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
    Description

    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for upgrading air handling units at the Omaha VA Medical Center and the Grand Island Community Based Outpatient Clinic. The projects involve replacing existing rooftop units and enhancing HVAC systems to meet current healthcare standards while ensuring minimal disruption to medical operations during construction. These upgrades are crucial for maintaining high air quality and compliance with VA HVAC codes, thereby supporting the overall healthcare environment for veterans. Interested firms, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their qualifications via SF 330 forms by April 7, 2025, with an estimated project budget ranging from $2 million to $5 million and a total duration of 245 calendar days from the Notice to Proceed. For further inquiries, contact Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.

    Point(s) of Contact
    Angie FrostContracting Officer
    (651) 293-3070
    Angela.Frost2@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    Similar Opportunities
    Z1DA--HVAC Controls Replacement Project 652-25-100
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the HVAC Controls Replacement Project (VA Project No: 652-25-100) at the Richmond VA Medical Center. This project involves the removal and replacement of air handling unit dampers and controls, with a focus on enhancing the operational efficiency and safety of HVAC systems within the facility. The initiative underscores the VA's commitment to improving healthcare environments for veterans through upgraded infrastructure, with an estimated contract value between $250,000 and $500,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their bids by March 10, 2025, following a mandatory pre-bid site visit on February 13, 2025, and should direct inquiries to Contract Specialist Denise Morman at Denise.Morman@va.gov.
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.
    Z2DA--657A4-21-800, TF - FCA - Remove and Replace End-of-Life HVAC Infrastructure Building 1
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) systems at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project, designated as VA Project No. 657A4-21-800, aims to modernize the facility's HVAC infrastructure, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated value between $10 million and $20 million, and a performance period of 540 to 900 days following the notice to proceed. Interested parties must submit their proposals by March 13, 2025, and can direct inquiries to Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or by phone at 913-758-9912.
    679-22-106 Replace HVAC Various Buildings
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of HVAC systems in various buildings at the Tuscaloosa VA Medical Center in Alabama. The project aims to enhance the heating, ventilation, and air conditioning systems to ensure compliance with safety and quality standards while minimizing disruptions to patient care operations. This initiative reflects the government's commitment to improving healthcare environments for veterans and supporting veteran-owned businesses in federal contracting. Interested contractors must submit their proposals by April 10, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joyce Powers at joyce.powers1@va.gov.
    J041--Outdoor HVAC Units Repair - Tomah VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide repair services for outdoor HVAC units at the Tomah VA Medical Center in Wisconsin. The project specifically involves the replacement of primary compressors for two Daikin Heat Pump units, with additional requirements for an inverter compressor and contactor for one of the units. Maintaining efficient HVAC systems is crucial in healthcare settings to ensure a comfortable and safe environment for patients and staff. Interested small businesses must submit their proposals by March 10, 2025, at 10:00 AM Central Time, and can direct inquiries to Contracting Officer Robert Ruska at Robert.Ruska@va.gov or by phone at 414-844-4800.
    Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the HVAC system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days following the notice to proceed. The project is critical for enhancing healthcare services within the facility, ensuring a safe and efficient environment for patient care, particularly in the hemodialysis unit. Interested contractors must submit their proposals by March 13, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042 for further information.
    Z2DA--STX Upgrade HVAC ALMD Lab 671-22-190
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue an Invitation for Bids (IFB) for the upgrade of HVAC systems in the 1st Floor Lab of the Audie L. Murphy VA Hospital located in San Antonio, Texas. This project entails general construction services, including alterations and the removal of existing utilities, with a contract value estimated between $1 million and $2 million. The initiative is part of the VA's commitment to enhancing healthcare facilities for veterans and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation is expected to be released on SAM.gov around April 30, 2025, with bid openings anticipated for July 30, 2025. Interested bidders must ensure compliance with specific requirements, including a current VETS 4212 report and registration in SAM and SBA's VetCert platform, to have their proposals deemed responsive. For further inquiries, contact Cheryl Clark, Contract Specialist, at cheryl.clark4@va.gov.
    C1DA--590-25-101 Renovate Building 135
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to undertake the renovation of Building 135 at the Hampton VA Health Care System. The project involves comprehensive interior demolition, system upgrades, and ensuring compliance with modern code standards for a 26,988 square foot administrative space, with an estimated contract value between $10 million and $20 million. This renovation is critical for enhancing the facility's operational capabilities while prioritizing infection control measures and minimizing disruption to medical center operations. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) firms must submit their qualifications via Standard Form 330 (SF330) by March 10, 2025, and can direct inquiries to Contract Specialist Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-0061 ext. 11458.
    C1DA--NRM-AE PROJ#630-23-110 Replace Roofs Bldg 1
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architect-engineering services for the replacement of roofs on Building 1 at the Manhattan VA Medical Center, under project 630-23-110. The selected firm will be responsible for developing comprehensive design documents, technical specifications, and cost estimates for roofing work valued between $500,000 and $1,000,000. This project is part of the VA's commitment to enhancing facility infrastructure while promoting engagement with veteran-owned enterprises. Interested firms must submit their qualifications via Standard Form 330 by March 10, 2025, and can contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov or 917-868-2471 for further information.
    4120--36C26125Q0299 PAD Cooling Tower Repair
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the repair of cooling towers at the VA Palo Alto Healthcare System, with a contract exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves critical repairs to cooling tower components, including gear box bearings, motors, support frames, and fan blades, which must be completed within a 15-day timeframe. This initiative underscores the VA's commitment to enhancing infrastructure and supporting veteran-owned businesses in the procurement process. Interested contractors should note that proposals are due by March 10, 2025, and must acknowledge receipt of amendments to the solicitation, with a total estimated project value of $45 million. For inquiries, contact Contract Specialist Alex D Arter at alex.arter@va.gov.