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
    589A5-22-106, REPLACE BLDG4 HVAC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the HVAC system in Building 4 at the Colmery-O'Neil VA Medical Center in Topeka, Kansas, under project number 589A5-22-106. The project requires comprehensive construction services, including the installation of new HVAC systems and controls, with a focus on minimizing disruption to ongoing operations within the facility. This initiative is critical for enhancing the medical center's infrastructure and ensuring a safe and comfortable environment for veterans and staff. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals, both electronically and in hard copy, by September 23, 2024, at 2:00 PM CST, and can direct inquiries to Arnold Payne at arnold.payne@va.gov or by phone at 913-946-1124. The estimated construction cost is between $1 million and $5 million, with a performance period of 540 calendar days from the Notice to Proceed.
    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.
    C1DA--652-24-105 Upgrade Air Handling Systems & Distribution (VA-25-00009506)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking architect-engineer services to upgrade the air handling systems and distribution at the Central Virginia VA Health Care System in Richmond, Virginia. The project involves the replacement of air handling components, controls, and ductwork, with a construction budget estimated between $1,000,000 and $5,000,000. This initiative is crucial for maintaining conditioned air flow in critical locations during the construction process, ensuring compliance with safety and operational standards. Interested firms, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must respond by September 24, 2024, by providing firm contact details and a summary of prior relevant contracts to Donteana Gibbs at Donteana.Gibbs@va.gov.
    Replace Roof Top Unit (RFU), Blower Assembly, and Heating Coil
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a 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 in accordance with the Statement of Work (SOW), while adhering to existing systems and safety regulations. This project is critical for enhancing the facility's operational efficiency and requires compliance with federal standards, including the Service Contract Act wage determinations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by September 27, 2024, and can direct inquiries to Melanie Williams at melanie.williams5@va.gov or by phone at 210-694-6378.
    J041--FY25: Operating Rooms Ventilation System Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform essential repairs on the ventilation systems of eight Operating Room (OR) Suites at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The contractor will be responsible for identifying and repairing 20% of existing air leakages in the ductwork, as well as conducting Testing, Adjusting, and Balancing (TAB) services to ensure compliance with HVAC design standards and improve air quality and system efficiency. This initiative is critical for maintaining high environmental control standards in healthcare settings, which is vital for patient safety and operational efficiency. Interested small businesses must submit their quotes electronically by September 26, 2024, with the contract period expected to run from October 7, 2024, to November 6, 2024. For further inquiries, contact Wilfredo Perez at wilfredo.perez3@va.gov or call 939-759-6783.
    Y1DA--CON NRM 668-21-102 UPGRADE AHU-1/4 Mechanical Systems - SBA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction project titled "Y1DA--CON NRM 668-21-102 UPGRADE AHU-1/4 Mechanical Systems" at the Mann-Grandstaff VA Medical Center in Spokane, WA. The project involves the replacement of air handling units AHU-01 and AHU-04, along with comprehensive upgrades to the facility's mechanical systems, which are expected to enhance HVAC efficiency and operational compliance. This initiative is crucial for improving healthcare infrastructure for veterans, ensuring that the facility meets modern standards for patient care and safety. Interested contractors must submit their proposals by September 21, 2024, with a site visit scheduled for September 5, 2024; for further inquiries, contact Sandra K Snediker at Sandra.Snediker@va.gov.
    J045--HVAC Filter Services VA Greater Los Angeles Healthcare System (VAGLAHCS)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for HVAC Filter Services at the Greater Los Angeles Healthcare System (VAGLAHCS), specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract encompasses a base period plus one option year, focusing on the timely replacement and maintenance of HVAC filters across various healthcare facilities, with an anticipated performance period from January 1, 2025, to December 31, 2026. This procurement is crucial for ensuring compliance with OSHA regulations and maintaining high standards of air quality in healthcare environments, thereby supporting the overall health and safety of patients and staff. Interested contractors should contact Contract Specialist Katharine Robert at katharine.robert@va.gov or 520-001-6670 for further details and to discuss the requirements outlined in the solicitation document.