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

Buyer

DEPARTMENT OF VETERANS AFFAIRSVETERANS 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 (VA) is seeking qualified contractors to remediate temperature controls at the Cincinnati VA Medical Center under project number 539-21-108. This procurement involves comprehensive upgrades to the building's HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls into a Tridium system, and replacement of outdated Honeywell controls. The project is critical for enhancing environmental control and operational efficiency within the facility, ensuring compliance with safety and infection control standards. Interested parties must submit their bids by January 23, 2026, with a performance period of 730 calendar days following the Notice to Proceed. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.

    Point(s) of Contact
    Ronald T HeidemannContracting-Contract Specialist
    Ronald.Heidemann@va.gov
    Files
    Title
    Posted
    The document outlines a project to remediate temperature controls at the Cincinnati V.A. Medical Center, specifically focusing on the basement floor plan. Key tasks include installing new JACE BACnet routers, integrating existing router points, extending electrical wiring, replacing panel locks, and replacing existing Johnson Controls NAE with new JACE systems. The project also involves removing existing pneumatic controls compressors and Honeywell controls panels after verifying that no systems are reliant on these components. New space temperature, humidity, and self-zeroing building pressure sensors will be installed. The project, with a project number of 539-21-108, emphasizes coordination with OIT and the COR, aiming to fully integrate various control systems into a new Tridium system to modernize the facility's temperature control infrastructure.
    The government file details the "Remediate Temperature Controls" project at the Cincinnati VA Medical Center, project number 539-21-108. The main purpose is to upgrade and integrate the building's temperature control systems, specifically on the third floor. Key tasks include providing new JACE BACnet routers, integrating existing router and controller points into a new head-end system, extending electrical panels, providing dual data drops, and replacing locks in existing panels. The project also involves replacing existing Johnson Controls NAE devices with new JACE systems and providing space temperature, humidity, and self-zeroing building pressure sensors. This initiative aims to modernize the temperature control infrastructure, ensuring full integration and improved functionality within the medical center.
    The project involves remediating temperature controls at the Cincinnati V.A. Medical Center, specifically on the fourth floor, with a project number of 539-21-108. Key tasks include integrating existing router points into a new head end through a JACE BACnet router, extending 120V electrical systems, and providing a dual data drop for the new JACE. The project also requires replacing existing Niagara AX JACE with a new N4 JACE, integrating all existing controls into the new system, and providing sensors to monitor space temperature with critical alarms. Furthermore, existing pneumatic controls compressors and Honeywell controls panels will be removed after verifying no system reliance. The scope also includes replacing Johnson Controls NAE with new JACE units and providing space temperature and humidity sensors. The project prioritizes the modernization of temperature control systems and integration into a new Tridium system.
    The Fifth Floor Plan for the Cincinnati VA Medical Center outlines a project to remediate temperature controls. The project, with a drawing number of 1-M105 and project number 539-21-108, involves significant upgrades to the building's control systems. Key tasks include installing a new JACE BACNET router to integrate existing controller points, extending 120V electrical service, providing dual data drops for the new JACE, and replacing panel locks with a keyed-alike system. Additionally, the plan calls for replacing the building pressure sensor with a self-zeroing static pressure sensor, and converting existing pneumatic controls for fan coil units, exhaust fans, and ATUs to Direct Digital Control (DDC). The plan also details various rooms and areas on the fifth floor, including exam rooms, offices, baths, and specialized medical service areas, providing a comprehensive overview of the facility layout and the scope of the control system remediation.
    The Cincinnati VA Medical Center is undertaking a project to remediate temperature controls on the ninth floor, identified as Project No. 539-21-108. The project, detailed in drawing 1-M109, involves significant upgrades to the building's control systems. Key tasks include installing a new JACE BACNET router to integrate existing controller points, extending 120V electrical service to a new panel, and replacing the existing NIAGARA AX JACE with a new N4 JACE. Additionally, the project requires providing a dual data drop for the new JACE, replacing panel locks with keyed-alike systems, and installing space temperature and humidity sensors. A self-zeroing building pressure sensor will also be installed, communicating with a reference sensor on the 11th-floor roof. The scope also includes the removal of the existing Honeywell controls panel and associated components once all points are integrated into the new Tridium system. The project emphasizes coordination with OIT and the COR for exact locations and verification that no systems rely on the old components before removal.
    The project involves remediating temperature controls at the Cincinnati VA Medical Center's Tenth Floor Penthouse. Key tasks include installing a new JACE BACNET router to integrate existing Johnson Controls NCE/NIE device points into a new Tridium system head-end. The existing NCE/NIE will remain a field controller. The project also requires extending 120V electrical service to a new panel, providing a VA standard dual data drop for the new JACE, and installing a new patch panel. Locks on all panels will be replaced and keyed alike. Existing pneumatic controls will remain. A Honeywell controls panel and associated components will be removed only after all points are integrated into the new Tridium system and verified as non-essential, with electric service removed to the source. The project emphasizes close coordination with the COR (Contracting Officer's Representative) and OIT (Office of Information Technology).
    Project 539-21-108 at the Cincinnati V.A. Medical Center, specifically in Building 13, focuses on remediating temperature controls. The project involves significant upgrades to the building's control systems, including the provision of new JACE BACnet routers to integrate existing router points and controller points into a new head end. This requires extending electrical service, providing new data drops, and installing a new patch panel. The plan also details the replacement of locks in existing panels to ensure consistent keying. Crucially, the project mandates the removal and re-routing of controls from existing Johnson Controls NAE and NCE/NIE devices through the new JACE system, while integrating existing Honeywell controls into a new Tridium system. The NCE/NIE device will remain as a field controller. This initiative aims to modernize and centralize the temperature control infrastructure within Building 13.
    This government file, likely part of an RFP, details a project to remediate temperature controls at the Cincinnati V.A Medical Center, Building 15 Basement. The project, identified as Project No. 539-21-108, involves upgrading existing Johnson Controls NCE/NIE devices with new JACE BACnet routers. The scope includes rerouting and fully integrating all existing controller points into a new head end through the JACEs, extending 120V electrical power to a new panel, providing dual data drops for the new JACEs, and installing a new patch panel in the closest existing rack. Additionally, the lock in the existing panel will be replaced, with all panels keyed alike. The project is fully sprinklered and includes construction documents dated 10/23/25, with an addendum on 01-12-2026.
    The document outlines a project to remediate temperature controls at the Cincinnati VA Medical Center, Building 2 Basement. The project involves installing new JACE BACNET routers, integrating existing router points into a new head end, and extending electrical power from existing to new panels. Additionally, it requires providing dual data drops for the new JACE, installing a new patch panel, and replacing the lock in an existing panel. All panels must be keyed alike. The project also specifies the removal and re-routing of controls from an existing Johnson Controls NCE/NIE device through the new JACE, while retaining the NCE/NIE device as a field controller. The overall goal is to fully integrate all existing controller points into the new head end through the JACE, enhancing the building's control systems.
    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 (VA) Network Contracting Office (NCO) 10 has issued Amendment 0003 to Solicitation 36C25026B0002. This amendment, effective December 23, 2025, primarily extends the bid opening date for offers to January 23, 2026, at 2:00 PM EST. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on their offer, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in the rejection of offers.
    This amendment to solicitation 36C25026B0002 for the "REMEDIATE TEMPERATURE CONTROLS" project at the Cincinnati VAMC provides critical updates and clarifications through 109 Questions and Answers (RFIs). Key changes include the requirement for the prime contractor to hire a third-party commissioning agent, confirmation of revised PCRA/ICRA levels (primarily II, some III), and the necessity for a new site-wide Niagara supervisor (N5 version). The project is tax-exempt, and a certificate will be provided. Important personnel roles are clarified: the superintendent can also be the Site Safety & Health Officer (SSHO), but a dedicated full-time Quality Control Manager (QCM) is required and cannot be the superintendent. All cables must be in conduit, and existing Honeywell controls are to be replaced with Tridium. Background checks and fingerprinting are required for all onsite employees working over one month, and influenza vaccines are mandatory. Utility tie-ins and critical system commissioning may occur outside regular hours, requiring coordination. The project number 539-21-108 governs all documentation, and modular walls (Starc, Edge Guard) are acceptable for ICRA barriers. As-built drawings are not available, requiring contractors to verify dimensions on-site. The VA will not provide an administrative Notice to Proceed (NTP) or an Economic Price Adjustment Clause. The bid due date is at the Contracting Officer's discretion.
    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.
    The project involves remediating temperature controls in Building 64 Basement of the Cincinnati VA Medical Center. Key tasks include replacing the existing Johnson Controls NAE with a new JACE, rerouting and integrating all controls through the new JACE, and extending 120V electrical service to a new panel. Additionally, a new JACE BACNET router will be installed next to the existing Johnson Controls NCE/NIE device, with all controls routed through it to be removed, rerouted, and integrated into the new JACE. The existing NCE/NIE device will remain a field controller, and all existing controller points will be integrated into the new head end via JACE. The project also requires providing a CVAMC standard dual data drop for the new JACE, installing a new patch panel in the closest existing rack, and replacing the lock in existing panels to ensure all panels are keyed alike. These efforts aim to modernize the temperature control system within the facility.
    The document outlines the "Remediate Temperature Controls" project at Building 64, Second Floor, within the Cincinnati V.A. Medical Center, with Project No. 539-21-108. The main objective is to upgrade the temperature control system by integrating a new JACE BACnet Router alongside the existing Johnson Controls NCE/NIE device. The project requires re-routing existing controls through the new JACE, extending 120V electrical service to a new panel, and providing a CVAMC standard dual data drop for the JACE. Additionally, a new patch panel will be installed in the closest existing rack with capacity. All existing controller points must be fully integrated into the new head end via JACE. The plan also specifies replacing the lock in the existing panel, with all panels being keyed alike. The project emphasizes adherence to specifications outlined in the M00 series sheets for quantities and coordination with OIT for data cabling. This RFP details crucial infrastructure upgrades to modernize the VA facility's environmental controls.
    The document outlines a project (539-21-108) for the Cincinnati V.A Medical Center, focusing on remediating temperature controls in Building 64, Third Floor. The project involves replacing existing Johnson Controls NAE with a new JACE system, rerouting all controls through the new device for full integration, and extending 120V electrical service to a new panel. It also requires providing a CVAMC standard dual data drop in a surface mount outlet for the new JACE and installing a new patch panel in the nearest existing rack with capacity. The project, titled "REMEDIATE TEMPERATURE CONTROLS," has an issue date of 10/23/25, with Addendum 4 dated 01-12-2026. The drawing number is 64-M103, and the drawing title is "THIRD FLOOR PLAN." The project is fully sprinklered, and Kevin Henderson is listed as the Architect/Engineer of Record.
    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.
    VHA Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for all Veterans Health Administration (VHA) health care personnel (HCP). This policy mandates annual vaccination or an approved exemption for medical or religious reasons, with non-compliant HCP facing disciplinary action up to federal service removal. The directive outlines responsibilities for various VHA officials, from the Under Secretary for Health to individual facility directors and HCP, ensuring program implementation, oversight, and compliance. It details notification procedures, vaccination requirements, exemption processes, documentation standards, and masking protocols for unvaccinated personnel. The policy aims to improve HCP vaccination rates, which have historically lagged national averages, to protect vulnerable patient populations and maintain a healthy workforce, aligning with national health goals and recommendations from public health organizations.
    The "Construction Health and Safety Form" for Project Number 539-21-108, "Remediate Temperature Controls," outlines critical safety and infection control measures for upgrading and replacing antiquated temperature control systems at a VAMC facility. The project involves replacing pneumatic and aged DDC controls, installing new pre-heat control valves, and correcting building pressurization. The project is classified as ICRA Class II, indicating a medium risk for patients, and will involve small-scale, short-duration activities with moderate dust levels. Key infection control precautions include minimizing dust, sealing work areas, and daily site cleanup. The project does not pose a Tuberculosis risk and is classified as Interim Life Safety Measures Level I, requiring precautions like ensuring unobstructed exits and maintaining fire systems. Additional safety requirements include a 14-day notice for utility shutdowns, contractor badges, and OSHA training for all personnel. This form ensures that construction proceeds with minimal risk to patient health and safety, adhering to all regulatory guidelines.
    Addendum #4 for VA Cincinnati Project No. 539-21-108 addresses revisions to the "Remediate Temperature Controls" project. Key updates include a new PDF of technical specifications with bolded revisions and a corrected project number header. Section 013526 has been revised to include ICRA level and category for infection control, and a new Section 014500 has been added. Clarifications in Section 019100 and 23 08 00 specify that the Commissioning Agent will be paid by the prime contractor. Numerous drawing revisions are detailed, involving updates to specific drawing numbers (M002, M004, M701, M901-911, 1-M100, 1-M103, 1-M104, 1-M105, 1-M109, 1-M110, 2-M100, 13-M101, 15-M100, 64-M100, 64-M102, 64-M103, PG-M101). These drawing revisions include changes to NAE units (re-use vs. replace), modifications to control systems (e.g., Tridium Building Control Router, relocation of JCI Metasys and ALC Supervisory Controllers to VLAN 39), and adjustments to the scope of work (e.g., reporting worn damper seals instead of replacement, eliminating convector pneumatic controls replacements, removing air compressor requirement).
    The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.2, October 2024) provides minimum requirements for categorizing construction, renovation, and maintenance activities to prevent infection risks within VHA facilities. It outlines a four-step process to determine the necessary level of infection prevention and control precautions by assessing the activity category (Table 1), affected areas (Table 2), overall patient risk (Table 3), and then matching these to determine the precaution level (Table 4). The document details specific control measures required during (Table 5) and upon completion (Table 6) of activities, categorized into four levels (I, II, III, IV). Levels III and IV necessitate an infection prevention and control permit, a fillable version of which is included. An appendix offers an alternative method for interior construction space exhaust when outdoor exhaust is not feasible, requiring HEPA filtration verification and continuous particulate monitoring. The included permit for project 539-21-108,
    The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.2, October 2024) provides minimum requirements for categorizing construction, renovation, and maintenance activities within VHA facilities to prevent infection risks. It outlines a four-step process: identifying the activity category (A, B, C, or D) from Table 1, assessing affected areas from Table 2, determining the overall patient risk category (Low, Medium, High, or Highest) from Table 3, and then using Table 4 to ascertain the required level of infection prevention and control precautions (I, II, III, or IV). For Levels III and IV, an infection prevention and control permit is mandatory, which must be posted at the activity site. The document details specific control measures for each precaution level in Table 5, including requirements for dust control, barrier construction, negative pressurization, and worker protection. Table 6 outlines the necessary cleaning and system verification measures upon activity completion. An appendix provides an alternative for interior construction space exhaust when outdoor exhaust is not feasible.
    This document outlines a project to remediate temperature controls at the Cincinnati V.A. Medical Center, identified as Project Number 539-21-108. The project involves Johnson Controls Router Schedule and is dated October 23, 2025, with an issue date of January 9, 2026. This project is designated as "FULLY SPRINKLERED" and includes an addendum dated January 12, 2026. The U.S. Department of Veterans Affairs is overseeing this project, which is located in Cincinnati, Ohio. The document details the project's title, location, and key dates, indicating it is likely a part of a federal government RFP or grant for facility upgrades.
    This document, VA Form 08-6231, outlines details for Project No. 539-21-108, titled "Remediate Temperature Controls" at the Cincinnati V.A Medical Center in Cincinnati, Ohio. The project involves the remediation of temperature controls and includes a Tridium Router Schedule as Drawing Number M004. The issue date for the drawing is October 23, 2025, with an approval date of January 9, 2026. An addendum, dated January 12, 2026, has also been issued. The project is fully sprinklered, indicating a focus on safety and infrastructure upgrades within a federal healthcare facility.
    This document outlines the general requirements for installing an automatic temperature control system, specifically a Direct Digital Control (DDC) system, for the Cincinnati V.A. Medical Center. The project, titled "General Criteria, Honeywell Controls Replacement," emphasizes the control system supplier's responsibility to provide a complete and functional system, including all necessary equipment, electrical work, and detailed control diagrams that align with the design intent. The document details performance-based control sequences, requiring adherence to desired outcomes like maintaining supply air temperature. It defines key structural elements for control sequences such as "modes," "resets," "loops" (requiring PID algorithms), and "sequencing" to prevent simultaneous heating/cooling. The system must ensure user-adjustable setpoints, fail-safe mechanisms for sensor failures, and provisions for network connection loss. It also includes a list of Honeywell points for temperature and humidity monitoring in various rooms and corridors, along with requirements to consolidate all building automation controls onto VLAN 39 and provide a single dashboard for meter display on Tridium. Control contractors are required to submit their programmed sequences of operation for review.
    This document outlines the operational sequences and control logic for AHU-4 at the Cincinnati V.A. Medical Center, focusing on pressurization control and temperature remediation. The file details safety controls for the supply and return fans, including low/high-pressure cut-outs, freezestats, and fire alarm integration. It describes the control mechanisms for supply and return fans, incorporating variable speed drives (VFDs) and static pressure reset functionalities. The document also specifies the control of outside and return air dampers for economizer operation, relief air damper control for building static pressure, and preheat, chilled water cooling, and humidifier controls based on various environmental conditions. Additionally, it covers power monitoring and filtration status monitoring. The scope of work includes commissioning the AHU, recalibrating transducers, providing preventative maintenance on dampers and actuators, cleaning and calibrating airflow monitoring stations, and revising supply fan and air temperature controls according to ASHRAE 36 standards.
    This document outlines the existing control sequences and a proposed scope of work for Building 1 Pressurization Controls, specifically for AHU-5, at the Cincinnati V.A. Medical Center. The existing sequences detail safety controls for the supply and return fans, including low/high pressure cut-outs, freeze stats, and fire alarm integration. It also covers supply and return fan variable air volume (VAV) control, static load reduction, outside air and return air damper control for economizer operation, relief air damper control, preheat control, chilled water cooling coil control, and direct injection steam humidifier control. The scope of work includes commissioning the AHU, recalibrating transducers, providing preventative maintenance on dampers and actuators, cleaning and calibrating airflow monitoring stations, and revising supply fan control with static pressure reset based on VAV box damper positions. It also details revisions for supply air temperature reset following ASHRAE 36 guidelines, incorporating an importance multiplier for zones, and addressing rogue zone alarms. The relief air damper control will also be modified for maximum space pressure.
    The document outlines the control sequences and operational procedures for AHU-7 (Air Handling Unit 7) at the Cincinnati V.A. Medical Center, focusing on pressurization control and temperature controls remediation. It details safety protocols including low/high pressure cut-outs, freeze stats, and fire alarm integration, as well as control mechanisms for supply and return fans, including variable speed drives and static load reduction. The document also specifies controls for outside air and return air dampers, economizer operations, relief air damper control, preheat coils, chilled water cooling coils, and direct injection steam humidifiers. Furthermore, it covers power and filtration monitoring. The scope of work includes commissioning the AHU to verify operation, recalibrating transducers, performing preventive maintenance on dampers and actuators, and revising supply fan and supply air temperature controls according to ASHRAE 36 standards. The project emphasizes maintaining specific pressure setpoints and humidity levels, with provisions for
    This government file details the existing control sequences and proposed revisions for Air Handling Unit 8 (AHU-8) at the Cincinnati V.A. Medical Center, Project No. 539-21-108. The document outlines safety controls for the AHU, including low/high pressure cut-outs, freeze stats, and fire alarm integration. It describes the operation of supply and return fans, including variable speed drive control and static load reduction. The file also covers outside air and return air damper control, economizer operation with specific temperature and enthalpy setpoints, and ramping logic for start-up and economizer cycles. Further sections detail preheat coil control, chilled water cooling coil control, and direct injection steam humidifier control with associated setpoints and safety interlocks. Miscellaneous items include power and filtration monitoring. The scope of work emphasizes commissioning the AHU, recalibrating transducers, performing preventive maintenance on dampers and actuators, and cleaning airflow stations. Key revisions include updated supply fan speed control with static pressure setpoint reset based on VAV box positions, a supply air temperature reset following ASHRAE 36 with a request table graphic for zone importance, and modification of relief air damper control for maximum space pressure.
    This document outlines the existing control sequences and proposed revisions for AHU-12 at the Cincinnati V.A. Medical Center, focusing on building pressurization and temperature controls. The existing sequences detail safety controls (low/high pressure cut-outs, freezestats, fire alarm relays), supply and return fan operations, static load reduction, economizer control, relief air damper control, preheat, chilled water cooling, heat recovery, and direct injection steam humidifier control. The scope of work includes commissioning the AHU, recalibrating transducers, performing preventative maintenance on dampers and actuators, and cleaning/calibrating airflow monitoring stations. Significant revisions are proposed for the supply fan control, including variable speed drive modulation based on static pressure and a reset schedule tied to VAV box damper positions. Supply air temperature reset will follow ASHRAE 36 guidelines, incorporating zone importance multipliers and rogue zone alarms. Additionally, the relief air damper control will be modified for maximum space pressure, and temperature reset will consider humidity levels.
    This document outlines the existing control sequences and proposed modifications for the Air Handling Unit (AHU-17) at the Cincinnati V.A. Medical Center, Project Number 539-21-108. The file details the operational sequences for safety controls, supply and return fan controls, static load reduction, outside air and return air damper control (economizer), relief air damper control, preheat control, and chilled water cooling coil control. It also includes sections on power and filtration monitoring, as well as various reset schedules for dampers and pressure setpoints. The scope of work involves commissioning the AHU, recalibrating transducers, performing preventative maintenance on dampers, cleaning airflow stations, and revising supply air control for static pressure reset and supply air temperature reset to follow ASHRAE 36 guidelines. The project emphasizes maintaining specific temperature and pressure setpoints, implementing safety features, and optimizing energy efficiency through sophisticated control logic, with a focus on addressing
    This document outlines the existing control sequences and a scope of work for remediating temperature controls of the AHU-21 system at the Cincinnati V.A Medical Center. The existing sequences detail the general operation, temperature control, enthalpy economizer control, economizer cycle, minimum outside air, airflow control, humidity control, freeze protection, automatic shutdown/restart, emergency constant speed operation, supply fan isolation, demand control ventilation, and relief air damper control. The scope of work includes commissioning the AHU, recalibrating pressure transducers, preventative maintenance on dampers and actuators, cleaning and calibrating airflow monitoring stations, and revising control sequences to incorporate discharge air reset, night setback, cooling setup/cool down, morning warm-up, and modifications to the relief air damper control. The project aims to improve the efficiency and functionality of the AHU-21 system, ensuring proper operation, energy savings, and enhanced indoor comfort while adhering to VA standards.
    This document, Project No. 539-21-108 for the Cincinnati V.A Medical Center, outlines the existing control sequences for AHU-24, focusing on building pressurization and temperature controls. It details safety controls including low/high pressure cut-outs, freeze stats, and fire alarm interlocks. The document describes the operation of supply and return fans, including variable air volume units and static load reduction strategies. It also covers the control of outside air and return air dampers for economizer functionality, relief air damper control for building static pressure, preheat coil control, chilled water cooling coil control, and direct injection steam humidifier control. Finally, it outlines miscellaneous monitoring requirements for power consumption and filtration status. The scope of work includes commissioning, recalibrating transducers, preventative maintenance on dampers, cleaning airflow stations, and revising control sequences for faster reaction times and improved static and temperature resets, adhering to ASHRAE 36 standards.
    This government file details the control sequences for AHU-26 (Air Handling Unit 26) at the Cincinnati V.A. Medical Center, focusing on pressurization control and temperature controls remediation. The document outlines existing sequences for safety controls (low/high pressure cut-outs, freezestats, fire alarm relays), supply and return fan operations, static load reduction, and damper controls for outside and return air. It also covers preheat, chilled water cooling, and direct injection steam humidifier controls. Key modifications include revising supply fan speed control based on VAV box damper positions, implementing ASHRAE 36 compliant supply air temperature reset with rogue zone alarms, and adjusting the relief air damper control for maximum space pressure. The project emphasizes commissioning, calibration, preventative maintenance, and programming updates to ensure efficient and safe operation of the AHU system.
    The document outlines the control sequences and operational modifications for AHU-28 at the Cincinnati V.A. Medical Center, part of Project No. 539-21-108, aimed at remediating temperature controls and enhancing building pressurization. Key aspects include detailed safety controls for low/high pressure cut-outs, freezestats, and fire alarm integration. The supply and return fan controls are based on variable frequency drives (VFDs) to maintain static pressure and optimize air volume, with a focus on static load reduction through automatic remote static reset functionality. Economizer controls manage outside and return air dampers to maintain supply air temperature and minimum outside airflow, using enthalpy-based activation and ramping logic for damper modulation. Relief air damper control is crucial for maintaining building static pressure. The sequences also cover preheat, chilled water cooling, and direct injection steam humidifier controls, each with specific temperature and humidity setpoints. Miscellaneous provisions include power and filtration monitoring. The scope of work involves commissioning the AHU, recalibrating transducers, performing preventative maintenance on dampers and actuators, and revising control sequences for supply fan speed, supply air temperature reset (following ASHRAE 36), and night setback operations for exhaust fans and air valves. The project aims to modernize the HVAC system for efficiency, safety, and compliance.
    The document details the control sequences for AHU-29 (Air Handling Unit 29) at the Cincinnati V.A. Medical Center, focusing on pressurization control and temperature controls remediation. It outlines safety controls, including low/high pressure cut-outs, freeze stats, and fire alarm integration, ensuring fan shutdown and damper adjustments during emergencies. The supply and return fan controls utilize Variable Frequency Drives (VFDs) to maintain static pressure and track return air plenum pressure based on enthalpy. The economizer control manages outside and return air dampers to maintain supply air temperature and minimum outside airflow, with specific ramping logic for start-up and cold weather operations. The preheat and chilled water coil controls modulate to maintain supply air temperature under varying conditions. Miscellaneous controls include power consumption monitoring for fans and filter status. The scope of work involves commissioning the AHU, recalibrating transducers, performing preventive maintenance on dampers, cleaning airflow stations, and modifying sequences for exhaust fans and supply air controls. Revisions include implementing ASHRAE 36 compliant supply air temperature reset, a static pressure setpoint reset based on VAV box damper positions, and adjustments for night setback.
    The document outlines the
    This government file outlines a Request for Proposal (RFP) for the remediation of temperature controls at the Department of Veterans Affairs Medical Center in Cincinnati, Ohio. The project, titled 'REMEDIATE TEMPERATURE CONTROLS,' involves comprehensive electrical work as detailed in technical specifications and drawings. The RFP is structured into five bid items, with Bid Item 1 serving as the base bid encompassing all necessary labor, materials, equipment, and supervision. Subsequent bid items (2-5) offer alternative scopes of work with deletions to the integration of Automated Logic and Metasys Routers into the new Tridium system, either by changing the integration method from JACEs to over IP (Bid Items 2 and 3) or by making these systems stand-alone (Bid Items 4 and 5). The government intends to award Bid Item 1 but may consider other items based on available funding. All phases of work for any awarded bid item, including close-out documents, must be completed within 730 calendar days from the receipt of the Notice to Proceed. Bidders are required to provide a lump sum bid for each item.
    The document details a site visit for Project #539-21-108, aimed at remediating temperature controls, scheduled for November 5, 2025, at 11:00 A.M. EST. The file lists various companies and their representatives who attended the visit, including Point to Point Systems, United Electric, W Construction & Dev., Conserv, Anderson & Sons Contract, Contego, MCG, Ameresco, Mobilcomm, Calvary Cent, Safflo, Solid Platforms INC, Yetts, Echo Electric, and Honeywell. Each entry includes the company name, email, contact person, and phone number, indicating a gathering of potential contractors or interested parties for the remediation project.
    The government file details the "Remediate Temperature Controls" project (VA Project # 539-21-108) at the Department of Veterans Affairs Medical Center in Cincinnati, Ohio. This construction document submittal, prepared by Levin Porter Associates Inc./HEAPY, outlines the technical specifications, general requirements, and project schedules. The project involves comprehensive remediation of temperature controls, including electrical work and the integration of various control systems (Johnson Controls, Automated Logic, Metasys) into a Tridium system, with alternate bid items for different integration approaches. The scope of work spans multiple buildings and floors, requiring adherence to strict safety protocols, waste management, and sustainable construction practices. Key aspects include a 730-calendar day completion timeframe, detailed security requirements, utility service coordination, protection of existing structures, and comprehensive warranty management, including specific response times for repair work. The contractor is also responsible for providing as-built drawings and detailed operation and maintenance manuals.
    Lifecycle
    Similar Opportunities
    Loading similar opportunities...