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 seeking proposals from qualified contractors to address HVAC deficiencies in Building 2 Laundry/Warehouse at the Vancouver Campus of the VA Portland Healthcare System. The project involves extensive upgrades to the HVAC infrastructure, including demolition, renovation, and installation of new systems, while ensuring minimal disruption to ongoing operations within the facility. This initiative is crucial for maintaining operational integrity and safety in healthcare services, reflecting the government's commitment to improving facilities for veterans. Proposals are due by March 31, 2025, at 4:00 PM PST, and interested parties should contact Contract Specialist Colleen Nicholson at Colleen.nicholson@va.gov for further information.

    Point(s) of Contact
    Colleen M NicholsonContract Specialist
    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.
    This document outlines Amendment #2 for Project 648-20-117, which addresses HVAC deficiencies at the Portland VAMC Vancouver Campus. It serves to respond to submitted questions regarding the project, extend the proposal deadline to March 26, 2025, at 16:00 PM PST, and provide revised specifications. The specifications now include a requirement for the contractor to provide a commissioning agent, and the primary point of contact has been updated to Colleen Nicholson. Aside from these amendments, all other terms of the solicitation remain unchanged. This amendment is crucial for ensuring that bidders have the latest information and requirements for the project, reflecting the government's commitment to transparency and effective communication in the contracting process.
    This document details Amendment #3 for solicitation 36C26025R0015, concerning the project to correct HVAC deficiencies at the Portland VAMC Vancouver Campus in Washington. It acknowledges questions submitted by bidders, clarifying that the prime contractor is responsible for providing temporary utility connections and that the VA will assist with coordination. Additionally, it addresses confusion regarding the air handler units' demo procedures, asserting that the existing doors should not be modified. The amendment also clarifies the presentation of past performance references, recommending adherence to the original solicitation instructions. The amendment maintains all other terms and conditions, indicating it serves primarily to resolve bidder inquiries and ensure clarity regarding project requirements.
    The document is an amendment to a solicitation for the project “Correct HVAC Deficiencies” at the Portland VA Medical Center (VAMC) under project number 648-20-117. This particular amendment, number 4, primarily updates the point of contact for submitting proposals, changing it from Danyel Smith to Colleen Nicholson, whose email is provided. The amendment specifies that all proposals must be sent to the new contact, and it extends the deadline for submissions to March 31, 2025, by 4:00 PM PST. Aside from this change, all other terms and conditions of the original solicitation remain unchanged. The communication emphasizes the importance of adhering to the revised contact and submission deadline to ensure compliance and proper handling of offers. This document illustrates the procedural adjustments typical in government contracting, aimed at maintaining clarity and proper channels of communication for prospective offerors.
    The document details an amendment for a federal solicitation related to the correction of HVAC deficiencies at the Portland Veterans Affairs Medical Center (VAMC), Project No. 648-20-117. Specifically, it pertains to the pre-bid site visit that took place on March 3, 2025, which is acknowledged through an attached sign-in sheet. The amendment is classified as Amendment #1 to solicitation number 36C26025R0015, originally issued by the Department of Veterans Affairs, Network Contracting Office 20. Offers are due by March 20, 2025, at 16:00 PM, and the amendment confirms that all other terms and conditions of the solicitation remain unchanged. The document underscores the importance of acknowledging receipt of the amendment for offer consideration, emphasizing compliance with submission protocols. The contracting officer, Colleen Nicholson, authorized this document, affirming its role in facilitating clarity and transparency in the bidding process for contractors involved in healthcare facility improvements.
    The document outlines a project manual prepared by the VA Portland Health Care System to correct HVAC deficiencies. It specifies the preparation and execution responsibilities of contractors, emphasizing the need for comprehensive site preparation, demolition, and installations as per provided specifications. Key sections include safety requirements, project scheduling, construction security measures, testing and commissioning directives, and protocols for maintaining existing structures and utilities. The contractor must establish a detailed construction and project management plan, adhering to VA standards for safety, environmental controls, and construction waste management. The critical path method (CPM) is mandated for project scheduling while ensuring minimal disruption to ongoing healthcare operations during the construction phases. The document illustrates the structured approach needed to comply with federal requirements to ensure a successful project delivery aimed at improving HVAC systems within the VA facilities while upholding rigorous safety and quality standards throughout the construction timeline.
    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 wage determinations for building construction contracts in Clark and Skamania Counties, Washington, effective from 2025, emphasizing compliance with the Davis-Bacon Act and related Executive Orders, which dictate minimum wage rates for contractors. Workers are required to be paid according to specific classifications, with defined hourly rates and fringe benefits. Additionally, it details the appeals process for any disputes regarding wage determinations, specifying contact points within the Department of Labor.
    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.
    The government document addresses a series of questions and clarifications related to the Request for Proposal (RFP) for a construction project (648-20-117) at a VA facility. It outlines the requirements for creating covered access routes, dimensions for construction areas, electrical and lighting specifications, as well as conditions for staff and patient safety during construction. Key logistical aspects such as laydown areas, utility access, and workspace for contractors are confirmed. The document also details the involvement of contractors in acquiring necessary permits, handling Infection Control Risk Assessment (ICRA) certifications, and identifies responsibilities regarding furniture and equipment relocation. Additionally, it clarifies the necessity for Quality Control (QC) staff presence and outlines the contractor's flexibility regarding temporary utilities and office spaces. Important administrative points concerning contractor qualifications and submission procedures are also specified. The overall purpose emphasizes compliance, safety, and effective project execution in alignment with federal standards, showcasing the VA's commitment to maintaining operational capabilities during construction activities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    Z1DA-- 630A4-26-500 Replace ER AHU Brooklyn Campus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus, under Project No. 630A4-26-500. This federal contract requires contractors to provide all necessary labor, materials, and supervision to replace and refurbish HVAC equipment, including the packaged AHU, exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes, while ensuring minimal disruption to the medical center's operations. The project is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and has a performance period of 240 calendar days from the Notice to Proceed. Interested bidders must register in SAM, verify their SDVOSB status, and submit bids by January 19, 2026, with a mandatory pre-bid site visit scheduled for December 20, 2025. For further inquiries, contact Gail E. Hill at gail.hill@va.gov.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.