679-22-106 Replace HVAC Various Buildings
ID: 36C24725R0031Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of HVAC systems in Buildings 2 and 46 at the Tuscaloosa VA Medical Center in Alabama. The project involves the removal, replacement, and installation of new HVAC systems, with an estimated budget between $1 million and $5 million, and a completion timeline of 365 days from the notice to proceed. This initiative is crucial for enhancing the operational efficiency and comfort of the facility, ensuring compliance with safety and environmental regulations, particularly concerning asbestos and lead management. Interested contractors must submit their proposals by April 17, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joyce Powers at joyce.powers1@va.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The presolicitation notice outlines a future federal acquisition for replacing HVAC systems in various buildings at the Tuscaloosa VA Medical Center. The project, designated as number 679-22-106, is set aside exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must comply with specific VA requirements and be registered in the SBA certification database and the System for Award Management at the time of submission. The contract type is firm fixed price, with an estimated value between $1,000,000 and $2,000,000 and a completion timeline of 365 days post-Notice to Proceed. The contractor will be responsible for all labor and materials needed for the project, which encompasses general construction and site-related work. The selection process will utilize a trade-off source selection for the best value to the government. A pre-proposal site visit will be scheduled, and the official solicitation document will be released around January 7, 2025, on the SAM.gov website. Contractors are urged to verify any amendments posted. This notice highlights the government's commitment to engaging veteran-owned businesses in federal contracting opportunities while ensuring compliance with federal regulations.
    The document outlines the construction project titled "Replace HVAC Various Buildings" for the U.S. Department of Veterans Affairs at the Tuscaloosa VA Medical Center. Issued on April 26, 2023, the project focuses on upgrading the HVAC systems across several buildings located on Loop Road, Tuscaloosa, AL. Key components include mechanical and electrical system modifications, ensuring compliance with VA guidelines, and maintaining operational functionality in patient care areas by scheduling work outside normal hours. The contractor is tasked with extensive demolition, installation of new HVAC equipment, and adherence to safety and infection control measures. Additionally, detailed electrical plans outline the disconnection and removal of existing systems, as well as the integration of new circuits for mechanical equipment. The document emphasizes thorough planning and coordination to minimize disruptions while aiming to enhance facility comfort and energy efficiency, reflecting the VA's commitment to improving veterans' healthcare environments.
    The document details the specifications for the HVAC replacement project at the Tuscaloosa VA Medical Center, established under VA Contract #679-22-106. The project aims to enhance heating, ventilation, and air conditioning systems across various hospital buildings, ensuring compliance with safety and quality standards. Key sections cover project requirements, site preparation, general construction activities, and safety protocols. The contractor must follow specific guidelines for site access, material delivery, and coordination with VA operations to maintain essential services during construction. The contract outlines various bid items, including a base bid and deductive alternates, and establishes a stringent security plan for contractor access and workflow. Moreover, the contractor is responsible for ensuring quality control through proper submittal processes and compliance checks. Aspects such as the management of sensitive information, equipment operation guidelines, and detailed construction procedures are highlighted to ensure minimal disruption and safeguarding the facility’s operations. This initiative reflects the government’s commitment to providing robust infrastructure support to enhance the care provided at VA facilities, highlighting the focus on safety, compliance, and efficiency throughout the construction process.
    The document outlines an amendment to a federal solicitation related to a contract under the Department of Veterans Affairs (VA), specifically within the VISN 7 Network Contracting Office. The main purpose of the amendment is to extend the deadline for offers, previously due on April 10, 2025, to April 17, 2025, at 1:00 PM CDT. Additionally, it corrects the North American Industry Classification System (NAICS) code to 238220, which pertains to Plumbing, Heating, and Air Conditioning Contractors, with a small business size standard of $19 million. The amendment also includes responses to Requests for Information (RFI), drawing changes, additional appendices, and an updated Wage Determination. Despite these changes, all other terms and conditions of the original solicitation remain unchanged. The amendment serves to ensure that all bidders are informed about key updates and have adequate time to prepare revised proposals in light of the provided clarifications and modifications. This structured communication aims to maintain transparency and equitability in the federal contracting process, ultimately enhancing competition and responsiveness among potential contractors.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs concerning contract modifications. It primarily focuses on updates to various contract/task order clauses to align with recent Executive Orders (14173 and 13899). Significant changes include the removal of several clauses related to affirmative action and compliance, along with the introduction of new deviations replacing some existing clauses. Notably, a new clause, VAAR 852.222-71, mandates compliance with Executive Order 13899, which addresses combating anti-Semitism within the framework of civil rights laws. Additionally, the document informs that updates in the System for Award Management (SAM) may not reflect the latest policy changes immediately, and contractors are advised on how this will affect their registrations. The document's structure clearly outlines amendments, along with a breakdown of new and revised clauses, indicating procedural requirements for contractors concerning acknowledgment and compliance with the updated terms. This amendment exemplifies the government's effort to ensure contracts reflect current legal and societal standards while maintaining compliance with established regulations.
    This government file pertains to an amendment related to solicitation number 36C24725R0031, issued by the Department of Veterans Affairs, VISN 7 Network Contracting Office. The primary purpose of the document is to announce modifications to the original solicitation timeline. Specifically, the deadline for submitting offers has been extended from February 18, 2025, to February 25, 2025, at 1:00 PM CST. Additionally, the date for Requests for Information (RFI) submissions has been revised from January 29, 2025, to February 5, 2025, at 1:00 PM CST. Furthermore, the site visit originally scheduled for January 23, 2025, has been rescheduled to January 30, 2025, at 9:30 AM CST. The location for the site visit is specified as the Second Floor Conference Room at the Tuscaloosa VAMC. Importantly, all other terms and conditions of the solicitation remain unchanged. The amendment aims to provide clarity and additional time for bidders to prepare their responses while maintaining the integrity and framework of the original solicitation process.
    The document is an amendment notification regarding solicitations for a contract with the Department of Veterans Affairs. It pertains specifically to the site visit associated with project number 679-22-106, involving HVAC replacements in various buildings at the Tuscaloosa VAMC. The crucial update within this amendment extends the deadline for offer submissions to February 25, 2025, at 1:00 PM CST. The amendment also includes a sign-in sheet from a prior site visit held on January 30, 2025. Aside from these updates, all existing terms and conditions of the original solicitation remain unchanged. This notification emphasizes the importance of acknowledging receipt of the amendment to ensure that offers are considered valid for evaluation. Overall, this document reflects the procedural aspects of government contracting in managing timelines and site visits while maintaining compliance with legal requirements.
    The document pertains to an amendment concerning the solicitation 36C24725R0031, issued by the Department of Veterans Affairs' VISN 7 Network Contracting Office in Tuscaloosa, Alabama. The primary purpose of this amendment is to extend the deadline for proposals from February 25, 2025, to March 7, 2025, at 1:00 PM CST. Offerors must acknowledge receipt of this amendment as per specified methods to ensure their proposals remain valid. It clarifies that all other terms and conditions of the original solicitation remain unchanged. The document serves as an official communication to bidders, indicating a procedural adjustment in the timeline of the bidding process while maintaining the integrity of the original solicitation's requirements. Compliance with acknowledgment is emphasized to avoid rejection of offers.
    The document is a solicitation amendment from the Department of Veterans Affairs (VA) regarding a contract modification for proposals related to VISN 7 Network Contracting Office. The main purpose of the amendment is to extend the deadline for receiving offers for solicitation number 36C24725R0031 from the original date of March 7, 2025, to April 10, 2025, at 1:00 PM CDT. The amendment outlines that all other terms and conditions of the solicitation remain unchanged. The communication is authorized by Joyce Powers, the Contracting Officer, indicating a formal process in the management of federal contracts. This modification is an example of how government agencies manage and adjust timelines within procurement processes, ensuring transparency and fairness in awarding contracts.
    The document outlines a series of Requests for Information (RFIs) related to the HVAC project at the VA Facility in Tuscaloosa, specifically RFIs 36C24725R0031. Key responses from the VA include confirmation that a single superintendent can oversee safety and quality assurance roles, and that contractors must submit specific QA/QC and Safety Plans. The project is deemed not tax-exempt, and existing mechanical systems are capable of accommodating new equipment. Contractors are responsible for their temporary facilities, and compliance with the Buy American Act is mandatory for purchased materials. Safety concerns like tuberculosis testing and potential mold remediation are highlighted, and detailed inquiries about existing conditions, such as the status of ceilings and crawl spaces, indicate careful scrutiny of site specifics. The responses clarify several project requirements, including contractor obligations for engineering submissions and coordination with current occupants of the buildings involved. Overall, the document illustrates the complexity and regulatory scope of the HVAC project while ensuring all parties have the necessary information for compliance and effective execution.
    The document presents the Annual Asbestos Re-Inspection Documentation for Building 2 at the Tuscaloosa VA Medical Center, focusing on identifying and managing asbestos-containing materials (ACMs). It includes detailed assessments of various homogeneous areas within the building, listing the presence and condition of different types of floor tiles and pipe insulations, along with inspections from prior years. Specific tables summarize sample locations and results, indicating the presence or absence of asbestos and classifying the hazard potential of ACMs. Key recommendations include maintaining or removing certain materials based on their condition and potential for disturbance. Estimated abatement costs are also outlined, providing figures for observable materials. This document serves as a comprehensive guide for ongoing asbestos management, ensuring compliance with safety standards and protecting public health during facility operations and renovations.
    The document details the annual asbestos re-inspection of Building 46 at the Tuscaloosa VA Medical Center, presenting findings on various asbestos-containing materials (ACMs) and their conditions. It includes multiple appendices: P-1 through P-7, which cover inspection documentation, sample summaries, location plans, laboratory reports, photographic evidence, and estimated abatement costs. Key findings indicate the removal of certain ACMs, such as 9” brown floor tile and roofing tar, while highlighting areas where ACMs such as floor tiles, mastic on piping, and ductwork still exist. The analysis categorizes the condition of ACMs and outlines their potential hazards. Notable recommendations include managing ACMs in place until future renovations trigger abatement actions. Estimated costs for removal of remaining materials cover various homogeneous areas, emphasizing that comprehensive estimates should come from accredited contractors. This document serves as a regulatory compliance measure within the context of federal and state environmental health regulations, ensuring the safety of those accessing the facility.
    Appendix S of the VAMC Tuscaloosa Building 46 report provides a comprehensive overview of X-Ray Fluorescence (XRF) testing conducted to assess lead presence within the facility. The testing, carried out on July 2 and 3, 2014, revealed varying levels of lead contamination, with specific readings indicating significant concern, particularly on metal structures and decorative elements. Notably, positive readings exceeded the action level of 1.00 mg/cm² on several exterior components, such as metal doors and frames. Supporting documentation includes detailed testing data sheets and photographic evidence of lead-based paint damage in various locations. The report highlights the need for remediation actions prior to any renovation or construction activities to ensure compliance with safety standards. The overall purpose of this assessment aligns with federal and state guidelines for managing hazardous materials in government facilities, emphasizing the importance of safety and health in environmental remediation efforts. This systematic analysis is crucial for informing future RFPs and grant applications related to building maintenance and restoration projects.
    The VA Tuscaloosa project aims to replace the HVAC systems in Buildings 2 and 46. The addendum issued on March 28, 2025, details extensive reissuing and updating of architectural, mechanical, and electrical drawing sheets. In Building 2, modifications include relocation of split systems and revisions to panel schedules and notes in multiple sheets. Building 46 also sees similar updates, with corrections to overlapping text, addition of fire alarm legends, and changes regarding existing doors in the chapel. New demolition and construction plans are introduced, along with detailed sections for pipe chases. This addendum serves to ensure clarity and accuracy in the construction documents, aiding in the project's compliance with regulations and enhancing the overall efficiency of the HVAC system replacements. The document's structured format indicates clear delineation between disciplines, emphasizing its role in the context of government contracting and local compliance.
    The document provides detailed X-ray fluorescence (XRF) testing data for Building 2 at the Veterans Affairs Medical Center in Tuscaloosa, Alabama, as part of SELC Project #2014-1107. The testing, conducted on July 31, 2014, assesses lead levels in various building components, including walls, doors, and metallic fixtures. The report identifies lead concentration measurements in milligrams per square centimeter, with an action level set at 1.00 mg/cm2. Most results indicate negligible lead presence; however, notable positive readings (4.60 mg/cm2 and 14.70 mg/cm2) were found in certain metal components and a wooden window sill, suggesting localized areas of concern. The appendices include supporting documentation, such as XRF testing location plans and photographic evidence of lead-based paint hazards, highlighting deterioration on specific building elements. This data is essential for evaluating the safety and remediation needs of the building, aligning with compliance requirements for health standards in government-funded facility upgrades and renovations.
    The U.S. Department of Veterans Affairs is undertaking a project to replace HVAC systems across various buildings at the Tuscaloosa VA Medical Center. The initiative addresses critical infrastructure upgrades while ensuring compliance with federal, state, and local regulations. The construction documents outline the phases of work, emphasizing pre-construction meetings to identify necessary areas for after-hours activities and mitigate impacts on patient care. The project involves detailed demolition and installation plans, coordination among multiple trades, and adherence to safety guidelines, including infection control and minimizing interruptions to utilities. Additionally, construction must incorporate energy-efficient practices and comply with updated building codes and operational standards. The overarching goal is to enhance the facility's operational effectiveness and ensure a safe environment for both patients and staff, demonstrating the VA's commitment to modernizing healthcare facilities.
    The document outlines wage determinations and compliance requirements for building construction projects in Tuscaloosa County, Alabama, under the Davis-Bacon Act. It specifies that contracts must adhere to minimum wage rates as established by Executive Orders 14026 and 13658 for covered contracts. Effective January 30, 2022, contractors must pay covered workers at least $17.75 per hour in 2025 unless a higher rate applies. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour. The document lists various labor classifications along with their corresponding wage rates and fringe benefits for different construction trades, from asbestos workers to truck drivers. It provides a process for appeals regarding wage determinations, highlighting the steps for requesting review from government agencies. This information is vital for contractors and workers to ensure compliance with federal wage laws while undertaking building projects that do not involve single-family homes or small apartments. Overall, it underscores the federal commitment to fair labor standards and worker protection in public construction projects.
    This document outlines the requirements for submitting an Experience Modification Rate (EMR) form as part of a federal solicitation process. Offerors must provide detailed information regarding their workplace safety records, including data from OSHA 300 forms for the years 2022, 2023, and 2024. Key entries include man hours worked, cases involving days away from work, and the Days Away, Restricted, or Transferred (DART) rate. Additionally, companies must report any serious, willful, or repeat OSHA violations from the past three years, as exceeding the stipulated thresholds may disqualify them from the contract. Offerors are also required to provide their EMR for the past three years and submit relevant OSHA 300 and 300a forms. This information, in conjunction with government databases, is critical in evaluating a contractor's safety performance and overall eligibility for the project, highlighting the importance of compliance with safety regulations in government contracting.
    The VA Notice of Limitations on Subcontracting outlines the compliance requirements for offerors seeking contracts under federal guidelines, specifically for services, general construction, and special trade construction. The primary focus is on ensuring that at least a specified percentage of the amount paid by the government is retained within certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For service contracts, contractors must not subcontract more than 50%, for general construction the limit is 85%, and for special trade construction, it is 75%. The document affirms the legal significance of this certification, including potential criminal or civil penalties for false statements. Offerors are also required to provide documentation to demonstrate compliance with these limitations, and failure to comply can lead to remedial actions by the VA. The certification must be signed and submitted with the offer, and entries lacking this certification will be ineligible for consideration. This directive reinforces the government's commitment to support small businesses owned by veterans in federal contracting opportunities.
    The Past Performance Questionnaire (PPQ) is a crucial component of the federal solicitation process, specifically for Solicitation 36C24725R0031. This document requires offerors to collect feedback from their previous clients regarding their performance on past contracts. It includes a cover sheet for submissions and mandates that client evaluations be sent directly to designated VA personnel via email. The PPQ evaluates various performance metrics, such as compliance with contract requirements, management effectiveness, timeliness, safety responsiveness, and overall performance. Evaluators are asked to assign numerical ratings ranging from 1 (unacceptable) to 5 (superior) for each criterion, alongside providing an overall performance rating and a recommendation for future work. The questionnaire also allows evaluators to elaborate on any low ratings, ensuring a comprehensive assessment of contractor performance. This emphasis on past performance aligns with government procurement standards aimed at ensuring accountability and the quality of services provided to federal entities. By gathering substantiated feedback, the PPQ plays a critical role in shaping the selection of contractors for future contracts.
    The document outlines a Cost/Price Breakdown Worksheet associated with Solicitation No. 36C24725R0031, meant for a federal Request for Proposal (RFP). It organizes project costs into various construction divisions, including General Requirements, Existing Conditions, Concrete, Metals, Wood and Plastic, and several others down to Electrical and Communications. Each division contains lines for itemizing material and labor costs, allowing for a detailed financial proposal from potential contractors. The primary purpose of the worksheet is to facilitate the evaluation of contractor bids by clearly presenting the anticipated costs associated with each project component. Key sections aggregate costs within respective divisions, and the total proposal at the end includes overhead, profit, and additional costs such as bonds and insurance. The structured approach aids in ensuring compliance with governmental budgeting standards and transparency in the bidding process, ultimately contributing to effective project management and resource allocation within federal contracting procedures.
    This document presents a General Decision Number for a highway construction project in Macon County, Alabama, specifying wage determination requirements under the Davis-Bacon Act. It details the applicability of two Executive Orders: Executive Order 14026, which mandates a minimum wage of $17.75 for contracts awarded or renewed after January 30, 2022, and Executive Order 13658, requiring a minimum of $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The document outlines prevailing wage rates for various construction roles, such as carpenters, electricians, and operators, alongside the relevant fringe benefits. It also discusses the wage determination appeals process, allowing interested parties to request reviews, submit appeals, and seek additional classifications as needed. Moreover, it highlights employee protections under the Executive Orders, including paid sick leave mandates for federal contractors. This file serves as a regulatory framework ensuring fair labor practices and adherence to prevailing wage standards for government-funded construction contracts.
    This document outlines the procedures for electronic invoice submission for contractors working with the U.S. Department of Veterans Affairs (VA), emphasizing compliance with specific federal regulations. All payments will follow the guidelines set by FAR 52.232-33 and related statutes, and electronic submission is mandated via the Veterans Affairs Financial Services Center (VAFSC), utilizing the Tungsten Network e-Invoicing system. Vendors must register with Tungsten Network to submit invoices. An important procedural change is the elimination of the VA10091 form as of July 1, 2020, requiring new vendors to update their information in the Customer Engagement Portal. For any issues regarding e-Invoicing, various contact points are provided, including phone numbers and emails for Tungsten Network and VAFSC support. Overall, this document serves to clarify the requirements and streamline the invoicing process for VA contractors, ensuring timely payments and adherence to established regulations.
    The document is a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the project number 679-22-106, which involves replacing HVAC systems in various buildings at the Tuscaloosa Veterans Health Care System in Alabama. The solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring them to be at least 51% owned and controlled by service-connected veterans. The project budget is estimated between $1 million and $5 million, with a completion deadline of 365 days from the notice to proceed. Key elements include the need for contractors to provide performance and payment bonds, compliance with safety regulations, and participation in a mandatory site visit to assess the project scope and site conditions. Proposals should include documentation of past performance, safety records, and compliance with federal employees' reporting requirements. The evaluation will focus more on past performance than price, ensuring that the awarded contractor demonstrates reliability and capability to complete the project according to specifications. This RFP underscores the government's commitment to supporting veteran-owned businesses while ensuring high standards for construction and compliance with federal regulations.
    Similar Opportunities
    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.
    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.
    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--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.
    Z2DA--Project 521-22-119 NRM Replace windows (VA-26-00016046)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the construction project titled "Replace Windows Phase III" at the Birmingham VA Medical Center in Alabama. This project involves the demolition and replacement of existing windows, including the installation of non-operable windows, interior wall painting, and the replacement of select windowsills, all while ensuring compliance with safety regulations regarding asbestos and lead removal. The estimated construction cost is between $5 million and $10 million, with the solicitation expected to be released on January 8, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359 for further details.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Veterans Affairs, Department Of
    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.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    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.