operations. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2 million and $5 million, with a performance timeline of 336 calendar days post-award. Interested contractors are encouraged to attend a site visit on June 23 and 24, 2025, and must submit any questions regarding the solicitation by July 9, 2025. For further inquiries, Lynn H VanderVelde can be contacted at lynn.vandervelde@va.gov.
    Y1DZ--Renovate Pre-Engineered Metal Building 115 Project 671A4-22-109
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of Pre-Engineered Metal Building 115 at the Kerrville VA Medical Center, under Project Number 671A4-22-109. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves extensive renovations following fire damage, including selective demolition, repairs, and updates to electrical, plumbing, and HVAC systems, all while ensuring minimal disruption to ongoing medical operations. The estimated contract value ranges between $250,000 and $500,000, with a performance period of 300 calendar days, and proposals must be submitted electronically by the specified deadline. Interested contractors can contact Contracting Officer Tailor Brown at tailor.brown2@va.gov or by phone at 915-493-1344 for further details.
    Solicitation_36C25625R0043 - Replace and Upgrade Building Automation System (BAS)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the replacement and upgrade of the Building Automation System (BAS) at the Michael E. DeBakey Veterans Affairs Medical Center in Houston, Texas. The project, identified as 580-22-201, involves comprehensive construction work to install a modern, energy-efficient BAS, which includes the integration of approximately 57 existing controllers and adherence to stringent safety and operational standards to minimize disruption to medical center operations. This initiative underscores the VA's commitment to enhancing facility management for better service delivery to veterans, with a contract value estimated between $5 million and $10 million. Interested contractors must submit proposals by the specified deadline, ensure compliance with wage determinations, and register with the SBA VetCert and SAM databases; for further inquiries, contact Contract Specialist Madeline Allison at madeline.allison@va.gov or 713-350-2906.
    Y1DB--Construct Specialty Care Building - Manchester Minor Project 608-315
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction of a Specialty Care Building at the Manchester VA Medical Center in New Hampshire, designated as Project 608-315. This project, valued between $10 million and $20 million, requires the contractor to provide comprehensive construction services, including the installation of critical systems such as fire suppression, plumbing, HVAC, and electrical, all while adhering to federal safety and performance standards. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to promote veteran entrepreneurship, with a completion timeline of 730 calendar days from the issuance of a Notice to Proceed. Interested bidders must submit their proposals electronically and are encouraged to attend a pre-bid site visit scheduled for July 8, 2025, at 9:00 AM ET, with further inquiries directed to Contract Specialist Sheila M. Vickers at sheila.vickers@va.gov.
    Y1DA--Project 519-17-800 Renovate Police Area
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of the Police Area at the George H. O'Brien, Jr. VA Medical Center in Big Spring, Texas, under project number 519-17-800. The renovation aims to convert existing spaces into operational police and security control centers while ensuring the police department remains functional throughout the construction process. This project is crucial for enhancing the safety and operational efficiency of facilities serving veterans, with an estimated construction cost between $2 million and $5 million. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by July 14, 2025, and can contact Contract Specialist Rhonda M. Richardson at Rhonda.Richardson5@va.gov for further details.
    Upgrade Building 51 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Upgrade Building 51 HVAC project at the St. Cloud Health Care System in Minnesota. This project involves replacing outdated heating, ventilating, and air conditioning (HVAC) systems in the basement of Building 51 with modern equipment, ensuring compliance with VA design standards while maintaining operational functionality of adjacent areas during construction. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has an estimated value between $1 million and $2 million, with a performance period of 275 calendar days from the Notice to Proceed. Interested bidders must register in the System for Award Management (SAM) and submit their proposals by August 5, 2025; for further inquiries, they can contact Kaleb Gleason at kaleb.gleason@va.gov or Eric Reis at eric.reis@va.gov.
    Y1DA--621-22-129 - Bldg 160 Kitchen AHU-4 Replacement
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of the Kitchen AHU-4 at Building 160 of the James H. Quillen VA Medical Center in Mountain Home, Tennessee. This project involves the demolition of existing structures and the installation of a new HVAC system to support kitchen operations, with a performance timeline of 180 days. The initiative is crucial for enhancing facility infrastructure while ensuring operational continuity and safety during construction. The estimated contract value ranges between $250,000 and $500,000, and it is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their bids electronically and are encouraged to contact Contract Specialist Jen Jamieson at jen.jamieson@va.gov for further inquiries.
    Y1DA--636-502 Construct Sterile Processing Service VISN 23
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the construction of a Sterile Processing Service (SPS) at the Omaha VA Medical Center, with a budget estimated between $10 million and $20 million. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance healthcare operations by constructing an 11,000 square foot facility integrated into Building 25, while ensuring compliance with federal standards and safety protocols. Contractors are required to complete the project within 545 calendar days after receiving the notice to proceed, and must demonstrate relevant past performance in healthcare construction, particularly in infection control environments. Interested parties should contact Contract Specialist Katherine D Gibney at Katherine.Gibney@va.gov or Jacquelyn Wise at jacquelyn.wise@va.gov for further details, and are encouraged to attend the scheduled site visit on July 7, 2025, at 9:00 AM CT.
    Y1DA--580-324 | Replace/Construct Bldg 121 | Houston, TX
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting proposals for the replacement and construction of Building 121 at the Michael E. Debakey VA Medical Center in Houston, Texas. This project involves the demolition of the existing structure and the construction of a new 14,977 square foot facility designed to serve as a Psychosocial Rehabilitation and Recovery Center, incorporating various treatment and support spaces. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS Code 236220, with a project value estimated between $10 million and $20 million, and a performance period of 365 days from the notice to proceed. Interested contractors must submit their proposals by July 8, 2025, and can direct inquiries to Contract Specialist Andrew Mathews at Andrew.Mathews2@va.gov or by phone at 216-707-7715.