J041--ADD ALL CLOSET ROOMS IN SUITE- 1E-236 TO SOW-DATA ROOM ICNA REPAIRS-DC VAMC
ID: 36C24525Q0633Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals from qualified contractors for HVAC repair services at the Washington DC VA Medical Center, specifically for IT data rooms and closets. The project involves the installation of Variable Air Volume (VAV) and Dual Duct terminal boxes in various IT closets, including Suite 1E-236, and requires adherence to VA standards and integration with existing building automation systems. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and includes a mandatory site visit on August 26, 2025, with proposals due by August 28, 2025, at 10:00 AM EDT. Interested parties should contact Contracting Officer John Ritter at JOHN.RITTER2@va.gov for further information.

    Point(s) of Contact
    JOHN RITTERContracting Officer
    (410) 642-2412
    JOHN.RITTER2@va.gov
    Files
    Title
    Posted
    This document is Amendment #1 to Solicitation Number 36C24525Q0633, issued by the Department of Veterans Affairs. The amendment's purpose is to add all closet rooms in Suite 1E-236 to the Statement of Work (SOW) for Data Room ICNA Repairs at the DC VA Medical Center. Key updates include providing answers to questions, an updated SOW, details for a site visit, and an extension of due dates for both questions and quotes. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and pertains to HVAC repairs in IT data rooms. The response date is extended to August 28, 2025, at 10:00 AM Eastern Time.
    This document is Amendment #1 for Solicitation 36C24525Q0633, issued by the Department of Veterans Affairs, VISN 5 Contracting Satellite Office, Baltimore VAMC, and administered by the Washington DC VA Medical Center. The amendment, effective August 20, 2025, extends the offer receipt deadline to August 28, 2025, at 10:00 AM EDT. It details services required to repair HVAC systems in the IT/Data Room ICNAAT at the Washington DC VAMC. Key updates include a mandatory site visit on August 26, 2025, at 9:00 AM EST, and a deadline for Requests for Information (RFIs) by August 27, 2025, at 1:00 PM EST, to be sent to JOHN.RITTER2@va.gov. The Statement of Work (SOW) has been updated to include additional rooms (Data Center Room 3C119 IT and Data Room 1E236) for HVAC repairs. Contractors must review Section E.2 Supplemental Instructions to Quoters, and quotes are due by August 28, 2025, at 10:00 AM EST, also to JOHN.RITTER2@va.gov. The contract period for these services is from September 1, 2025, to August 31, 2026, with the principal NAICS code 561210 (Facilities Support Services) and product/service code J041 (Maintenance, Repair, and Rebuilding of Equipment - Refrigeration, Air Conditioning, and Air Circulating Equipment).
    The document outlines a Request for Quote (RFQ) regarding HVAC repairs in the IT Data Room at the Washington DC VA Medical Center. The contracting opportunity is issued by the Department of Veterans Affairs (VA) under solicitation number 36C24525Q0633, with a response deadline set for July 14, 2025, at 10:00 AM Eastern Time. The contract is designated as a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 561210. Key details include the contracting office located at 10 N Greene St, Baltimore, MD, and the performance location at 50 Irving St NW, Washington, DC. Additional documents related to this solicitation include a campus map and wage determination information. Point of contact for further information is Contracting Officer John Ritter. This RFQ represents an opportunity for qualified businesses to provide essential HVAC services, reflecting the VA's commitment to maintaining its facilities effectively.
    The document is an excerpt from a Questions and Answers (Q&A) section of an RFQ (Request for Quotation) identified as 36C24525Q0633, pertaining to "DATA ROOMS - DC VAMC." The specific question and answer clarify the architectural and structural details above concrete ceiling 1C112A, confirming the presence of another data closet and the feasibility of running line sets in the main kitchen's ceiling to the roof on the second floor. This exchange provides critical information for potential bidders or contractors regarding the infrastructure and logistics for data room installations within the DC VAMC facility.
    The Washington DC VA Medical Center is seeking proposals for IT Room and IT Closet HVAC repairs. This Statement of Work (SOW) outlines the requirements for supplying and installing Variable Air Volume (VAV) and Dual Duct terminal boxes in various IT closets and a suite (1E-236 Suite, 1E-236 IT Closet, 3C-119 IT Closet, and 1C-112 IT Closet). The project includes installing VAV boxes in IT Closets 1C-112 and 3C-119, six Dual Duct terminal boxes in the 1E-236 Suite, and a 350 CFM VAV box in the 1E-236 IT Closet. All new equipment must feature factory-installed Direct Digital Controls (DDC) and integrate seamlessly with the existing Siemens Control Building Automation System (BAS). The contractor is responsible for all labor, materials, equipment, supervision, and incidentals, including testing, commissioning, documentation, and cleanup, adhering to VA standards, safety regulations, and environmental guidelines.
    The Department of Veterans Affairs (VA) is seeking proposals for HVAC repair services at the Washington DC VA Medical Center. This solicitation, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all labor, materials, and equipment to repair HVAC systems in three data/communication rooms (1C112A, 3C119 IT, and 1E236). The work includes installing Variable Air Volume (VAV) boxes, a split DX system, and associated ductwork, all while adhering to federal, state, and local codes, including OSHA and NFPA standards. Contractors must coordinate with the medical center's facilities management team and infection control for any work performed above the ceiling. Proposals are due by July 14, 2025, at 10:00 AM EDT, with a site visit scheduled for July 8, 2025.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for HVAC repair services at the Washington DC VA Medical Center. It specifies that the project is set aside for small businesses, including service-disabled veteran-owned and women-owned businesses, as per federal requirements. The estimated contract value is $47 million, with a delivery timeline from July 21, 2025, to July 20, 2026. Key components include the installation of Variable Air Volume (VAV) boxes and ductwork to ensure year-round cooling in designated communication closets, with strict adherence to safety and compliance standards. Contractors must also perform the work without disrupting hospital operations and obtain necessary permits. Communication with the medical center's facilities management is critical for effective project execution. The document includes essential instructions for submitting bids, attending a site visit, and adhering to required federal acquisition regulations, emphasizing the ongoing commitment of the VA to enhance facility operations and safety while fostering small business participation in government contracts.
    This government file is a campus map of a facility, likely a hospital or medical center, given the presence of a "Main Hospital Bldg. 01." The map details various buildings, parking lots (Lot 1 through 10, including specific lots for "Gov. Vehicles" and "All Vets Healing Garden" parking), and key entrances such as the "Main Entrance," "EMS Entrance," "North Entry," and "South Entry." It also highlights amenities like "La Petite Day Care" and "Fisher House." Traffic flow is indicated, including a "One Way Traffic" section and a "Valet Drop-Off" area, as well as a "VA Shuttle Bus" stop. The map provides a clear layout of the campus, including the names of surrounding streets like 1st Street N.W., Irving Street N.W., Michigan Avenue N.W., and North Capitol Street, indicating its purpose as a navigational aid for visitors, staff, and emergency services within a government or federally-affiliated healthcare complex.
    The provided document is a campus map detailing parking lots, building locations, and designated entrances for a medical facility, likely associated with a government health department, such as the Veterans Affairs (VA) system. It highlights various parking areas (Lots 1-10), including specific designations for employee, government vehicles, and valet drop-off. Major buildings like the Main Hospital, Administrative Office, and Clinical Research Center are clearly marked. Notable features such as the Fisher House, a facility for veterans' families, and the Healing Garden are also included. The map outlines traffic direction and the presence of shuttle bus services, emphasizing accessibility for patients and visitors. This resource supports the facility's overall operational efficiency and visitor navigation, aligning with government mandates for veterans' care and accessibility in public health infrastructure.
    The document appears to be a disorganized compilation of government-related information, potentially concerning federal RFPs (Requests for Proposals), grants, and state and local RFPs. It lacks coherent structure and contains a jumble of symbols and fragmented phrases that obscure a clear understanding of its content. Key topics that may be inferred include funding opportunities, processes for grant applications, compliance requirements for state and federal programs, and possibly specific projects or initiatives. The document hints at regulatory frameworks and standards integral to proposals and grants, likely stressing the importance of meeting criteria stipulated by governmental bodies. Due to its fragmented and encoded nature, much of the detailed context and specific information required to ascertain the full picture of the document is lost. The overall purpose seems to revolve around providing guidance or instructions related to government procurement and funding, indicative of practices that would influence how organizations interact with government entities. In its current form, the document lacks clarity, making it difficult for stakeholders to extract actionable insights or comprehend the necessary steps and requirements associated with government funding and proposal processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    J041--OR MECH HW CW PUMP REPLACEMENT WASHINGTON DC VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of two non-potable hot water pumps and two chilled water pumps in the Operating Room Mechanical Room at the Washington DC VA Medical Center. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to perform demolition, equipment supply and installation, electrical work, controls integration, and training for VA staff. The project is critical for maintaining the operational efficiency of the medical facility's heating and cooling systems, ensuring a safe environment for patients and staff. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should contact Contracting Officer John Ritter at john.ritter2@va.gov or 843-814-0299 for further information.
    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.
    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.
    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.
    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.
    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.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.