Project Name: 19th Floor Server Room HVAC Replacement (318); Station Location: Winston Salem, North Carolina, VARO; Project Location: 19th Floor (Wells Fargo Building)
ID: 36C10D24Q0266Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFVETERANS BENEFITS ADMIN (36C10D)WASHINGTON, DC, 20006, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of Veterans Affairs is seeking quotes from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of the HVAC unit in the 19th Floor Server Room at the Winston Salem Veterans Affairs Regional Office. The project involves the removal of the existing HVAC unit and its replacement with a new unit to ensure optimal temperature and humidity conditions for server functionality. This procurement is crucial for maintaining efficient operations within the VA's infrastructure, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their quotations by September 12, 2024, and can contact Dirk Kelley at dirk.kelley@va.gov or 203-932-5711 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is initiating the 19th Floor Server Room HVAC Replacement project at the Winston Salem Veterans Affairs Regional Office (VARO) in North Carolina. This presolicitation notice outlines the upcoming competitive solicitation, set to be published around August 14, 2024. The project entails the removal and replacement of the existing HVAC unit to ensure optimal conditions for the server room's functionality. With a projected cost between $25,000 and $100,000, the project's scope requires a Firm-Fixed-Price Purchase Order and will be a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Eligible SDVOSBs must be verified through the Small Business Administration's certification and registered in the System for Award Management (SAM). All relevant documents and amendments related to the solicitation will be accessible on SAM's website. This procurement highlights the VA's commitment to supporting veteran-owned businesses while ensuring efficient operational conditions within government infrastructure.
    The request for quotations (RFQ) 36C10D24Q0266 from the Department of Veterans Affairs seeks quotes from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of the HVAC unit in the 19th Floor Server Room at the Winston Salem VA Regional Office. The project requires the contractor to provide labor, materials, and supervision to replace an outdated Leibert Minimate 2 HVAC unit, ensuring compliance with federal standards. The estimated cost for the construction falls between $25,000 and $100,000, with submissions due by September 12, 2024. Alongside technical requirements, bidders must demonstrate past performance, address safety regulations, and follow a structured submission process, including electronic invoicing procedures. The evaluation criteria balance past performance, technical proposal compliance, and pricing to ensure the best value for the government. The project duration is set for 30 days post-award, emphasizing adherence to a smoke-free work environment and cleanliness. This RFQ emphasizes the government’s commitment to engaging small veteran-owned businesses in public contracts while maintaining strict adherence to competitive bidding and quality standards.
    The document pertains to an amendment of solicitation 36C10D24Q0266 for the HVAC replacement project at the Veterans Affairs Regional Office in Winston Salem, North Carolina. It highlights two primary updates: first, the results of a site visit conducted on August 20, 2024, with an attached sign-in sheet; and second, a response to one submitted Request for Information (RFI), with the detailed response included as an attachment. Importantly, no further RFIs will be accepted following this amendment. The amendment serves to provide clarity and updates to potential contractors regarding the project’s requirements and expectations. The signing and acknowledgment of this amendment are mandated to ensure all interested parties are informed. Overall, this document reflects standard practices within federal procurement processes to maintain transparency and communication among contractors and the government.
    The document outlines the wage determination for building construction projects in Forsyth County, North Carolina, as per the Davis-Bacon Act. It specifies minimum wage rates for various construction roles, highlighting that contracts must comply with executive orders related to federal contracts. For contracts initiated on or after January 30, 2022, the minimum wage rate is set at $17.20 per hour under Executive Order 14026, while contracts awarded prior to this date, but not renewed or extended, must meet the rate of $12.90 as per Executive Order 13658. A wide array of trade classifications and their respective wage rates and fringe benefits are provided, ranging from carpenters to electricians and laborers. Moreover, it mentions provisions for paid sick leave under Executive Order 13706 for contracts awarded from January 1, 2017, onward. The document includes guidelines for wage determination appeals and clarifies that surveys and union rates inform wage classifications. It serves to ensure compliance and protections for workers on federal contracts, crucial for adherence to labor standards in government-funded projects.
    The VAAR 852.219-75 document outlines the limitations on subcontracting for contracts involving services and construction under the jurisdiction of the Department of Veterans Affairs (VA). It specifies that contractors must ensure a certain percentage of the contract value is performed by certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For services, contractors cannot pay more than 50% to non-certified firms; for general construction, the limit is 85%; and for special trade construction, it is 75%. Contractors must certify compliance with these limits and may be required to provide documentation for verification. Non-compliance may lead to penalties, including referral for debarment and potential prosecution. The document also emphasizes the importance of certified SDVOSB/VOSB involvement to promote small business opportunities within the federal contracting framework. Overall, the main purpose is to ensure that contracts awarded by the VA are executed in good faith by certified veteran-owned businesses, thereby supporting the economic development of these enterprises.
    The Past Performance Questionnaire (PPQ) is a key evaluation tool for the federal contract solicitation number 36C10D24Q0266, concerning the HVAC replacement in a server room. The document is structured into three parts: vendor contract identification, evaluator identification, and an evaluation section detailing performance across various categories. Evaluators are expected to rate contractor performance on elements like service quality, timeliness, business relations, personnel management, compliance with safety and environmental standards, cost management, and contractual considerations. Ratings range from Exceptional to Unsatisfactory, with detailed narratives required for each rating, especially in cases of deficiencies. The PPQ emphasizes the importance of factual, accurate responses to assist contract awarding decisions. Lastly, it concludes with directions for returning the completed questionnaire to the designated Contracting Officer, Dirk Kelley. This process underscores the need for rigorous assessment of contractors in federal procurement to ensure quality service delivery.
    The document consists of a series of questions related to federal government requests for proposals (RFPs), grants, and state and local RFPs. It outlines the iterative information-gathering process employed to solicit applications and proposals from potential contractors and organizations. Each question serves to probe various aspects of grant application and project execution, including eligibility criteria, funding allocation, performance metrics, and compliance with government regulations. The questions are structured to ensure clarity and systematic assessment of proposals, facilitating informed decision-making by government agencies. The overall purpose is to streamline the proposal evaluation process and ensure alignment with federal objectives, thereby promoting effective use of taxpayer funds while addressing pressing community needs.
    The Department of Veterans Affairs (VA) has issued a Request for Quotation (RFQ) for the HVAC replacement in the 19th Floor Server Room at the Winston Salem Veterans Affairs Regional Office. The solicitation number for this project is 36C10D24Q0266, and the RFQ was released on August 14, 2024. A site visit for interested contractors occurred on August 20, 2024, at 10:00 am EST. Participants convened at the Wells Fargo Building’s main lobby and included representatives from the VA and several contractors. A sign-in sheet documented attendee details, including names, titles, and contact information for both government personnel and contractors. The project represents the VA's ongoing efforts to maintain and upgrade its facilities, ensuring efficient operations and improved working conditions for its employees.
    The document addresses a solicitation query regarding HVAC controls, specifically the compatibility of a valve actuator model. It references the Schneider Electric valve actuator assembly, including part numbers VBB3N01+M332A01 (the model in question) and two other Schneider Electric components (M313A01 actuator and VBBN3A01 three-way control valve). The key point confirmed is that the VBB3N01+M332A01 model is interchangeable and meets the Veterans Affairs (VA) requirements effectively. This communication serves to clarify specifications crucial for compliance with government procurement standards, ensuring that offered products align with agency needs in the context of federal requests for proposals (RFPs) and grants. Overall, the document emphasizes the importance of model compatibility in the procurement process and assures that the specified products fulfill regulatory requirements.
    Similar Opportunities
    J045--HVAC Systems - NWI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for HVAC system services at the Omaha VA Medical Center to prepare for the upcoming winter season. The procurement, identified by solicitation number 36C26324Q1176, involves evaluating, repairing, and replacing HVAC components, particularly focusing on air handlers and rooftop units to ensure operational efficiency and patient comfort. This total small business set-aside contract, valued at approximately $19 million, requires contractors to comply with federal regulations and submit their quotes by September 18, 2024, at 10:00 AM CST. Interested contractors should direct technical inquiries to Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov.
    J041--589A5-24-141, REPLACE HVAC IN BLDG 1 RM A14 SWITCH GEAR ROOM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architectural and engineering services for the replacement of the HVAC system in the Switch Gear Room (Room A14) at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The project aims to design a new air-conditioning system that maintains specific temperature and humidity levels while addressing existing conditions, with a budget for design work ranging from $25,000 to $100,000. This procurement is critical for ensuring the facility meets the necessary environmental controls for its operations, and the anticipated design completion time is approximately 123 calendar days. Interested firms must submit a completed Standard Form 330 (SF330) by September 20, 2024, at 10:00 AM Central Standard Time, and can direct inquiries to Contracting Officer Tim Parison at timothy.parison@va.gov.
    Z1DA--578-17-012 Replace AHU Air Handling Units in Building 45 (VA-25-00004335)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to undertake the replacement of air handling units in Building 45 at the Edward Hines, Jr. VA Hospital in Hines, Illinois. Contractors will be responsible for providing all necessary tools, materials, labor, and supervision while adhering to federal, state, and local regulations, as well as VA-specific codes and safety policies. This project is critical for maintaining the hospital's operational efficiency and ensuring compliance with health and safety standards, with an estimated budget between $2 million and $5 million. Interested contractors must be registered in SAM.gov and verify their SDVOSB status with the SBA, with bids due on or about October 30, 2024, following a pre-bid site visit that will be announced in the solicitation package.
    J041--589A5-24-141 AE - REPLACE HVAC IN BLDG 1 RM A14 SWITCH GEAR ROOM (VA-24-00101696)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architectural and engineering services for the replacement of the HVAC system in the Switch Gear Room at the Colmery O'Neil VA Medical Center in Topeka, Kansas. The project, identified as 589A5-24-141, requires comprehensive services including field investigations, design development, construction documents, cost estimations, and oversight during construction, with an estimated budget ranging from $100,000 to $250,000. This opportunity is crucial for ensuring the operational efficiency of the facility's electrical transformer room, and interested firms must respond by August 23, 2024, at 9:00 AM Central Time, providing their qualifications and confirming their SDVOSB status to the Contracting Officer, Tim Parison, at timothy.parison@va.gov.
    Z1DA--550-24-206 Chiller and Air Handler Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of chillers and air handlers at the VA Illiana Health Care System in Danville, Illinois, under solicitation number 36C25224B0012. The project aims to upgrade existing mechanical systems to enhance facility operations, with a contract value estimated between $1,000,000 and $2,000,000, specifically reserved for CVE verified Service-Disabled Veteran-Owned Small Business firms. Interested contractors must submit their proposals by September 19, 2024, following a pre-bid conference held on August 20, 2024, and are required to comply with federal labor regulations and affirmative action goals. For further inquiries, potential bidders can contact Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.
    Y1DA--CON NRM 668-21-102 UPGRADE AHU-1/4 Mechanical Systems - SBA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform construction services for the upgrade of air handlers AHU-1 and AHU-4 at the Mann-Grandstaff VA Medical Center in Spokane, WA, under project number 668-21-102. The project involves comprehensive upgrades to mechanical systems, including the replacement of undersized ducts, installation of electrical panels, and integration with the existing Building Automation System (BAS), all aimed at enhancing HVAC efficiency within the facility. This initiative underscores the government's commitment to improving healthcare infrastructure for veterans, ensuring compliance with safety and quality standards throughout the construction process. Interested contractors should contact Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov, with proposals due by September 21, 2024, following a mandatory site visit on September 5, 2024.
    J045-- LA108 AC Coil Replacements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of AC coils at the WJB Dorn VA Medical Center in Columbia, South Carolina. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 238220, which pertains to Plumbing, Heating, and Air-Conditioning Contractors. The successful contractor will be responsible for maintaining and repairing essential HVAC equipment, which is critical for ensuring a comfortable and safe environment for veterans receiving care at the facility. Interested parties should refer to RFQ 36C24725Q0053 for detailed requirements and are encouraged to contact Contract Specialist Stanley Turner at Stanley.turner@va.gov or by phone at 205-984-0594 for further information.
    Replace Roof Top Unit (RFU), Blower Assembly, and Heating Coil
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to replace the Roof Top Unit (RTU), blower assembly, and heating coil at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. The contractor will be responsible for providing supervision, labor, materials, and equipment to ensure the installation of a fully operational RTU that is compatible with the existing Siemens Energy Management System, while adhering to specific labor standards and minimizing disruption to ongoing operations. This project is crucial for enhancing the facility's operational efficiency and compliance with federal regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their offers by September 27, 2024, at 1:00 PM CDT, and can contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further information.
    Z2JZ--504-22-107 Replace CLC Air Handling Equipment and Upgrade Controls, Bldg. 29
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for a project to replace air handling equipment and upgrade controls in Building 29 at the Thomas E. Creek VA Medical Center in Amarillo, Texas. The contractor will be responsible for installing two new air handling units (AHUs) and associated infrastructure in accordance with the project specifications, with a project magnitude estimated between $2 million and $5 million. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting veteran enterprises while enhancing medical facility infrastructure. Interested contractors must verify their SDVOSB status through the VA’s Center for Verification and Evaluation (CVE) before submitting proposals, which are due by 10:00 AM CST on October 31, 2024. For further inquiries, contractors can contact the contract specialist, Nicholas L. Smith, at nicholas.smith21@va.gov or by phone at 254-899-6023.
    Z2NB--MAU Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 23, is seeking proposals for the MAU Replacement project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement involves facilities support services, particularly focusing on the repair or alteration of heating and cooling plants, as indicated by the Product Service Code Z2NB and NAICS code 561210. The initiative underscores the government's commitment to engaging veteran-owned enterprises in fulfilling essential service needs. Interested parties must respond to the solicitation number 36C26324Q0547 by the specified deadline, and for further inquiries, they can contact Senior Contracting Officer Jesse M. Sweesy at Jesse.Sweesy@va.gov or by phone at 605-347-2511 x16724.