Z2DA--Remediate Temperature Controls 539-21-108
ID: 36C25026B0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

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

    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systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort.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.

    Point(s) of Contact
    Ronald T HeidemannContracting-Contract Specialist
    Ronald.Heidemann@va.gov
    Files
    Title
    Posted
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10. The amendment, number 0001, extends the deadline for the receipt of offers to December 3, 2025, at 1:00 PM EST. The primary purpose of this modification is to clarify the bid opening date. All other terms and conditions of the original solicitation remain unchanged. The amendment is administered by and issued by the Department of Veterans Affairs, NCO 10, located in Cincinnati, OH.
    This document is an amendment to a solicitation for the Department of Veterans Affairs, specifically for Network Contracting Office (NCO) 10 in Cincinnati, OH. The amendment, identified as number 0002, was issued on November 26, 2025, and primarily serves to extend the bid opening date for solicitation number 36C25026B0002. The new deadline for the receipt of offers is extended to January 15, 2026, at 1:00 PM EST. All other terms and conditions of the original solicitation remain unchanged. The amendment is signed by Ronald T. Heidemann, the Contracting Officer.
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, is issuing a presolicitation notice for Project #539-21-108, "Remediate Temperature Controls," at the Cincinnati VAMC. This project, set to release an Invitation for Bid (IFB) 36C25026B0002 around October 23, 2025, aims to replace and upgrade antiquated pneumatic and aged Direct Digital Controls (DDC) Systems throughout the facility. The upgrades will correct building pressurization issues and integrate a continuous commissioning software system for problem identification. This procurement is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction magnitude between $5,500,000.00 and $7,250,000.00. The solicitation, specifications, and drawings will be available electronically at no cost on www.sam.gov. The response date for bids is December 3, 2025, at 1:00 PM Eastern Time.
    The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 10 has issued a solicitation (36C25026B0002) for construction services to remediate temperature controls at the Cincinnati VA Medical Center. This project, set aside 100% for Service-Disabled Veteran-Owned Small Businesses, involves installing new controls, requiring general contracting, electrical, controls, and mechanical work in an occupied space. The estimated construction magnitude is between $5,500,000.00 and $7,500,000.00, with a performance period of 730 calendar days after the Notice to Proceed. Key dates include a site visit on November 5, 2025, and bids due by December 3, 2025, at 1:00 PM EST, submitted via email only. The solicitation includes multiple bid items allowing for scope adjustments based on funding, as well as detailed requirements for bid guarantees, performance and payment bonds, background investigations, privacy training, and compliance with federal acquisition regulations and VA-specific clauses.
    This government file, General Decision Number OH20250082, outlines prevailing wage rates and fringe benefits for building construction projects in Hamilton County, Ohio, effective September 5, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts on or after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022), with annual adjustments. The document lists various craft classifications, such as Asbestos Worker, Bricklayer, Carpenter, Electrician, and Laborer, along with their hourly rates and fringe benefits. It also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. The file concludes with a detailed process for appealing wage determinations, including contacts for the WHD Branch of Wage Surveys, the WHD Branch of Construction Wage Determinations, the Wage and Hour Administrator, and the Administrative Review Board. This decision ensures fair compensation and adherence to federal labor standards for covered construction work.
    This document outlines the technical specifications for the "Remediate Temperature Controls" project (VA Project # 539-21-108/208) at the Department of Veterans Affairs Medical Center in Cincinnati, Ohio. The project, prepared by Levin Porter Associates Inc./HEAPY, details construction requirements, safety protocols, and general conditions. It includes a comprehensive table of contents covering various divisions such as general requirements, thermal and moisture protection, openings, finishes, HVAC, and electrical installations. The project emphasizes strict adherence to VA security management, OSHA safety standards, and detailed project scheduling using a Critical Path Method (CPM) plan. It also specifies requirements for documentation, warranty management, utility services, and testing to ensure a complete and compliant upgrade of the facility's temperature control systems. The work is divided into a base bid and several alternative bid items, each with a 730-calendar-day completion timeframe.
    The government file details Project Number 539-21-108, "Remediate Temperature Controls," for the Cincinnati V.A. Medical Center in Cincinnati, Ohio. This project, dated October 23, 2025, involves comprehensive upgrades to the HVAC control systems across multiple buildings. Key objectives include replacing existing Honeywell controls and integrating them into an upgraded Tridium system, upgrading the existing Tridium Niagara AX JACES to Niagara 4 JACES, replacing Johnson Controls NAEs with JACES and integrating them into the Tridium system, implementing an Automated Monitoring Based Commissioning (AMBCx) system, replacing pneumatic air terminal unit controls with DDC, improving energy efficiency in the Data Center, and correcting Building 1 pressurization. The project also emphasizes strict adherence to cybersecurity standards (NIST 800-53, NIST 800-82, ISA/IEC 62443) and the integration of existing Automated Logic Controls into the upgraded Tridium system. General project notes highlight the importance of proper planning, compliance with codes and regulations, coordination with other trades, and contractor responsibility for site conditions and safety.
    This government file details a project to remediate temperature controls at the Cincinnati V.A. Medical Center, specifically project number 539-21-108. The project involves comprehensive updates to the building management control systems, focusing on the data center, Honeywell controls replacement, and building pressurization. Key aspects include modifying existing CRAC units to operate in "Teamwork Mode 2" with new control strategies for dew point and supply air temperature, and implementing underfloor static pressure control. The project also outlines extensive modifications to the AHU-4 control sequences, including safety controls, supply and return fan operations, economizer control, preheat and chilled water coil management, and humidifier control. Additionally, it specifies a detailed scope of work for commissioning, recalibrating pressure transducers, maintaining dampers and actuators, and updating airflow monitoring stations. The overarching goal is to enhance temperature and building pressure controls for optimal performance and energy efficiency.
    This government file outlines the "Remediate Temperature Controls" project (Project No. 539-21-108) at the Cincinnati V.A Medical Center, Building 1, focusing on the fourth through tenth floors. The project involves significant upgrades and replacements of existing temperature control systems. Key components include providing new JACE BACnet routers to integrate existing controls, replacing current Niagara AX JACE devices with new N4 JACE systems, and upgrading pneumatic controls to Direct Digital Control (DDC) for fan coil units, convectors, exhaust fans, and ATUs. Additionally, the project mandates extending 120V electrical service, installing dual data drops for new JACE devices, replacing panel locks, and providing new space temperature and humidity sensors. Building pressure sensors will be replaced with self-zeroing static pressure sensors that communicate with a new reference sensor on the 11th floor roof. The scope also includes the removal of obsolete pneumatic control compressors and Honeywell control panels after verification that no systems are reliant on them. The project emphasizes close coordination with the COR (Contracting Officer's Representative) and OIT (Office of Information Technology) for successful implementation and adherence to VA standards.
    This government file details the control sequences and operational requirements for Air Handling Units (AHU-5, AHU-7, and AHU-8) in Building 1 of the Cincinnati V.A. Medical Center, part of Project No. 539-21-108, aimed at remediating temperature controls. The document outlines safety controls (low/high-pressure cut-outs, freezestats, fire alarm integration), supply and return fan operations with variable frequency drives (VFDs), static load reduction, and reset schedules based on time of day and outdoor air enthalpy. It also covers outside air and return air damper control, economizer functions, relief air damper control, preheat coil control (integral face and bypass damper for AHU-5, hot water preheat for AHU-7 and AHU-8), chilled water cooling coil control, and direct injection steam humidifier control. Miscellaneous aspects include power and filtration monitoring. The scope of work emphasizes commissioning, recalibration of transducers, preventive maintenance of dampers and actuators, cleaning and calibration of airflow monitoring stations, and revisions to supply fan and supply air temperature controls, incorporating ASHRAE 36 guidelines and rogue zone alarms. The project aims to optimize HVAC system performance and energy efficiency.
    The government file details the control sequences and scope of work for Air Handling Units (AHU-28, AHU-29, AHU-40, and AHU-42) at the Cincinnati V.A. Medical Center, focusing on building pressurization and temperature remediation. The project involves commissioning AHUs, recalibrating transducers, and maintaining dampers and airflow stations. Key modifications include revising supply fan and air temperature controls, adding building pressurization sequences, and adjusting exhaust fan operations for night setback. The document outlines safety controls, such as low/high pressure cut-outs and freezestats, fire alarm integration, and static pressure management for supply and return fans. It also details economizer control, preheat and chilled water coil operations, and humidity control. The scope emphasizes adherence to ASHRAE 36 standards for temperature reset and the implementation of rogue zone alarms. Overall, the project aims to optimize the AHU systems for efficiency, safety, and precise environmental control within the facility.
    The document outlines a project to remediate temperature controls at the Cincinnati VA Medical Center, encompassing both sub-basement and basement levels. The project involves upgrading and integrating existing building automation systems by installing new JACE BACnet routers, rerouting controls through the new JACE system, and replacing outdated Johnson Controls NAE devices. Key tasks include extending electrical wiring, providing new data drops, and replacing panel locks. Additionally, the project mandates the removal of existing pneumatic controls compressors, associated components, and Honeywell controls panels after verifying that no systems are reliant on them. The scope also includes providing new space temperature and humidity sensors, as well as self-zeroing building pressure sensors. All work requires close coordination with the Contracting Officer's Representative (COR) and adherence to VA standards. The overall goal is to modernize the facility's temperature control infrastructure for improved efficiency and reliability.
    This document, part of a government RFP for the Cincinnati VA Medical Center, outlines a project to remediate temperature controls across the first, second, and third floors. The project, identified as VA Project #539-21-108, involves upgrading and integrating building automation systems. Key tasks include providing new JACE BACnet routers, integrating existing router points, extending electrical panels, installing dual data drops for new JACE systems, replacing panel locks, and replacing existing Johnson Controls NAE devices with new JACE systems. Additionally, the project requires the provision of space temperature and humidity sensors and the replacement of building pressure sensors with self-zeroing static pressure sensors, communicating with a new reference pressure sensor on the 11th-floor roof. The detailed plans cover specific locations on each floor, including various medical offices, exam rooms, labs, and support areas, ensuring full integration and compliance with VA standards.
    This government file details a project to remediate temperature controls across multiple buildings at the Cincinnati V.A. Medical Center, specifically on the Eleventh Floor Penthouse and the basements of Buildings 2, 3, 13, 14, and 15. The core of the project involves integrating new JACE BACnet routers with existing Automated Logic and Johnson Controls systems to centralize and enhance temperature control. Key tasks include installing new JACE BACnet routers, extending 120V electrical circuits, providing dual data drops for new JACE units with new patch panels, and replacing locks on existing panels to ensure uniform keying. Additionally, some locations require the replacement of existing Johnson Controls NAEs with new JACEs or the integration of existing NCE/NIE devices as field controllers into the new Tridium system. The project also specifies the removal of existing Honeywell controls systems after full integration. Furthermore, the Eleventh Floor Penthouse requires the installation of a static outside air probe and a new weather station on the roof, coordinating exact locations with the COR. This initiative aims to modernize and standardize temperature control systems throughout the facility, improving efficiency and operational consistency.
    This government file outlines a project to remediate temperature controls across various buildings at the Cincinnati V.A. Medical Center, including Building 15 (Third and Fourth Floors), Building 64 (Basement, Second, and Third Floors), and the Parking Garage (First Floor). The project involves replacing existing Johnson Controls NAE devices with new JACE BACnet routers, rerouting and integrating all existing controls through the new JACE systems, and extending 120V electrical circuits. It also specifies providing dual data drops and new patch panels, coordinating with OIT, and replacing panel locks with keyed-alike systems. Additionally, for Building 15, the project requires installing sensors to monitor refrigerator and freezer temperatures, sending critical alarms to the ECC if temperatures exceed 38 and 10 degrees (adjustable), respectively. The overall goal is to modernize and improve temperature control and monitoring systems within the facility.
    The Department of Veterans Affairs, Network Contracting Office 10, is seeking a sole source justification for the acquisition of Tridium Facility Explorer (FX) controllers and associated services. This is to remediate temperature controls at the Cincinnati VAMC, which currently suffers from a dysfunctional Building Automation System (BAS) comprising disparate, poorly communicating systems. The goal is to standardize on the Tridium FX system to improve environmental control, reduce maintenance calls, and enhance patient and staff comfort and safety. This standardization is justified by the fact that existing field controllers are compatible with Tridium FX, maintenance staff are already trained on it, and it allows for continued use of some existing components, maximizing the budget. Market research indicates that Tridium FX is an established and serviceable system, with several contractors capable of installation. The acquisition will be publicized via sam.gov, and the cost will be determined as fair and reasonable by comparing it with commercial price lists. Future solicitations may include "brand name or equal" language to encourage competition, but this specific requirement necessitates a brand-name approach to achieve system standardization.
    This document is a Request for Information (RFI) 36C25025B0001 for the "Renovate MICU/SICU" project (Project Number: 539-20-104) at the Cincinnati VA Medical Center. It outlines the requirements for contractors submitting questions or requests for clarification. Contractors must thoroughly read all solicitation documents, specifications, and drawings before submitting inquiries. All questions must specifically identify the relevant specification, solicitation section, or drawing number. The Government will not answer questions that do not meet these requirements, which may delay responses. Inquiries should be directed to Ronald T. Heidemann, Contract Specialist, at ronald.heidemann@va.gov.
    The "Pre-Award Contractor Safety and Environmental Record Evaluation Form" (Solicitation No. 36C25026B0002) is a government document used to assess a contractor's safety and environmental performance. Contractors must provide company details, including name, address, and contact information. The form requires three years of OSHA 300 data, including man-hours, cases involving days away from work or restricted activity, and the Days Away, Restricted, or Transferred (DART) Rate. Contractors must also disclose any serious, willful, or repeat OSHA violations from the last three years, along with explanations and copies of OSHA 300 and 300a forms. The North American Industrial Classification System (NAICS) Code for this acquisition is 238220. The form also asks for information on who administers the company's Safety and Health Program and their current Insurance Experience Modification Rate (EMR). This evaluation is critical for federal government RFPs, ensuring that selected contractors meet specific safety and environmental standards.
    The VAAR 852.219-75 (JAN 2023) outlines limitations on subcontracting for VA contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). Offerors must certify they will adhere to specific subcontracting limits based on contract type: 50% for services (excluding construction), 85% for general construction, and 75% for special trade construction. These limits apply to payments made to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Materials costs are excluded for construction contracts. False certifications can lead to severe penalties, including criminal prosecution and administrative sanctions. Contractors must provide documentation to VA upon request to demonstrate compliance, with failure to do so resulting in remedial action. The certification must be completed and submitted with the offer, as non-compliance renders bids ineligible for award.
    The VHA Directive 1192.01 establishes mandatory seasonal influenza vaccination for all health care personnel (HCP) within the Veterans Health Administration, detailing compliance measures and the consequences of non-compliance, including potential disciplinary actions. The directive emphasizes the importance of vaccination in preventing influenza transmission, especially to vulnerable populations, and outlines procedures for obtaining exemptions for medical or religious reasons. It rescinds the prior VHA Directive 1192 from September 2017 and sets a recertification date for August 31, 2025.
    The project titled "Remediate Temperature Controls" (Project Number: 539-21-108), overseen by Kevin Henderson, aims to replace outdated temperature controls and pneumatic equipment at a facility, enhancing building pressurization and using commissioning software for problem detection. The project follows an Infection Control Risk Assessment (ICRA) Class II, implementing measures to minimize dust and ensure patient safety during construction, particularly in areas designated as high risk. Contractor requirements include pre-placement tuberculosis screening, adherence to interim life safety measures, and compliance with OSHA training, ensuring a comprehensive approach to safety and infection control.
    Lifecycle
    Similar Opportunities
    Z2DA--Renovate MICU/SICU 539-20-104
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center. The project involves renovating approximately 2,056 gross square feet of space, including general construction, mechanical, electrical, plumbing, and technology trades, as well as asbestos and lead-based paint abatement. This construction effort is critical for enhancing healthcare services provided to veterans, with an estimated project value between $1,000,000 and $5,000,000. Interested service-disabled veteran-owned small businesses (SDVOSB) should contact Contracting Officer Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718 for further details, with the Invitation for Bids expected to be posted around November 20, 2025.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Buyer not available
    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.
    Z1DA--Repair T5 Transformer 539-25-503
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the "Repair T5 Transformer Access Hatch" project at the Cincinnati Veterans Affairs Medical Center. The project involves the replacement of a three-phase pad mount 150 KVA T5 transformer, including the procurement of new equipment, installation, and proper disposal of the old transformer, with a performance period of 550 calendar days from the Notice to Proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated construction magnitude between $100,000 and $250,000. Interested contractors must submit their bids by December 18, 2025, at 1:30 PM EST, and are encouraged to attend a mandatory site visit on November 14, 2025. For further inquiries, contact Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov for further information.
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    C211--589-26-472, Upgrade Pharmacy & Pharmacy Compounding Suite HVAC MC - (VA-26-00011104)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Architectural and Engineering (A/E) firms to provide services for the project titled "Upgrade Pharmacy & Pharmacy Compounding Suite HVAC MC" at the Kansas City VA Medical Center. The project aims to design dedicated HVAC systems for pharmacy suites, repair existing floors and ceilings, and ensure temporary HVAC solutions during construction, with an estimated contract value between $2 million and $5 million. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, and submissions must address various evaluation criteria, including professional qualifications and past performance. Interested firms must submit their SF330 qualification packages by December 5, 2025, with the anticipated contract award date set for April 30, 2026. For further inquiries, contact David Sterrett at david.sterrett@va.gov or call 913-946-1146.