Z2DA--657-21-114JC - Correct HVAC Systems for VHA Directive 1116.2, JC
ID: 36C25525R0051Type: Presolicitation
AwardedJul 30, 2025
$2.1M$2,125,750
AwardeeRECON CONSTRUCTION SPECIALTIES LLC VILLA RIDGE 63089
Award #:36C25525C0043
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, 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 proposals for the correction of HVAC systems at the John Cochran VA Medical Center in St. Louis, Missouri, under solicitation number 657-21-114JC. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to ensure compliance with VHA Directive 1116.2, addressing existing HVAC inadequacies while adhering to stringent safety and infection control protocols. The contract is budgeted between $2 million and $5 million, with a performance period of 550 days post-award, and proposals must be submitted electronically by June 10, 2025. Interested parties can contact Contract Specialist Abby L Monroe at abby.monroe2@va.gov for further information.

    Point(s) of Contact
    Abby MonroeContract Specialist
    (913) 946-1141
    Abby.Monroe2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for the project "657-21-114JC - Correct HVAC Systems for VHA Directive 1116.2, JC," aimed at repairing and replacing HVAC systems in medical equipment storage rooms at the John Cochran VA Medical Center in St. Louis, MO. This work is necessary to comply with current VHA HVAC Design Criteria. The contract will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with work valued between $2 million and $5 million over an estimated project duration of 550 calendar days. The scope includes disconnecting and removing existing HVAC components, installing new systems, maintaining air quality in occupied areas, and complying with all relevant safety and health regulations. The project requires coordination with VA officials, adherence to COVID-19 protocols, and significant on-site supervision. Proposals should follow guidelines set in the solicitation package, available approximately one month prior, with responses due by May 29, 2025. Registration in the System for Award Management (SAM) is mandatory for all prospective bidders. The project underscores the VA's commitment to improving patient care infrastructure and regulatory compliance within its facilities.
    The Department of Veterans Affairs (VA) has issued a Request for Proposals (RFP) for the Project 657-21-114JC aimed at correcting HVAC systems at the John Cochran VA Medical Center in St. Louis, MO. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The project requires a contractor to perform repairs and replacements of various HVAC systems in compliance with VHA Directives, including all necessary labor, materials, and testing. Contractors must demonstrate relevant past performance, technical qualifications, and comply with safety and environmental regulations. The bid guarantee is set between 20% of the bid price or a maximum of $3,000,000, with required performance and payment bonds following the award. Proposals will be evaluated based on the Lowest Price Technically Acceptable method, with a detailed emphasis on both cost and performance criteria, including the contractor's experience, staffing qualifications, and safety plan. A site visit is scheduled to allow contractors to inspect the work environment before submitting proposals, due by May 29, 2025. The contract is structured for a performance period of 550 calendar days post-award. This initiative underscores the VA's commitment to improving facility infrastructure while supporting veteran-owned businesses.
    The document is an amendment (Amendment 001) to solicitation number 36C25525R0051 associated with Project 657-21-114JC, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 15. The primary purpose of this amendment is to provide a copy of the pre-bid agenda and the sign-in sheet related to a site visit for the project, which involves HVAC corrections. Offerors are required to acknowledge receipt of this amendment through specified methods and are advised that the deadline for submitting offers has been extended. The document emphasizes that, aside from the changes outlined in the amendment, all other contract terms remain unchanged. Additionally, it specifies details regarding the signing authority and submission requirements. Overall, this amendment serves to facilitate communication and transparency with bidders involved in the solicitation process, ensuring all parties are informed and on the same page prior to contract finalization.
    This document is an amendment to a government solicitation regarding Project Number 657-21-114JC, administered by the Department of Veterans Affairs Network Contracting Office (NCO) 15. The amendment serves several purposes: it incorporates a new wage determination outlined in the attached Davis-Bacon Act, addresses inquiries submitted by bidders, and revises the technical evaluation factors. Additionally, it includes two documents containing photographs relevant to the project and retains the proposal submission deadline of May 29, 2025, at 2:00 PM CT. The amendment requires all offerors to acknowledge receipt, with explanations provided for the submission process. The changes reflect adherence to updated regulations and facilitate transparency in the bidding process, ensuring compliance with federal standards.
    This document is an amendment to a solicitation, specifically Amendment 003 for Project 657-21-114JC, administered by the Department of Veterans Affairs, Network Contracting Office (NCO) 15. The key purpose of this amendment is to correct a previously provided response regarding the company servicing the existing fire alarm system, which is Tech Electronics, with a contact provided for reference. Additionally, it notes that further clarification will be offered in an upcoming amendment scheduled for publication on May 28. Most importantly, the proposal due date has been extended to June 10, 2025, at 14:00 CDT. The amendment requires all bidders to acknowledge receipt before the extended deadline, emphasizing the consequences of not doing so, which could lead to offer rejection. This document illustrates the procedural adjustments in soliciting bids related to government contracts and highlights the importance of communication and compliance in the contracting process.
    The document presents bid specifications for a project titled "Correct HVAC Systems for VHA Directive 1116(2) - 114JC" at the John J. Cochran VA Hospital in St. Louis, Missouri. It outlines the project requirements, including safety protocols, contractor responsibilities, and general requirements for a complete overhaul of HVAC systems per VA standards. The project aims to address existing HVAC inadequacies to meet health and operational standards in the facility. Key elements include details about project timelines, contractor obligations for site preparation, compliance with security measures, and the necessity for a comprehensive project schedule. The contractor is required to utilize a Critical Path Method (CPM) plan to ensure timely project execution while coordinating closely with VA representatives. Additionally, there are specifications for the management of existing systems, ensuring minimal disruption to hospital operations, and guidelines for the management of sensitive information. The document emphasizes the importance of compliance with safety regulations and the necessity of training VA personnel on the operation of the newly installed systems. Overall, it reflects the VA’s commitment to enhancing healthcare infrastructure while maintaining stringent safety and operational standards.
    The document outlines the project for upgrading HVAC systems at the VA St. Louis Healthcare System, John Cochran Division, in compliance with VHA Directive 1116(2) concerning the storage of reusable medical equipment. It details that the project involves several key areas within Building 01, which require adherence to federal, state, and local building codes. The general contractor (GC) is responsible for coordinating construction activities while minimizing disruptions to existing hospital operations and ensuring safety compliance, including infection control measures. The document emphasizes the specifications for submitting requests for substitutions, maintaining environmental controls, and following strict safety protocols during demolition and construction activities. Specific provisions are made for ICRA (Infection Control Risk Assessment) procedures to manage dust and contamination, requiring HEPA filtration and careful handling of construction debris. The project is managed by Romanyk Consulting Corp., with detailed references to various construction plans and engineering documentation needed to meet project requirements. Overall, this initiative demonstrates a commitment to improving healthcare facilities and ensuring patient safety through upgraded mechanical systems while adhering to stringent regulatory standards.
    This document pertains to Amendment 004 of Project 657-21-114JC, issued by the Department of Veterans Affairs’ Network Contracting Office 15. The main purpose of this amendment is to provide additional clarification on pre-bid questions and specifications related to the project. It includes responses to questions 20-24 and emphasizes that the proposal submission deadline remains June 10, 2025, at 2:00 PM CST. The amendment instructs all offerors to acknowledge receipt of this amendment to ensure their offers are considered valid and not rejected. The document maintains a formal structure typical of government RFPs, with outlined sections for necessary contractor information, amendment details, and submission guidelines. This amendment is essential for ensuring prospective bidders have the most current information and can adequately prepare their proposals in accordance with updated specifications and answers provided by the contracting office.
    The document outlines an amendment to a solicitation (36C25525R0051) related to Project 657-21-114JC, issued by the Department of Veterans Affairs' Network Contracting Office (NCO) 15. The primary purpose of the amendment is to provide clarification on Infection Control Risk Assessment (ICRA) details, which are essential for maintaining health standards throughout the bidding process. The amendment specifies that the due date for bids remains unchanged, set for June 10, 2025, at 2:00 PM CST. Contractors or offerors are required to acknowledge receipt of this amendment as part of their submission process, ensuring compliance with the solicitation. This document emphasizes the importance of maintaining regulatory standards during the bidding and procurement process, highlighting the expectations for offers and communication from bidders.
    The document outlines infection control protocols and construction guidelines for a renovation project at a Veterans Affairs (VA) facility. It emphasizes procedures to isolate existing HVAC systems in work areas, manage debris transport, and maintain a clean environment to minimize the risk of airborne dust and infection during construction. Key protocols include traffic control measures, daily cleaning of work areas with disinfectants, and the usage of personal protective equipment (PPE) such as face shields and N95 respirators. The document categorizes construction activities by their potential risk levels, with specific precautions based on the type and nature of work, ranging from minor maintenance to major demolition. Contractors are required to obtain an infection control permit and must coordinate closely with the Contracting Officer Representative (COR) to ensure compliance with health and safety standards. After project completion, thorough cleaning and restoration of HVAC systems are mandated to ensure ongoing safety within the facility. This comprehensive approach reflects the VA’s commitment to ensuring patient and staff safety during construction and renovation efforts.
    The document outlines the "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction," which is mandated for federal contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). It emphasizes the requirement that contractors must limit subcontracting to ensure that a specified percentage of contract funds are allocated to certified firms. For service contracts, this limit is set at 50%, for general construction at 85%, and for special trade contractors at 75%. The document outlines the legal obligations and potential penalties for false certifications, including criminal and civil liability. It also establishes the necessity for contractors to maintain compliance documentation for VA review and highlights the importance of transparency in subcontracting arrangements. Failure to adhere to these regulations may result in serious consequences, including referral for debarment or prosecution. The clause emphasizes the VA's commitment to supporting veteran-owned businesses while ensuring accountability in federal contracting practices.
    The document “CB 18 Photos” appears to be part of a larger initiative related to federal requests for proposals (RFPs) and potentially involves a visual documentation element supporting grant applications. While the file itself contains only the title, it likely references a collection of photographs used to illustrate a project or a proposal's impact or context. This documentation aligns with common practices in federal and state grant submissions, where imagery can enhance narratives, showcasing needs, benefits, or project stages. The main objective of the file likely centers on visual representation to support applications for funding or approvals, demonstrating compliance or readiness for upcoming projects as per government standards. Effective use of photographs can be crucial in conveying messages succinctly, potentially influencing decision-makers by highlighting key aspects of a project. Given the lack of detailed content, the focus should remain on how visual documentation complements broader grant or RFPs efforts, reinforcing the importance of presenting comprehensive and compelling materials to secure governmental or grant funding.
    The document titled "CB 25 Photo’s" lacks explicit content or context, making it challenging to extract a main topic or supporting details. It appears to refer to a collection or record involving photographs, potentially for a government application, RFP, or grant. Given the context of federal grants and local RFPs, this file may pertain to documentation necessary for proposals related to visual projects or assessments requiring photographic evidence. However, without additional information or supporting details, it is impossible to provide a comprehensive analysis or meaningful summary of its intent or significance. The absence of structured elements limits the understanding of its purpose, indicating further clarification or related files may be essential for a thorough evaluation.
    The document outlines the Wage Determination under the Davis-Bacon Act for construction projects in St. Louis City, Missouri, specifically for building construction (excluding single-family homes and low-rise apartments). It indicates compliance requirements under Executive Orders for minimum wage, with applicable rates set for workers based on contract initiation dates. Key minimum wage rates include $17.75 for contracts awarded on or after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The document lists various construction job classifications and their corresponding wage rates and fringe benefits, including specific roles such as electricians, laborers, and carpenters, along with provisions for paid sick leave under Executive Order 13706. It also explains the appeals process for wage determinations and clarifies classifications used to derive wage rates as union rates, survey rates, or state-adopted rates. Ultimately, this file serves as a comprehensive guide for contractors bidding on federal projects in Missouri, ensuring they align with labor standards and wage requirements necessary for compliance with federal laws.
    The document outlines stringent Infection Control measures for construction activities in sensitive healthcare environments, particularly within the Veterans Affairs (VA) facilities. Key instructions include isolating existing HVAC systems, maintaining clean construction zones, and ensuring traffic control with defined entry and exit processes. Contractors are required to obtain an Infection Control Construction Permit prior to commencing work and must implement containment strategies for dust and potential airborne contaminants. Specific precautions include using HEPA vacuums, sealing doors and vents, and ensuring sanitary exit practices. The guidelines categorize construction activities based on the level of dust produced, with Class II requirements indicating heightened controls. Post-construction protocols mandate thorough cleaning and proper waste disposal. Furthermore, the document emphasizes the need for coordination with Medical Facility authorities to adjust protocols based on dynamic conditions, ensuring patient and staff safety. Ultimately, these measures reflect the VA's commitment to maintaining hygiene and safety standards during construction projects.
    The document addresses the mechanical work requirements for a government project, focusing on the prime contractor's reliance on subcontractors as per NAICS code 238220. It emphasizes that the prime contractor must have experience and qualifications directly affecting project performance without undue reliance on subcontractors, which may undermine set-aside regulations. Multiple factors are outlined, including the evaluation of subcontractor qualifications, the expectation for adherence to specified designs without deviations, and clarification of contractual requirements surrounding equipment maintenance and responsibilities. Key points include the rejection of alternate contract terms related to economic price adjustments, confirmation of existing system types for smoke detectors, clarification on the absence of medical gas installations, and stipulations regarding contractor working conditions. Additionally, responses provide clarity on equipment specifications, project management roles, and contractor responsibilities for existing conditions and staging areas. Overall, the document serves as an essential guidance framework within the context of federal RFPs, ensuring compliance with standards for mechanical and HVAC systems while managing contractor obligations effectively.
    The document outlines the requirements for the Technical Evaluation Factors for Project 657-21-114JC concerning HVAC system modifications for the Veterans Health Administration. It specifies that offerors must demonstrate relevant past performance through two to four completed contracts within the last five years, each valued over $1 million and related to hospital settings. The evaluation includes a review of the technical construction experience, ensuring it involves mechanical system work in active medical facilities. Key personnel must have relevant experience, and safety qualifications, including OSHA certifications, are mandatory. Additionally, subcontractors must possess at least five years of relevant HVAC installation experience. Offerors must submit a comprehensive safety plan addressing compliance with safety regulations and how work will proceed without disrupting patient care. This proposal evaluation framework emphasizes the importance of experience, qualifications, and safety standards necessary to meet the project’s complex requirements within a healthcare environment.
    The pre-proposal conference outline for RFP 657-21-114JC focuses on correcting HVAC systems in adherence to VHA Directive 1116.2. Scheduled for April 30, 2025, the conference will cover contractual and technical issues, provide time for questions, and include a site walkthrough. The project is budgeted between $2 million and $5 million, with a completion timeline of 550 days post-notice to proceed. It is exclusively set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), emphasizing the requirement for detailed labor and material cost breakdowns, and adherence to safety and compliance standards. Proposals must be submitted electronically by May 29, 2025, complying with requirements such as including a bid bond and a pre-award safety evaluation form. The contract is subject to the Buy American and Davis-Bacon Acts, which mandates the use of American-made products and prevailing wage rates for labor, respectively. The selection process will be the Lowest Price Technically Acceptable (LPTA). Offerors must meet stringent proposal requirements to avoid disqualification, particularly in safety and compliance metrics, which are critical for technical acceptance. Overall, the document outlines essential aspects of the contracting process while ensuring compliance with federal regulations.
    Similar Opportunities
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    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.
    Z2NB--657-26-110JB - Upgrade Boiler Safety Valves , STL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Upgrade Boiler Safety Valves, STL," located at the Jefferson Barracks VA in St. Louis, MO. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement and upgrade of eight steam safety valves within the steam boiler system in Building 75 to enhance facility safety and efficiency. The contractor will be responsible for all labor, materials, equipment, and related services, including boiler shutdown/restart, scaffolding, and leak testing, with an estimated project cost ranging from $150,000 to $500,000 and a performance period of 180 calendar days. Interested contractors must be registered in SAM and VetCert, with the solicitation package expected to be available by December 19, 2025, and proposals due around January 15, 2026. For further inquiries, contact Kevin M. Farrell at kevin.farrell@va.gov or by phone at 913-946-1168.
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    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.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    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.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Y1DZ--NRM - CONSTR PROJ - 630-26-102 Design Build HVAC Bldgs. 4 and 5
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the "Design Build HVAC Bldgs. 4 and 5" project at the Manhattan Campus VA Medical Center in New York. This project aims to upgrade the air conditioning plants by installing three new chillers and associated cooling towers, addressing current ventilation insufficiencies and heat generated by new equipment. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 236220 and a small business standard of $45 million; the estimated construction magnitude is between $2,000,000 and $5,000,000, requiring a 20% Bid Bond. The solicitation is expected to be posted around January 5, 2026, and interested parties can contact Kim Gomez at kimberly.gomez@va.gov for further inquiries.