Z1DA--Project 667-25-185 CON Install VAV Boxes Surgery Storage
ID: 36C25625R0064Type: Presolicitation
AwardedJul 2, 2025
$100K$100,000
AwardeeGOODWIN FACILITIES SOLUTIONS, LLC SPRINGDALE 72764
Award #:36C25625C0038
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the installation of Variable Air Volume (VAV) boxes in the Surgery Storage area at the Overton Brooks VA Medical Center in Shreveport, Louisiana, under Project No. 667-25-185. The project aims to enhance HVAC control to address temperature and humidity issues, ensuring a safe and functional environment for medical procedures. Eligible contractors must be certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be evaluated based on qualifications, past performance, and pricing, with a contract value estimated between $50,000 and $100,000. Proposals are due by the specified deadline, and interested parties should contact Contracting Officer Beth A. Cook at Beth.Cook@va.gov or 228-354-7576 for further information.

    Point(s) of Contact
    Beth A. CookContracting Officer
    (228) 354-7576
    Beth.Cook@va.gov
    Files
    Title
    Posted
    The presolicitation notice outlines a project at the Overton Brooks VA Medical Center in Shreveport, LA, designated as Project 667-25-185, which involves the installation of Variable Air Volume (VAV) Boxes for surgery storage. It specifies that the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and falls under the product service code Z1DA, with a construction cost range of $50,000 to $100,000. The anticipated solicitation will be issued on or around March 27, 2025, and interested contractors are advised to review the Request for Proposal (RFP) and associated documents carefully prior to submitting inquiries. Furthermore, bidders must be SDVOSB certified and registered in the System for Award Management (SAM). The notice emphasizes that no proposals are currently being accepted and clarifies that further details, including a scheduled site visit and cut-off time for inquiries, will be provided in the official solicitation. The document serves as an advance notification of the project's requirements and eligibility criteria for potential bidders.
    The document pertains to an amendment issued by the Department of Veterans Affairs (VA) Gulf Coast Veterans Health Care System, specifically modifying a solicitation or contract numbered 36C25625R0064. The amendment includes two key components: the provision of a site visit sign-in sheet dated April 7, 2025, and updated project drawings dated the same day, which replace previous versions issued on March 28, 2025. Importantly, all other terms and conditions of the contract remain unchanged despite this modification. The notice emphasizes that offers must acknowledge receipt of the amendment by a stipulated deadline, with methods of acknowledgement clearly outlined. Overall, this document highlights administrative updates to ensure compliance and tracking throughout the procurement process for a specific project related to veterans’ health care infrastructure.
    The document outlines a Performance Relevancy Survey as part of a government Request for Proposals (RFP) for Project No. 667-25-185, focusing on the installation of Variable Air Volume (VAV) boxes in surgery storage areas. It requires prospective offerors to detail their previous projects relevant to the solicitation, including contract values, project timelines, performance assessment, and relevance classifications (very relevant, relevant, semi-relevant). Offerors must submit details about their past performance, including any liquidated damages, issues encountered, and corrective actions taken, alongside descriptions of unique skills and accomplishments. Part two of the survey requests additional information unrelated to specific projects, emphasizing the importance of communication with project references. The document serves as a structured framework for evaluating contractor qualifications, ensuring that submissions reflect experience that aligns with the project’s complexities and scope. This RFP serves not only to assess past performance but also to obtain necessary assurances of capability in delivering on the project within established timeframes and standards. Overall, it aims to ensure that only qualified contractors with proven experience are considered for the installation project.
    The document outlines the Past and Present Performance Questionnaire for contractors bidding on a U.S. Department of Veterans Affairs project entitled "Install VAV Boxes Surgery Storage" (Project No. 667-25-185, RFP No. 36C25625R0064). It provides specific instructions for contractors to complete their information and send the form to references for assessment. It further instructs references to evaluate the contractor’s performance by rating a range of aspects on a scale from 1 (Unsatisfactory) to 6 (Exceptional). These aspects include managerial abilities, problem resolution, quality control adherence, project scheduling, and overall performance. The questionnaire collects necessary data to assess past performance for contract awarding. Additionally, it requests explanations for low ratings and information on whether the contractor has previously faced notices of concern. This is critical in federal procurement processes to ensure only qualified contractors proceed. Overall, the document serves as a comprehensive review mechanism aimed at ensuring accountability and quality in government contracting, particularly for projects involving veteran services.
    The document outlines a consent form for subcontractors and teaming partners in relation to Project No. 667-25-185, concerning the installation of VAV (variable air volume) boxes in surgery storage areas. It emphasizes the necessity for subcontractors to authorize the release of their past performance information to the prime contractor, a requirement for the government’s source selection process. The form collects essential details about the subcontractor, including contact information and a reference list detailing prior contracts, roles, and points of contact. This consent is critical as the government aims to assess past performance effectively to ensure best value in contract selections. Overall, the document is structured to facilitate the sharing of performance data, enhancing transparency and accountability in procurement processes, reflecting the government's priority on verifying subcontractor capabilities before awarding contracts.
    The document outlines the Contractor Evaluation Form for a federal project focused on the installation of VAV Boxes in a Surgery Storage area. It emphasizes the importance of safety and compliance with Occupational Safety and Health Administration (OSHA) regulations. Contractors are required to submit detailed safety records, including OSHA 300 Forms for 2022 to 2024, listing man-hours, incidents leading to days away from work, and the Days Away, Restricted, or Transferred (DART) rate. Additionally, any serious OSHA violations in the past three years must be declared, along with explanatory documentation. Contractors must also provide information about their Safety and Health Program administrator and their current Insurance Experience Modification Rate (EMR), with specific guidelines if the EMR exceeds 1.0. This evaluation process aims to ensure that safety standards are upheld in construction projects, thereby fostering a safe work environment in compliance with federal requirements. The document underscores the critical role of safety management in government contracting processes.
    The document pertains to Project No. 667-25-185, focused on installing VAV (Variable Air Volume) boxes for surgery storage, as part of a federal contractor proposal. It consists of a surety form that the contractor must complete and submit with their technical proposal. The form requires information about the contractor, including name, address, and contact details, alongside input from the surety. Key inquiries include the duration of bonding with the contractor, the contractor's bonding limit for projects, any past projects completed, and issues surrounding liability insurance or non-payment complaints from subcontractors or suppliers. This form aims to assure the government of the contractor's financial reliability and professional integrity in potential government-funded projects, contributing to the broader context of managing federal, state, and local Request for Proposals (RFPs) and grants.
    The document outlines the Request for Information (RFI) process for Project No. 667-25-185, focused on installing VAV (Variable Air Volume) boxes in a surgery storage area. It emphasizes that all pre-proposal inquiries must be submitted via an editable form to the designated email (Beth.Cook@va.gov), requiring the submission of questions in a numerical format. The form collects essential identification details such as the company name, the individual submitting the question, contact information, and the date of inquiry, alongside a space for multiple proposal inquiries, allowing for organized and clear communication. This structured approach aims to facilitate effective pre-proposal dialogue and ensure clarity for potential bidders, aligning with federal and local RFP protocols to enhance transparency in the procurement process.
    The document outlines a Request for Proposals (RFP) from the Department of Veterans Affairs for Project #667-25-185, which involves the installation of Variable Air Volume (VAV) boxes in the Surgery Storage area at the Overton Brooks VA Medical Center. The total procurement is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, and eligible contractors must be certified as SDVOSB through the SBA’s website. Firm-fixed-price contracts will be awarded based on evaluation factors such as professional qualifications, past performance, and price, with significant attention to safety records and compliance with construction wage rate requirements. Proposals must be submitted by a specified deadline, accompanied by required performance and payment bonds, and demonstrate compliance with various regulatory and reporting requirements, including information on past safety incidents and Environmental Modification Rate. A mandatory site visit is scheduled to assist bidders. The estimated project value is between $50,000 and $100,000, and funding is contingent upon the availability of appropriated funds. This solicitation reflects the government's commitment to facilitating opportunities for small veterans' businesses within the federal procurement framework.
    The document outlines the specifications for the installation of Variable Air Volume (VAV) boxes at the Overton Brooks VA Medical Center in Shreveport, Louisiana, under Project # 667-25-185. It details General Conditions, Safety Requirements, and operational protocols for contractors. Key aspects include security protocols for personnel and equipment, maintaining existing utility services, and adhering to construction and environmental regulations. The contractor is tasked with site preparation, construction, alterations, and coordination with VA personnel to ensure minimal disruption to medical operations. It emphasizes strict adherence to safety protocols, including the removal and proper disposal of hazardous materials. Additionally, the document includes stipulations for maintaining cleanliness, restoring areas post-construction, and submitting as-built drawings of any alterations for verification. The overarching purpose is to ensure a secure, efficient, and compliant renovation process, maintaining the operational integrity of the VA Medical Center while upgrading HVAC infrastructure. This aligns with federal mandates for enhancing healthcare environments while safeguarding both patients and staff. The project reflects federal priorities in streamlining facility management within government healthcare systems.
    The Overton Brooks VA Medical Center outlines infection prevention and control precautions for the construction of VAV boxes in a surgical area, emphasizing Class V precautions to mitigate infection risks. The document details essential measures to be taken before, during, and after construction activities. Key requirements include constructing compliant barriers, maintaining negative air pressure, isolating air diffusers, and ensuring proper waste containment. It mandates the use of protective clothing and ongoing monitoring of particulate data to verify air quality throughout the process. Workers must follow strict protocols for removing construction barriers, ensuring all actions minimize dust release. The HVAC systems must be verified for cleanliness and design compliance after project completion. This document serves as a critical guide to uphold health standards during construction within healthcare settings, reflecting compliance with federal regulations and safeguarding patient safety.
    The Overton Brooks VA Medical Center is initiating a project focused on installing VAV boxes in surgery storage areas, set to commence on January 6, 2025. The document outlines four distinct project types categorized by the scale and the anticipated dust and debris creation: Type A (non-invasive inspections), Type B (small-scale activities), Type C (moderate duration work), and Type D (major demolition). Each type specifies permissible activities, such as ceiling tile inspections or drywall removal, with corresponding risk levels designated for areas impacted, including low, medium, high, and highest risk zones related to patient care and operational environments. The Infection Control (IC) Matrix connects construction types to patient risk groups, ensuring appropriate precautionary measures based on the identified risk. Compliance with infection control requirements, especially for class III and higher precautions, is highlighted, reflecting the project's emphasis on safeguarding health during construction processes. This project demonstrates the VA's commitment to improving infrastructure while prioritizing patient safety and regulatory adherence.
    This document outlines the wage determination for building construction projects in Caddo County, Louisiana, as per the Davis-Bacon Act, effective January 3, 2025. It specifies minimum wage rates under Executive Orders 14026 and 13658, applicable to federal contracts awarded on or after certain dates. For contracts initiated on or after January 30, 2022, the minimum wage is $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum wage of $13.30 per hour, unless a higher rate is specified. Details include prevailing wage rates for various classifications of labor, such as electricians, plumbers, and laborers, alongside fringe benefits. It emphasizes that if additional classifications are needed for work, a contractor must submit a conformance request. The document includes information about worker protections and the appeals process for wage determinations. This wage determination is integral to ensuring compliance with federal labor standards in government contracts, highlighting the importance of fair compensation for workers in public construction projects.
    The Overton Brooks VA Medical Center requires installation of Variable Air Volume (VAV) boxes to address temperature and humidity issues in its Surgery sterilization storage rooms, necessitated by inadequate HVAC control. The contractor must install two new VAV boxes, ensuring service clearance and integrating them with the existing building automation system for efficient monitoring. The installation entails disassembling and reassembling the drop-down ceiling and connecting to the current heating system, all while adhering to specific infection control protocols to minimize disruption to patient care. The project is divided into a pre-construction period of 45 days for procurement and planning, followed by a construction period that must be completed within an additional 45 days after the Notice to Proceed. All work should occur after regular business hours, with a maximum eight-hour limit on HVAC outages. The contractor is also responsible for submitting a detailed construction schedule and ensuring compliance with Federal, State, and local codes. The project location is specified at the VA Medical Center in Shreveport, LA, emphasizing the importance of safety and operational continuity throughout the installation process. This RFP highlights the VA's commitment to maintaining a safe and functional environment for medical procedures through necessary infrastructure upgrades.
    The site visit sign-in sheet for Project No. 667-25-185, related to the installation of VAV boxes at Overton Brooks VA Medical Center, was conducted on April 7, 2025, at 11:00 AM. It includes the names, companies, phone numbers, and email addresses of attendees, primarily from the VA and a contractor, GFS. Attendees were encouraged to provide their emails for a completed copy of the sign-up sheet.
    The document outlines a control points schedule for an HVAC project involving the installation of VAV boxes in a surgery addition in Shreveport, Louisiana, with specific focus on dampers, valves, and temperature sensors. It includes technical specifications for airflow, ductwork construction standards, and integration with existing systems, detailing required connections and equipment characteristics. The project, numbered 667-25-185, is set for completion by December 26, 2024.
    The document outlines the HVAC demolition and new installation plans for the Overton Brooks VAMC in Shreveport, Louisiana, focusing on the installation of Variable Air Volume (VAV) boxes in the surgery storage area. Key tasks include cutting and capping existing ductwork, reusing components where feasible, and adhering to SMACNA standards for duct construction and support. The drawings detail specific installation requirements and ensure room pressure balance in adjacent spaces.
    Similar Opportunities
    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.
    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.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    J065--Preventative Maintenance for Steris Sterilization Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@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.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    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.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    J041--SPS VFD REPLACEMENT 26 WASHINGTON DC VAMC 688-26-1-459-0041
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the replacement of Variable Frequency Drives (VFD) at the Washington DC VA Medical Center (VAMC). The project involves replacing two ABB ACH580 VFDs with bypasses, upgrading from existing ACH-550-031A-4 VFDs to ACH-550-045A-4 or equivalent, while ensuring continuous operation of air handlers. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561210, emphasizing the importance of supporting veteran-owned enterprises in facilities support services. Interested contractors must submit their quotes by December 19, 2025, at 10:00 AM EST, and can contact Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or 843-814-0299 for further details.