J044--646-25-404 UD Replace B30 RTU-1 Coil & UV Light System (CON) (VA-25-00073187)
ID: 36C24425B0019Type: Presolicitation
AwardedAug 15, 2025
$688.3K$688,261
AwardeeRBVetCo, LLC CARNEGIE 15106-2436
Award #:36C24425C0045
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS (J044)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for the construction project titled "UD Replace B30 RTU-1 Coil & UV Light System" at the Pittsburgh Veterans Affairs Healthcare System. The contractor will be responsible for providing all necessary labor, materials, tools, and equipment to complete the project in compliance with VA guidelines and local requirements, with a performance period not exceeding 180 days. This project is crucial for enhancing the operational capabilities of the facility, ensuring compliance with federal regulations, and maintaining a safe environment for healthcare delivery. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their bids by July 22, 2025, and can contact Contract Specialist Keneisha Coleman at Keneisha.Coleman@va.gov or 814-505-9032 for further information.

    Point(s) of Contact
    Keneisha ColemanContract Specialist
    (814) 505-9032
    Keneisha.Coleman@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is preparing to issue an Invitation for Bid (IFB) for construction services related to the replacement of the B30 RTU-1 Coil and UV Light System at the Pittsburgh Veterans Affairs Healthcare System. This project falls within the Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside category, encouraging participation from eligible small businesses. The work must comply with applicable codes and VA standards, with a total project cost estimated between $500,000 and $1,000,000, and a performance timeframe of 180 days from notice to proceed. Interested contractors can access the solicitation documents on SAM.gov, as hard copies will not be provided. A pre-bid conference is scheduled for June 26, 2025, at the project site, with all questions directed to the designated contracting specialist. The anticipated release date for the solicitation is around June 18, 2025, and contractors are urged to register in the System Award Management (SAM) database before submitting their bids. This initiative underscores the VA's commitment to infrastructure improvements while promoting small business engagement.
    This document serves as a bid cover sheet for a government procurement project identified as "646-25-404 UD Replace B30 RTU-1 Coil & UV Light System (CON)" located at the University of Pittsburgh Veterans Affairs Pittsburgh Healthcare System (VAPHS). The solicitation number for this project is 36C24425B0019. The sheet requests essential vendor information, including the vendor's name, Unique Entity Identifier (UEI), address, and primary point of contact (POC) with email. It is designed to streamline the submission process for potential vendors participating in the Request for Proposal (RFP). This procurement initiative likely aims to improve operational systems within the facility, ensuring compliance with federal regulations and standards. The structured format indicates a clear intent to gather necessary details from contractors interested in providing the required services or products.
    This document pertains to the federal wage determination under the Davis-Bacon Act for construction projects in Allegheny County, Pennsylvania, effective March 28, 2025. It outlines the minimum wage rates that contractors must pay workers based on their job classifications, which exclude residential projects and sewage treatment plant work. Key wage rates include a minimum of $17.75 per hour for contracts starting after January 30, 2022, due to Executive Order 14026, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, under Executive Order 13658. The document lists various labor classifications such as electricians, plumbers, and laborers, detailing their respective rates and fringe benefits. Additionally, it emphasizes compliance with federal regulations and outlines the process for contractor classification requests and appeals related to wage determinations. The overall aim is to ensure fair wages and worker protections for federal construction projects, maintaining adherence to legal standards and competitive industry practices.
    The Liquidation Damages Formulation Memo outlines the financial implications for delays in the "UD Replace B30 RTU-1 Coil & UV Light System" project, as per Solicitation Number 36C24425R0019. It specifies that liquidated damages amounting to $597.00 will be incurred for each calendar day of delay if the contractor fails to complete the project within the stipulated timeline. The memo details the estimated personnel costs for both Contracting Administration and Facility Engineering teams, indicating daily rates for various roles, including the Contracting Officer Supervisor, Contract Officer, Legal Officer, and Construction Manager. The liquidated damages are characterized as compensatory and align with Federal Acquisition Regulation 36.206, allowing the government to seek additional actual damages if separable from the contractor’s delays. Christopher McDevitt, the Contracting Officer, concludes the memo with a formal digital signature dated June 17, 2025. This document serves as a critical guideline for enforcing performance timelines within government contracts, emphasizing accountability and the importance of timely project completion.
    The solicitation (IFB 36C24425B0019) issued by the Department of Veterans Affairs calls for construction services for the UD Pittsburgh VAPHS project, specifically replacing B30 RTU-1 Coil & UV Light System (Project #646-25-404). The selected contractor must provide management, labor, materials, and compliance with VA standards, with a performance period not exceeding 180 days. The project budget is estimated between $500,000 and $1,000,000, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Key deliverables include adherence to wage determinations and submission of bid guarantees. A site visit for prospective bidders is scheduled for June 26, 2025, with a virtual bid opening on July 22, 2025. Bids must be valid for 180 days and include all required certifications and representations as outlined in the solicitation. The process emphasizes strict compliance with Buy American requirements for construction materials. This procurement aims to enhance the facility's operational capabilities, demonstrating the VA's commitment to veterans through its investment in infrastructure.
    The document is an amendment to a previously issued solicitation by the Department of Veterans Affairs for the project titled "UD Replace B30 RTU-1 Coil & UV Light System." The amendment confirms that no requests for information (RFIs) were received as of the specified deadline and maintains the proposal submission due date of July 22, 2025, at 11:00 AM EST. It specifies that RFI submissions must be made electronically to designated contacts and includes a reminder for the sign-in sheet attached to the document. These updates aim to ensure transparency and clear communication among offerors and the contracting officer, Christopher McDevitt, reinforcing adherence to the established timeline while facilitating the bid process. The amendment underscores the ongoing efforts to manage the solicitation process effectively within government contracting protocols.
    The document serves as an amendment to a solicitation for a construction project managed by the Department of Veterans Affairs, specifically Network Contracting Office 4. Its main purpose is to clarify procedural issues regarding the submission of bids for the project, particularly emphasizing instructions for preparing bid packages. The amendment details essential requirements, including the submission of a bid cover sheet and acknowledgment of amendments within the proposal. It also highlights the importance of electronic submission to specified email addresses and reiterates that initial bid deadlines remain unchanged. Additionally, the amendment references previous amendments (A0001 and A0002) to inform bidders about changes made, such as revisions to the NAICS code and acknowledgment of no technical requests for information before the deadline. Attached documents include submittals from the original construction project, meant for awareness but not for directing or recommending specific materials. The amendment aims to ensure all bidders understand the instructions and requirements, stressing the need for adherence to the outlined guidelines to avoid bid rejections.
    The document consists of a submittal review for a project involving the installation of packaged outdoor central-station air handling units (AHUs) for the VA Pittsburgh Healthcare System's University Drive Research Building Addition. It outlines the purpose of the engineer's review to assess general conformance with project design and compliance without verifying all construction details. Key points include specifications for unit arrangement, humidity control, air quality filtration, and temperature regulation. Notable corrections include the need for MERV 12 filters instead of MERV 8, adjustments to cooling coil temperature settings, and the specification of stainless steel drain pans. The review emphasizes contractor accountability for construction methods and coordination of equipment placement, underscoring the necessity for careful adherence to project documentation. This submittal process is inherent in government contracting and seeks to ensure that awarded projects meet established performance and safety standards while addressing federal grant criteria. The detailed technical specifications exemplify regulatory compliance needed for healthcare facilities.
    The government document outlines several federal and state proposals for funding and grants aimed at enhancing community infrastructure and services. Key areas of focus include local project requests, federal grants for environmental sustainability, public health initiatives, and educational improvements. The document provides a structured overview, detailing eligibility requirements, application processes, and submission deadlines for interested organizations. It emphasizes the importance of addressing urgent community needs through strategic funding allocations, fostering collaboration among local governments, nonprofits, and private sectors. Additionally, the report highlights best practices for project implementation and evaluation to ensure effective use of resources. The primary purpose of the document is to solicit proposals from eligible entities, supporting community-driven projects that align with governmental objectives for improved quality of life and sustainable development. It serves as a crucial guide for organizations seeking federal assistance to address pressing local issues.
    The document outlines an amendment to the solicitation number 36C24425B0019 for the "UD Replace B30 RTU-1 Coil & UV Light System (CON)" project managed by the Department of Veterans Affairs. The amendment, identified as A0001, alters the previously assigned North American Industry Classification System (NAICS) and Product Service Code (PSC) from 238220 and J044 to 236220 and Z1DA, reflecting changes in the sector classification and small business size standards. The contractor is tasked with providing all necessary labor, materials, tools, and equipment to complete the construction project following VA and EPA guidelines, with specific adherence to local requirements for the Pittsburgh VA Healthcare System. The goal is to facilitate the successful completion of the project outlined in the related request for proposal (RFP) No. 646-25-404. This procurement process showcases the VA’s approach to enhancing facility operations and maintenance through responsible contracting and compliance with federal standards, ensuring effective service delivery for healthcare needs.
    The VA Pittsburgh Health System has issued a Statement of Work for the replacement of the RTU-1 steam coil and UV light system on the B-30 roof of the University Drive Campus. The contractor is tasked with demolishing existing units and installing new heating and UV light systems, while maintaining temporary treated air supply during the process. Key contractor responsibilities include adherence to safety regulations, disposal of hazardous waste, and compliance with construction codes. The project requires an OSHA-certified onsite superintendent and adherence to privacy protocols regarding sensitive VA information. The performance period extends to 180 days following the Notice to Proceed, with operations permitted during weekdays from 7 AM to 4 PM. The contract emphasizes coordination to avoid disruptions to hospital operations, detailing specifications for heating systems, including necessary anti-corrosive features and thorough documentation for approval. This initiative underscores the VA's commitment to enhancing healthcare infrastructure while ensuring operational continuity and safety throughout the project's duration.
    The document outlines the VA's Notice of Limitations on Subcontracting under 38 U.S.C. 8127, emphasizing the certification requirements for offerors in federal construction contracts. It specifies that contractors must adhere to certain limitations on the percentage of contract funds that can be subcontracted to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For general construction, contractors cannot pay more than 85%, and for special trade contractors, up to 75% may be subcontracted to non-certified firms. Violations may lead to penalties, including referral for suspension and debarment or fines. Offerors must submit this certification with their bids to be considered for award, as compliance will be subject to review by the VA during and after the contract performance. The requirement emphasizes the government’s commitment to supporting veteran-owned businesses in contracting opportunities while ensuring accountability in subcontracting practices.
    Similar Opportunities
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to correct deficiencies in the chiller plant at the Coatesville VAMC in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to address the deficiencies as outlined in the scope of work, drawings, and specifications. This project is crucial for maintaining the operational efficiency of the facility's heating and cooling systems, with a contract value estimated between $250,000 and $500,000. Interested bidders must ensure they are registered in the System for Award Management (SAM) and comply with all relevant certification and regulatory requirements. The solicitation documents will be available for download on SAM.GOV around December 12, 2025, and inquiries should be directed to Contract Specialist Kevin Rodgers at kevin.rodgers2@va.gov or by phone at 215-823-5800.
    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.
    [AMENDED] Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a design-build project to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various federal regulations, including the Federal Acquisition Regulation (FAR) and the Davis-Bacon Act, with a construction magnitude estimated between $1 million and $5 million. The selected contractor will be responsible for all aspects of the project, including design, construction, and compliance with VA guidelines, with a performance period of 270 calendar days from the Notice to Proceed. Proposals for Phase 1 are due by January 5, 2026, at 4:00 PM EST, and interested parties should direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or Elijah J McIntosh at elijah.mcintosh@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.
    Z1DA-- 630A4-26-500 Replace ER AHU Brooklyn Campus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus, under Project No. 630A4-26-500. This federal contract requires contractors to provide all necessary labor, materials, and supervision to replace and refurbish HVAC equipment, including the packaged AHU, exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes, while ensuring minimal disruption to the medical center's operations. The project is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and has a performance period of 240 calendar days from the Notice to Proceed. Interested bidders must register in SAM, verify their SDVOSB status, and submit bids by January 19, 2026, with a mandatory pre-bid site visit scheduled for December 20, 2025. For further inquiries, contact Gail E. Hill at gail.hill@va.gov.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    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.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    J041--12/19 10 AM SDVOSB | A5-26-008 Replace 17H Blast Chiller Condenser
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the replacement of a 17H Blast Chiller Condenser at the Perry Point VA Medical Center in Baltimore, Maryland. The project involves the removal and replacement of the existing blast chiller condenser, including refrigerant recovery and connections to existing systems, with a completion timeline of 30 calendar days from the Notice to Proceed. This procurement is critical for maintaining the facility's operational efficiency and ensuring compliance with safety and environmental regulations. Interested vendors must attend a mandatory site visit on December 15, 2025, and submit their proposals by December 19, 2025, at 10:00 AM EST, with all inquiries directed to Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV.