C1DA--PN: 636-25-306, Upgrade Surgery Air Handlers (OM) PN: 636-25-502, AHU Replacement (GI) - Full Brooks Act 36C263-25-AP-1138
ID: 36C26325R0040Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES (C1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 7, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 3:00 PM UTC
Description

The Department of Veterans Affairs (VA) is seeking qualified architect-engineer firms to provide design services for upgrading surgery air handlers at the Omaha VA Medical Center and replacing air handling units at the Grand Island Community Based Outpatient Clinic. The projects require comprehensive design work, including site investigations, construction documents, specifications, and cost estimates, all while ensuring minimal disruption to ongoing medical operations. This initiative is critical for enhancing healthcare infrastructure and compliance with VA standards, with an estimated construction budget ranging from $2 million to $5 million for each project. Interested firms must submit their qualifications via SF 330 forms by April 7, 2025, to Contracting Officer Angela Frost at Angela.Frost2@va.gov.

Point(s) of Contact
Angie FrostContracting Officer
(651) 293-3070
Angela.Frost2@va.gov
Files
Title
Posted
Mar 21, 2025, 9:08 PM UTC
The Department of Veterans Affairs (VA) is issuing a Presolicitation Notice for two projects focused on upgrading air handling units at the Omaha VA Medical Center and the Grand Island Community Based Outpatient Clinic. This notice is a call for architect-engineer (A-E) design services and does not constitute a request for price proposals. Firms interested in this opportunity must submit their qualifications via SF 330 forms by April 7, 2025. The design work will include site investigations, schematic and final construction plans, specifications, and cost estimates, all while ensuring minimal disruption to medical center operations during construction. The projects are set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will follow specific selection criteria focused on qualifications, experience, capacity, past performance, and commitment to utilizing small businesses. The contract will be awarded based on the most qualified submissions, with a planned completion timeline of 245 days post-contract award. All submissions must follow strict guidelines regarding format and security to ensure compliance. The estimated construction costs for each project range between $2,000,000 to $5,000,000.
Mar 21, 2025, 9:08 PM UTC
The Department of Veterans Affairs has issued a Request for Proposal (RFP) regarding an HVAC upgrade project at the Omaha Veterans Affairs Medical Center. The project aims to enhance the current air handling units by replacing three specific rooftop units (RTUs) to meet both existing and future healthcare needs, ensuring compliance with VA HVAC codes. Key components of the project include evaluating existing RTUs, designing compliant replacements, and integrating them into the Building Automation System. The selected Architectural Engineer (A/E) will be responsible for comprehensive site investigations, design documentation, cost estimating, and adherence to VA safety and environmental standards. The project is budgeted between $2 million and $5 million, requiring submissions throughout various design phases, with a total duration of 245 calendar days from the Notice to Proceed. Emphasis is placed on minimizing disruption to medical operations during construction through detailed phasing plans and infection control measures, thereby underscoring the VA's commitment to maintaining high standards of care while modernizing its facilities.
Mar 21, 2025, 9:08 PM UTC
The Department of Veterans Affairs (VA) seeks to replace and upgrade the Heating, Ventilation, and Air Conditioning (HVAC) system at the Grand Island Community Based Outpatient Clinic. This project aims to enhance air quality and control temperature and humidity primarily in the Inpatient Pharmacy Compounding Area, followed by Radiology, Physical Therapy, and the Kitchen. The design must comply with VA HVAC standards, incorporating dedicated units and structural assessments for existing air handlers. The project requires a professional Architect/Engineer (A/E) to develop comprehensive construction documents, including cost estimates, within a budget of $2 million to $5 million over a timeline of 245 days post-Notice to Proceed. The A/E is responsible for site inspections, user interviews, and adhering to rigorous safety and design guidelines. Phased construction is essential to minimize disruption to clinic operations. Deliverables will include various design submissions (35%, 65%, 95%, 100%), along with as-built documentation upon project completion. This project highlights the VA's commitment to improving healthcare facilities, ensuring compliance with current standards, and maintaining operational continuity during construction while prioritizing patient safety and environmental health.
The document outlines the annual privacy training requirements for personnel at the Department of Veterans Affairs (VA) who do not have access to VA sensitive information or computer systems. It emphasizes the obligation to safeguard personal information under various privacy laws, including the Privacy Act and HIPAA. Those who might incidentally encounter sensitive information must be aware of their responsibilities, including proper reporting of any breaches or disclosures. The training defines VA sensitive information, which comprises data that requires protection due to the potential harm from unauthorized disclosure, and outlines specific safeguards to manage this information. Violations of privacy regulations can lead to significant penalties, including loss of employment. The document also stresses the importance of understanding the local Privacy Officer's role for reporting violations. Overall, it sets forth a framework to ensure personnel are educated on their duties regarding the confidentiality of Veterans' information, thus aligning with their commitment to protect Veterans' rights and data.
This document outlines the records management obligations for federal contractors handling Federal records as part of their agreements with Federal agencies. It emphasizes the need for clear language in contracts that define how contractors must manage, protect, and preserve Federal records, in compliance with the Federal Records Act and associated regulations. Key sections define what constitutes a Federal record, detail the responsibilities of contractors in maintaining these records, and establish requirements for data ownership and non-disclosure of sensitive information. Notably, contractors must report any unauthorized disclosures or accidental destruction of records and are required to undergo records management training provided by the agency. Furthermore, they must disclose any changes in subcontractor arrangements that involve sensitive information. The overarching purpose of this language is to ensure accountability and compliance with federal record-keeping standards, fostering transparency and safeguarding government information. Ultimately, the document aims to integrate these records management requirements into procurement processes across federal contracts.
The VA Handbook 6500.6 Appendix C outlines the security and privacy requirements for contractors and subcontractors engaging with the Department of Veterans Affairs (VA). It mandates that these parties adhere to the same Federal laws and VA directives regarding information security. Contractors must request access to VA information solely for necessary contract obligations and are subject to background investigations equivalent to VA personnel. Access to national security programs requires valid security clearances, which must be verified through designated VA personnel. The document emphasizes that custom software development and outsourced services should primarily occur in the U.S. and outlines protocol for notifying the VA when personnel changes occur within contractor teams. This handbook serves as a framework for ensuring the safe handling of VA information and compliance with regulatory standards in federal contracts and grants.
Mar 21, 2025, 9:08 PM UTC
The document outlines a modification to a previous notice regarding two construction projects under the Department of Veterans Affairs: upgrading surgery air handlers and replacing air-handling units at two locations in Nebraska. The solicitation number for this initiative is 36C26325R0040, with responses due by April 7, 2025, at 10:00 AM Central Time. The projects are categorized under the Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. The contracting office will be based in St. Paul, MN, and the work will be conducted at the Omaha VA Medical Center and the Grand Island Community Based Outpatient Clinic. The primary point of contact for vendors is Contracting Officer Angela Frost. The announcement also includes instructions for vendors to access a related Q&A document for further clarification on the solicitation. This modification emphasizes the VA's ongoing efforts to enhance healthcare infrastructure and services for veterans, aligning with federal contracting objectives.
Mar 21, 2025, 9:08 PM UTC
The document outlines questions and answers regarding Solicitation 36C26325R0040, which involves upgrading surgery air handlers and replacing air handling units. Key points include that Part II and Past Performance Questionnaires (PPQs) count toward the 50-page submission limit required in the solicitation, although PPQs are not mandatory. Respondents are required to submit between three to five project examples emphasizing their qualifications, with a clear submission deadline for questions set for March 26, 2025. The design work must incorporate all necessary components including civil, mechanical, and electrical elements, despite a query on the necessity of a civil engineer, suggesting inclusivity in the design requirements. Additionally, the document confirms that CPARS are not required but will also count against the page limit if submitted. This solicitation emphasizes qualifications, project scope clarity, and adherence to submission constraints in the context of federal contracting procedures.
Similar Opportunities
Project 614-25-101,AE (AJP) Add Surgical Suite AHU - 13W
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for Project 614-25-101, which involves adding a surgical suite air handling unit at the Lt. Col. Luke Weathers Jr. Veterans Affairs Medical Center in Memphis, Tennessee. This project is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside with an estimated construction budget of $5 million, requiring firms to submit their SF330 documents by April 28, 2025. The selected firm will be responsible for creating detailed contract drawings and specifications, conducting design services, and ensuring quality assurance throughout the construction period while adhering to VA standards. Interested parties can contact Contract Specialist Alan Raulerson at alan.raulerson@va.gov for further information.
Y1DA--590-25-701 | Design EHRM Data Center | Hampton, VA |
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the Electronic Health Record Modernization (EHRM) Data Center project at the Hampton VA Medical Center in Virginia. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring firms to demonstrate prior experience with at least two completed projects as the prime contractor. This initiative is crucial for enhancing the VA's healthcare infrastructure, ensuring compliance with federal standards while improving data management capabilities for veteran services. Interested parties must submit their qualifications by May 5, 2025, and can contact Contract Specialist Andrew Mathews at Andrew.Mathews2@va.gov or 216-707-7715 for further information.
VA CFM Healthcare A-E IDIQ -- C219
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for an Architect-Engineering (A-E) services contract through a Multiple Award Task Order Contract (MATOC) valued at $790 million. The procurement aims to support various projects related to the Veterans Health Administration (VHA) across VA medical facilities, encompassing a wide range of tasks such as design development, feasibility studies, and construction management, all while ensuring compliance with industry standards and regulations. This initiative reflects the VA's commitment to enhancing healthcare infrastructure for veterans and engaging veteran-owned businesses in critical service improvements. Interested firms must submit their qualifications using the Standard Form (SF) 330 by June 2, 2025, and can direct inquiries to Contracting Officer Andrew Page at andrew.page@va.gov.
Amendment 01, C1DA--AE-NRM-463-26-101 Cooling Upgrades Tier 4
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the Cooling Upgrades project at the Anchorage VA Medical Center in Alaska. The project aims to develop comprehensive construction documents for a new air-cooled chiller system, addressing deficiencies in the current cooling infrastructure and ensuring compliance with VA specifications. This opportunity is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a contract award anticipated in June 2025 and a submission deadline for qualifications set for April 28, 2025. Interested firms should contact Contract Specialist Susan Howe at susan.howe2@va.gov or 208-422-1000 x 2027 for further details.
C223--534-25-103 A/E: Correct Air Handling Unit Deficiencies
Buyer not available
The Department of Veterans Affairs is seeking a qualified architectural engineering firm to address deficiencies in the air handling unit (RTU-14) at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The project involves the replacement of HVAC systems serving the Emergency Room Department, ensuring compliance with temperature control and air change requirements while maintaining operational continuity throughout construction. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $250,000 and $500,000, and a completion timeline of 365 days. Interested firms must submit their qualifications via the Standard Form 330 by May 7, 2025, to LaToya Glover at LaToya.Glover2@va.gov.
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for the expansion of the Emergency Department at the West Roxbury VA Medical Center in Massachusetts, under the VISN 1 Construction Multiple Award Task Order Contract (MATOC). This project, identified as VA Project No. 523A4-20-205, aims to enhance healthcare capabilities by renovating existing facilities, including the installation of new air handlers and the creation of ligature-resistant mental health exam rooms, while ensuring operational continuity during construction. The estimated construction costs range from $2 million to $5 million, with a strong emphasis on participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to Contract Specialist Jacquelyn Wise at jacquelyn.wise@va.gov.
762-302 Construct Emergency Pharmacy Bldg at CMOP Minor Design - Tucson, AZ
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineering firms to design and construct an Emergency Pharmacy Building at the Tucson Consolidated Mail Order Pharmacy (CMOP) in Arizona. The project requires comprehensive A-E services to develop construction documents, including design specifications and feasibility studies, with an estimated budget between $10 million and $20 million. This initiative is crucial for enhancing healthcare infrastructure and ensuring efficient pharmacy operations within the VA system. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their SF 330 Architect-Engineer Qualifications packages by May 12, 2025, with the contract award anticipated in August 2025. For further inquiries, contact Kathryn Allison at Kathryn.Allison@va.gov or Jessica Hicks at jessica.hicks1@va.gov.
C1NB--AE Critical AHU Mechanical Study 583-25-521
Buyer not available
The Department of Veterans Affairs is seeking proposals for an Architectural and Engineering (AE) study focused on the evaluation and documentation of six air handling units (AHUs) at the Richard L Roudebush VA Medical Center in Indianapolis, Indiana. The objective of this procurement is to identify performance deficiencies in AHUs servicing critical areas, including operating rooms, pharmacy compounding areas, and sterile processing zones, while compiling existing documentation and identifying undocumented modifications over time. This project is vital for maintaining and improving the performance of essential infrastructure within the VA medical center, ensuring optimal operational conditions. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by the specified deadlines, and for further inquiries, they can contact Contract Specialist Tiffany Rausch at tiffany.rausch@va.gov.
C1DA--515-25-203 Renovate Blood Draw, Building 2
Buyer not available
The Department of Veterans Affairs (DVA) is seeking qualified architect-engineering (AE) firms to provide design services for the renovation of the Blood Draw Lab at the Battle Creek, Michigan VA Medical Center, under project number 515-25-203. The objective is to redesign a 1,500 square-foot space to enhance blood draw capabilities, improve waiting areas, and optimize traffic flow while minimizing disruption to existing services. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and emphasizes the importance of improving healthcare facilities for veterans while supporting small businesses. Interested firms must submit their qualifications via Standard Form 330 (SF330) by April 25, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
C1DA--534-23-110 A/E: Backfill 2CC Amendment 001
Buyer not available
The Department of Veterans Affairs is seeking an Architectural Engineering (A/E) firm to provide design and healthcare planning services for the renovation of the 2nd floor, CC Wing at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The project aims to enhance Primary and Specialty Care Services, requiring the selected firm to create detailed drawings and specifications for approximately 6,500 square feet of space, with an estimated budget between $250,000 and $500,000 and a completion timeline of 365 days. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the VA's commitment to engaging qualified contractors for critical healthcare facility upgrades. Interested firms must submit their qualifications, including an SF 330 form, by May 14, 2025, and can direct inquiries to Contract Specialist LaToya Glover at LaToya.Glover2@va.gov or by phone at 803-238-3191.