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
AwardedSep 25, 2025
$2.3M$2,301,463
AwardeeMiller-Remick, LLC Cherry Hill NJ 08034 USA
Award #:36C26325C0091
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 (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
    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.
    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.
    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
    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.
    C1DA--596-26-2-5744-0001 - Replace & Repair Facade on Buildings
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the replacement and repair of building facades at the Lexington VA Healthcare System, Sousley Campus. The project involves extensive work, including repairing or replacing deteriorated brick, terra cotta, wood, and metal facades, as well as improving drainage systems and sealing masonry. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), has an estimated construction value between $5,000,000 and $10,000,000, with qualifications due by January 9, 2026, at 2:00 PM EST. Interested firms must submit their SF-330 packages electronically to Contracting Officer Matthew Whisman at matthew.whisman@va.gov, ensuring compliance with all submission guidelines and SBA verification requirements.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    C1AA--528A5-22-507 A/E -DESIGN CONNECT FORCE MAIN TO COUNTY SEWER Canandaigua VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) architect-engineering firm for Project 528A5-22-507, which involves designing a connection of a force main to the county sewer at the Canandaigua VA Medical Center in New York. The selected firm will provide comprehensive design services, including schematics, construction documents, technical specifications, and construction period services, with a focus on the replacement and reconfiguration of domestic hot water systems. This project is critical for enhancing wastewater management and ensuring compliance with environmental standards, with an estimated construction cost ranging from $1 million to $5 million. Interested firms must submit their qualifications via the SF 330 format by December 19, 2025, at 11 AM EST, and the anticipated award date for the contract is on or before January 31, 2026. For further inquiries, contact Idalia Algarin at idalia.algarin@va.gov or by phone at 716-862-7461 x 22395.
    C1DA - EHRM Infrastructure Upgrades Design Houston, TX VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the construction of exterior towers at the Houston, TX Veterans Affairs Medical Center (VAMC). The project aims to enhance the infrastructure by adding additional square footage for Telecommunication Rooms across several buildings, including Buildings 100, 103, 104, 108, 108A, 109, 110, 120, and 123. These upgrades are crucial for improving the facility's telecommunication capabilities, which are essential for supporting healthcare services. Interested parties can contact Genevieve Fain at Genevieve.Fain@va.gov or Anthony Wilson at Anthony.Wilson3@va.gov for further information regarding this opportunity.
    C1DA--NRM-AE 630-26-801 Plumbing GF Mitigation (Design)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide design and construction services for the Plumbing GF Mitigation project at the Margaret Cochran Corbin Campus in New York, NY. The project aims to address persistent flooding and plumbing issues on the ground floor, requiring comprehensive investigation, solution development, and construction administration services. The estimated construction cost ranges from $5,000,000 to $8,000,000, with a firm fixed-price contract anticipated to be awarded on or before April 30, 2026. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications electronically via SF 330 by January 15, 2026, and are encouraged to contact Contracting Officer Charlie Augustin at Charlie.Augustin@va.gov for further inquiries.
    C1DZ--NRM-AE 632-26-102 Repair Facade Building 13
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (A-E) firms to provide design and construction services for the Repair Façade Building 13 project at the Northport VA Medical Center in New York. The project aims to repair, restore, and enhance the building's exterior components while maintaining its operational laundry services, with a construction cost estimated between $1 million and $5 million. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications electronically by January 16, 2026, to the Contract Specialist, Torell Camp, at Torell.Camp@va.gov. The evaluation will consider professional qualifications, specialized experience, capacity, past performance, and commitment to utilizing small business subcontractors.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    657-23-117, Create Cohesive Wayfinding System for Veterans, Bldg.1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to create a cohesive wayfinding system at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. The project aims to enhance the veteran experience by updating outdated architectural finishes and installing directional kiosks, informational monitors, and displays honoring each military branch. This initiative is crucial for improving navigation and accessibility within the facility, with an estimated construction cost between $500,000 and $1 million. Interested vendors must submit their capabilities by 2:00 PM CST on December 22, 2025, via email to Gislaine Dorvil at Gislaine.Dorvil@va.gov, referencing "SOURCES SOUGHT: Project 657-23-117 Create Cohesive Wayfinding System for Veterans, Bldg. 1" in the subject line.
    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.