Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
ID: 36C25726R0012Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    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.

    Point(s) of Contact
    Horacio FernandezContract Specialist
    Horacio.Fernandez@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting bids for project 674-22-805, "Upgrade Building Automation System," at its Temple and Waco Veterans Affairs Medical Centers in Texas. This competitive, 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside requires contractors to upgrade HVAC and related systems to a digital control system (Metasys BACNET MSTP network). The project, valued between $10 million and $20 million, involves general construction, alterations, and installation of JCI Metasys devices. A mandatory performance period of 548 calendar days applies. Proposals must be submitted via email by January 12, 2026, and will be evaluated based on past performance (significantly more important) and price, with technical acceptability (EMR less than or equal to 1.00) as a prerequisite. Pre-bid site visits are scheduled for December 10th and 11th, 2025.
    The Department of Veterans Affairs, Network Contracting Office 17, has issued a presolicitation notice (36C25726R0012) for a Request for Proposals (RFP) to upgrade the Building Automation Systems (BAS) at the Temple and Waco VAMCs in Texas. This project involves reconfiguring outpatient rehabilitation medicine and pharmacy service areas by upgrading HVAC and related systems to a digital control system on the Metasys BACNET MSTP network. Johnson Controls International (JCI) is an approved consultant. The project includes approximately 30 buildings at the Waco campus and 11 at the Temple campus. The solicitation, for a single, firm fixed price construction contract, is set aside for 100% Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) with a NAICS code of 236220 and a size standard of $45M. The estimated construction magnitude is between $10,000,000 and $20,000,000, with a performance period of 548 days. The RFP is expected to be issued around December 2, 2025, on SAM.gov, and a pre-bid site visit will be scheduled. Contractors must be registered in SAM and SBA MySBA Certifications, and have a current VETS 4212 report.
    This document outlines the "Upgrade Building Automation System - Waco & Temple VAMC" project (VA Project Number: 674-22-805), a 100% Construction Documents package. The project involves upgrading the building automation systems at both the Doris Miller Waco Medical Center and the Olin E. Teague Veterans Center in Texas. It details the involved architectural, structural, mechanical, electrical, fire protection, and physical security consultants, including Spur Design, H2B, Inc., Poole Fire Protection, Inc., and Force Protect. The document specifies adherence to various codes and standards, including the 2021 International Building Code (IBC) and NFPA 101 Life Safety Code, and provides general construction notes and energy requirements for the Waco and Temple locations. It also includes a comprehensive sheet index covering general, civil, architectural, mechanical, electrical, and telecommunications plans and details for various buildings at both VA Medical Centers.
    This document, "674-22-805 | Upgrade Building Automation System," outlines the 100% construction documents for upgrades at the Olin E. Teague VAMC in Temple, TX, and the Doris Miller VAMC in Waco, TX. The project involves upgrading existing building automation system environmental controls, including demolition and installation of new systems. Key aspects cover general requirements such as site preparation, security procedures, document control, and restrictions on operations and storage areas. The document details requirements for maintaining utility services, managing alterations, disposing of materials, and protecting existing vegetation and structures. It also addresses restoration work, professional surveying, as-built drawings, and a comprehensive warranty management plan, emphasizing safety, coordination, and compliance with VA and federal regulations throughout the construction period.
    The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.3, December 2024) provides minimum requirements for categorizing construction, renovation, and maintenance activities within VHA facilities to prevent infection risks. It guides users through a four-step process: identifying the activity category (A, B, C, or D), assessing affected areas, determining overall patient risk (Low, Medium, High, or Highest), and establishing the necessary level of infection prevention and control precautions (I, II, III, or IV). The document details specific control measures for each precaution level, escalating from basic dust control to advanced containment with negative pressurization and anterooms for higher-risk activities. It also outlines required post-activity cleaning and inspection protocols. A permit form is included for Level III and IV activities, which must be posted at the project site. An appendix offers an alternative interior exhaust procedure for negative air systems when outdoor exhaust is not feasible, emphasizing HEPA filtration and continuous particulate monitoring.
    The VHA Pre-Construction Risk Assessment (PCRA) template, VHA-PCRA-2024-1.1, provides minimum requirements for categorizing the type and safety risk of construction, renovation, and maintenance activities within VHA facilities. This template ensures appropriate precautions are taken to prevent impact on patients, employees, and contractors. It outlines control measures for three activity types: Inspection/Upkeep, Small-scale, and Large-scale, with increasing levels of control for higher risk activities. The document emphasizes the use of activity statements of work and drawings for assessment, and mandates communication and coordination plans with affected areas. A critical component is the requirement to use this PCRA in conjunction with the VHA Infection Control Risk Assessment (ICRA) if infection risks are present. The document includes a fillable permit form for posting at activity sites and details requirements for assessing and coordinating with adjacent areas. The current project involves upgrading HVAC digital controls across Waco and Temple medical campuses, categorized as a "Small Scale" activity. An ICRA is required, and initial walkthroughs are planned to re-evaluate ICRA levels for each location. Key personnel, including the Project Manager, Safety Officer, and Chair of the Construction Safety Committee, have signed off on the permit.
    This document outlines the price schedule breakdown instructions for a government contract, likely an RFP related to construction or facility upgrades, specifically mentioning "Upgrade Building Automation System Temple/Waco TX." It details that all pricing is fixed, and the awardee is responsible for ensuring the accuracy of calculations and transposing totals to the Price Summary. The schedule categorizes costs by construction industry "Divisions," aligning with the Construction Specification Institute (CSI) breakdown. These line items are for informational purposes only and do not represent separate billable deliverables. The document clarifies that "Field office overhead" and "general conditions" are interchangeable terms and will be applied only once to the contract. The price schedule itself, CLIN 0001, lists numerous divisions (e.g., General Requirements, Concrete, Electrical, Plumbing) and subgroups (e.g., Facility Services, Site & Infrastructure, Process Equipment) with N/A and $0.00 entries, suggesting it's a template or an initial breakdown where costs will be filled in. Additional cost categories include Insurance/Bonds, Taxes/Other Fees, O&M Manuals, Overhead, Subcontract Mark-Up, and Profit, culminating in Subtotals and a Contract Total.
    The document provides a detailed building schedule and architectural scale references, likely for a government Request for Proposal (RFP) or a federal grant project. It lists numerous buildings and facilities, assigning them identification numbers and brief descriptions. Key facilities include administrative offices, outpatient clinics, various storage buildings, utility structures like water pump houses and boiler plants, and specialized units such as psychiatric and nursing care facilities. The document also details locations for electrical switchgear, emergency generators, transformer pads, and cooling towers. The inclusion of architectural scales suggests that this schedule supports a construction, renovation, or infrastructure upgrade project, requiring precise planning and execution. The overall purpose is to outline the scope and location of various structures pertinent to a large-scale governmental development or maintenance initiative.
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    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.
    Y1DZ--36C257-26-AP-0167 | NEW CON FY26 | 674-21-252 - Renovate Bldg. 62 AC Shop (VA-26-00003429)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans Medical Center in Temple, Texas. The project aims to ensure the AC shop space is safe and functional, requiring the contractor to provide all necessary labor, materials, equipment, and testing to reconfigure electrical, mechanical, and plumbing systems, with some work scheduled after hours due to the facility's 24/7 operation. This construction project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, has a funding magnitude between $2,000,000 and $5,000,000, with a Request for Proposal (RFP) anticipated to be posted around November 28, 2025, and a response deadline of December 5, 2025. Interested parties can contact Contract Specialist Jose Portalatin at jose.portalatinrivera@va.gov or (915) 564-6100 ext. 6583 for further information.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Cart Elevators - Surgery" project at the Central Texas Veterans Health Care System in Temple, TX. The project involves replacing existing hydraulic cart elevators with new traction elevators in Building 163, specifically within the surgical suite, and includes significant electrical and mechanical system reconfigurations. This procurement is particularly important for maintaining operational efficiency and safety within the hospital environment, emphasizing strict adherence to safety protocols during construction. The estimated contract value ranges from $1,000,000 to $2,000,000, with a performance period of 270 calendar days post-award. Interested parties must submit proposals via email by January 5, 2026, and are encouraged to contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov for further details.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Z1DA--531-24-104 | Replace HVAC B23-B45 - Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction project to replace HVAC systems in Buildings 23 and 45 at the Boise VA Medical Center in Idaho. The project involves significant upgrades, including the replacement of fan coil units and fin tube radiators, installation of heat exchangers, pumps, and valves to create a closed heating loop, and the utilization of raw geothermal water for heating. This total small business set-aside contract, valued between $500,000 and $1,000,000, has a performance period of 180 calendar days, with proposals due by December 8, 2025, at 12:00 PM (MST). Interested contractors should contact Alan Perez at Alan.Perez@va.gov or 360-690-1832 for further details.
    Y1DA--657-26-109JB, Upgrade Master Boiler Program Logic Controls l STL
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to participate in a Sources Sought Announcement for the Upgrade Master Boiler Program Logic Controls at the St. Louis Jefferson Barracks, MO VAMC (Project 657-26-109JB). The objective of this procurement is to replace outdated hardware and software in the Plant Master Panel, three boiler PLCs, and the SCADA system with modern, supported platforms, ensuring improved reliability and safety. This project, estimated to cost between $250,000 and $500,000, requires contractors to provide all necessary labor, materials, and resources while adhering to specified regulations and standards. Interested firms must submit a Capability Statement by December 10, 2025, detailing their experience and socio-economic status under NAICS code 238220, and should contact Kevin A. Mahoney at kevin.mahoney3@va.gov for further information.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement, set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days, with an estimated project cost between $5,000,000 and $10,000,000. The project is critical for modernizing the facility's data management capabilities, ensuring compliance with federal regulations, and maintaining operational efficiency. Interested bidders must submit their proposals electronically by December 11, 2025, at 12:00 PM EST, and are encouraged to attend a mandatory site visit scheduled for November 18, 2025, to gain a comprehensive understanding of the project requirements. For further inquiries, contact Devin M. Russell at devin.russell@va.gov.