648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
ID: 36C26025R0015Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.

    Point(s) of Contact
    Danyel SmithContract Specialist
    danyel.smith@va.gov
    Colleen M Nicholson
    Colleen.nicholson@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation for proposals related to the construction project "Correct FCA HVAC Deficiencies" at the Portland VA Medical Center - Vancouver Campus. The project, with a contract number of 36C26025R0015 and a budget ranging from $5 million to $10 million, aims to address HVAC system deficiencies in the campus's laundry warehouse. This procurement is exclusively set aside for Small Business Administration Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals must be submitted electronically to designated VA contacts, with a deadline set for March 20, 2025, at 4:00 PM PST. The submission process requires adherence to several guidelines, including providing performance/payment bonds, acknowledging all amendments, and detailing past performance on similar projects. Evaluation criteria prioritize technical solutions and past performance, focusing on recent and relevant projects within the specified magnitude and scope. The document emphasizes a mandatory site visit scheduled for March 3, 2025, to ensure bidders have a comprehensive understanding of the work site. All inquiries must be directed to specified VA representatives, reinforcing the structured nature of the bidding process focused on compliance and adherence to procurement policies.
    The project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry/Warehouse" in Vancouver, WA, focuses on upgrading the HVAC infrastructure to resolve identified deficiencies. The contractor is responsible for site preparation, demolition, and ensuring minimal disruption to ongoing operations within the Medical Center during the construction. The construction area includes occupied spaces, necessitating protection for existing equipment and careful coordination with the Department of Veterans Affairs personnel to maintain access routes. Work hours for the affected areas are specified, with the laundry operating Monday to Friday, and the warehouse Monday to Saturday. The project underscores the need for effective planning to ensure uninterrupted medical services while upgrading critical infrastructure.
    The document outlines the limitations on subcontracting for contractors working with the Department of Veterans Affairs (VA) under the authority of 38 U.S.C. 8127. It specifies that if awarded a contract, the contractor must ensure that no more than 85% of the payments received from the government are subcontracted to non-Veteran-Institution-Participating (VIP)-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The document also addresses the implications of false certifications, stating that such actions may lead to civil or criminal penalties. Contractors are required to provide evidence of compliance with subcontracting limitations, including invoices and subcontract details, and failure to do so may result in government action. The offeror must complete a certification confirming their understanding and intent to comply with these requirements, and incomplete certifications will render offers ineligible. Ultimately, the document enforces compliance with subcontracting limitations to promote fair contracting practices for veteran-owned businesses.
    The VA Handbook 6500.6, Appendix D outlines the "Contractor Rules of Behavior" for individuals accessing information and systems as part of contractual obligations with the Department of Veterans Affairs (VA). The document emphasizes that contractors have no expectation of privacy while using VA resources, subjecting them to monitoring and reviews by authorized personnel. It prohibits unauthorized access and actions that could compromise VA systems, detailing specific rules of behavior that contractors must follow. Noteworthy rules include compliance with established access procedures, the prohibition of personal use of VA systems, safeguarding VA sensitive information, and following protocols for the use of non-VA IT resources. Contractors are also responsible for reporting security incidents and completing relevant training. The document serves as a comprehensive framework to ensure information security and accountability among contractors in their interactions with sensitive VA data, aligning with federal guidelines for safeguarding government information and technology assets.
    The project manual outlines the procedures for correcting HVAC Facility Condition Assessment (FCA) deficiencies at the VA Portland Health Care System. The contractor is responsible for fully preparing the site, which includes demolition and removal of existing structures, while ensuring compliance with safety, security, and quality control standards. The manual specifies requirements for general construction, alterations, and the installation of mechanical, electrical, and fire alarm systems. Attention is given to environmental controls during construction activities to minimize disruptions to medical services. Additionally, it mandates the submission of project schedules, the presence of OSHA-certified personnel, and strict adherence to VA security procedures. The contractor must also manage waste appropriately and ensure the protection of existing systems and utilities throughout the project. A detailed warranty management plan is required, ensuring proper maintenance procedures and compliance with federal regulations should be followed. The manual emphasizes a coordinated effort for continued operations within the facility, reflecting the VA's commitment to the health and safety of veterans through the timely completion of necessary infrastructure upgrades in adherence to strict guidelines.
    The document outlines the project details for HVAC corrections and upgrades at the Vancouver Campus, Building 2 of the VA Portland Healthcare System. Blue Trident, LLC serves as the principal contractor, with key team members including architects and engineers all listed with their contact information. The project involves extensive demolition, renovation, and installation of new heating, ventilation, and air conditioning (HVAC) systems, while ensuring minimal disruption to ongoing operations in the facility. Key construction parameters include coordination with existing systems to maintain operational fire safety and life safety systems during the project. The contractor is responsible for verifying all dimensions and field conditions prior to commencement of work, as well as managing existing construction elements that are to remain in place. Emphasis is placed on infection control, especially during work in sensitive operational areas. The project will follow a phased approach to minimize disruption, particularly, ensuring the crucial laundry services remain operational. As part of the scope, all materials suspected of containing asbestos must be tested prior to demolition, with responsibilities outlined for cleanup and repair of any damaged finishes. This initiative reflects the government's commitment to improving healthcare facilities while prioritizing safety and operational integrity amidst necessary renovations.
    The document outlines instructions for submitting a Past Performance Questionnaire as part of a proposal to the U.S. Department of Veterans Affairs for a government contract. Potential contractors are required to gather references and send a comprehensive questionnaire to previous clients for evaluation of past performance. The package should include a cover letter, rating sheets, and possibly pre-addressed envelopes for convenience. References are requested to provide detailed evaluations using a rating scale and must submit their responses via email by a specified deadline. Key evaluation areas include quality management, timeliness, customer relations, compliance with safety regulations, and overall customer satisfaction. The document emphasizes confidentiality of respondent identities and outlines the process for addressing issues that may arise from the past performance assessment. Overall, this questionnaire serves as a vital tool in assessing the contractor's suitability for subsequent government contracts by evaluating their historical performance on similar projects.
    The document outlines the interview questions for evaluating contractors for Project 648-20-117, which addresses HVAC deficiencies in the VA’s laundry warehouse. Key areas of focus include anticipated challenges and proposed solutions, collaborative strategies with VA clinical staff for effective communication, and the contractor’s approach to construction management. Questions also probe into the contractor’s cost estimation practices specific to the Portland/Vancouver area and their history of budget adherence. Furthermore, it emphasizes the importance of relevant experience in similar projects, seeking examples of past successes. The inquiry aims to ensure that selected contractors possess the required skills and strategies to execute the project successfully while staying within budget and on schedule, reflecting the government's commitment to efficient project management in federal construction initiatives.
    The document outlines the Price Schedule Breakdown Instructions for a federal contract associated with the corrective measures for HVAC deficiencies at the Portland VA Medical Center. It emphasizes that all pricing is fixed and draws attention to the responsibility of the awardee in ensuring the accuracy of price calculations. The term "Division" refers to a construction specification organization, categorizing various work actions as per standard practices. The submission contains sections where costs are categorized but currently reflect a total cost of $0.00 for all line items, including general requirements, construction services, insurance, taxes, and profit margins. Notably, it clarifies that the line item breakdown is informational and does not imply separate billable deliverables, with overhead costs treated as a singular category applicable to the entire contract. The document serves as a guideline for contractors regarding pricing structures within the context of government RFPs, promoting transparency and consistency in budgeting for the project.
    The document outlines the Infection Control Risk Assessment (ICRA) Permit process for construction activities in healthcare settings. It specifies requirements for project planning, including details such as project number, location, and manager. The ICRA categorizes activities into levels I-IV, with each level imposing increasingly stringent infection control measures to mitigate patient risk during construction. Level I establishes basic precautions, while Level IV demands rigorous protocols, including hard barriers and controlled access areas to manage airflow and contamination. Key control measures include maintaining clean working conditions, managing dust, and employing protective barriers. The ICRA ensures that infection prevention strategies are rigorously followed to protect patients, particularly in high-risk environments. Overall, this document serves as a critical guideline for maintaining safety and compliance during healthcare facility renovations or construction.
    The government file outlines a Request for Proposals (RFP) aimed at securing innovative technological solutions for improving public transportation efficiency. The primary objective is to enhance transportation systems in urban areas through advanced software and hardware integration, fostering seamless connectivity and user accessibility. Key proposals should focus on data analytics, real-time tracking, and user-friendly interfaces to facilitate better route planning and service delivery. Supporting details include a budget outline, project timelines, and eligibility criteria for applicants. The emphasis is on environmentally sustainable practices and collaborative partnerships among local governments, tech firms, and community stakeholders. Successful applicants will demonstrate both the capability to implement proposed technologies and a commitment to ongoing stakeholder engagement. This initiative represents a strategic effort by federal and state agencies to modernize transportation infrastructures while addressing urban mobility challenges and promoting sustainable development.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--HVAC Controls Replacement Project 652-25-100
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the HVAC Controls Replacement Project (VA Project No: 652-25-100) at the Richmond Veterans Affairs Medical Center. This project involves the removal and replacement of air handling unit (AHU) dampers and controls, with a focus on upgrading the HVAC control systems to enhance operational efficiency and safety standards. The initiative is crucial for maintaining optimal indoor environmental conditions in healthcare facilities, ultimately benefiting veteran patients. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by March 10, 2025, following a mandatory pre-bid site visit on February 13, 2025. For further inquiries, potential bidders can contact Contract Specialist Denise Morman at Denise.Morman@va.gov.
    Z2DA--657A4-21-800, TF - FCA - Remove and Replace End-of-Life HVAC Infrastructure Building 1
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) systems at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project, designated as VA Project No. 657A4-21-800, involves general construction services, including the installation of new HVAC infrastructure, with a contract duration of approximately 900 days. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $10 million and $20 million. Interested vendors must submit their proposals by March 13, 2025, and are encouraged to contact Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or 913-758-9912 for further inquiries.
    Z2DA--STX Upgrade HVAC ALMD Lab 671-22-190
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue an Invitation for Bids (IFB) for the upgrade of HVAC systems in the 1st Floor Lab of the Audie L. Murphy VA Hospital located in San Antonio, Texas. This project entails general construction services, including alterations and the removal of existing utilities, with a contract value estimated between $1 million and $2 million. The initiative is part of the VA's commitment to enhancing healthcare facilities for veterans and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation is expected to be released on SAM.gov around April 30, 2025, with bid openings anticipated for July 30, 2025. Interested bidders must ensure compliance with specific requirements, including a current VETS 4212 report and registration in SAM and SBA's VetCert platform, to have their proposals deemed responsive. For further inquiries, contact Cheryl Clark, Contract Specialist, at cheryl.clark4@va.gov.
    Z2NZ--Project 512A5-21-304 Upgrade Steam System Phase V - Patient Areas (Construction)
    Buyer not available
    The Department of Veterans Affairs is seeking bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the construction project titled "Upgrade Steam System Phase V - Patient Areas" at the Perry Point VA Healthcare System in Maryland. This project involves comprehensive upgrades to the steam and condensate distribution systems, including mechanical, plumbing, and electrical work, with an estimated cost between $10 million and $20 million. The upgrades are crucial for enhancing the efficiency and safety of the healthcare facilities serving veterans. Interested contractors must be registered and certified, with the solicitation expected to be published on January 31, 2025, and a site visit scheduled for February 20, 2025. For further inquiries, contractors can contact the contracting officer, Liana J. Holland, via email at Liana.Holland@va.gov.
    Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the HVAC system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days following the notice to proceed. The project is critical for enhancing healthcare services within the facility, ensuring a safe and efficient environment for patient care, particularly in the hemodialysis unit. Interested contractors must submit their proposals by March 13, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042 for further information.
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction renovation of the Sterile Processing Services (SPS) Department at the Jesse Brown VA Medical Center in Chicago, Illinois, encompassing phases 2, 3, and 4 of the project. The objective is to enhance the facility's operational efficiency and safety through significant renovations, including HVAC system upgrades, plumbing, and stringent infection control measures, with a total project cost estimated between $2 million and $5 million. This initiative is crucial for modernizing healthcare infrastructure, ensuring compliance with national standards, and improving sterile processing capabilities within the medical center. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB), must submit their bids by March 17, 2025, following a pre-bid site visit on February 24, 2025; for further inquiries, contact Contracting Officer Stacy Hoover at stacy.hoover2@va.gov or 414-844-4830.
    C1DA--Correct MHEOCC Deficiencies Bldg 170 (VA-25-00019512)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to address deficiencies in Mechanical, Heating, and Electrical systems at Building 170 of the Salem VA Medical Center. The project aims to enhance the infrastructure of mental health facilities, ensuring compliance with VA and federal standards through design, planning, and construction services. This initiative is critical for improving service delivery in veterans' healthcare facilities, reflecting the VA's commitment to quality care. Interested firms must submit their Standard Form 330 by March 4, 2025, at 10 AM Eastern Time, and can contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov or 757-251-4073 for further information.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL, under Project Number 556-23-104. The project requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This initiative is crucial for modernizing the facility's infrastructure while ensuring compliance with safety and health standards, particularly in a healthcare environment. Interested contractors must submit their offers by March 12, 2025, and can direct inquiries to Contracting Specialist Deontrinese Dalton at deontrinese.dalton@va.gov.
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    J041--REPLACE OUTDOOR HVAC UNITS BUILDING 410
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of outdoor HVAC units at the Tomah VA Medical Center in Wisconsin. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the operational efficiency and environmental comfort of the facility, which serves veterans. The submission deadline for offers has been extended to February 24, 2025, at 10:00 AM CST, and interested bidders should acknowledge receipt of the amendment to ensure compliance with the revised timeline. For further inquiries, potential bidders can contact Contract Specialist Makena James at Makena.James@va.gov or (414) 844-4871.