Z1DA--Replace AHU-05 in B406 and Add Humidification to B455 676-23-004
ID: 36C25225B0013Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Unit AHU-05 in Building 406 and the addition of humidification systems in Building 455 at the Tomah VA Medical Center in Wisconsin. This project, designated as Contract No. 676-23-004, involves comprehensive construction efforts, including the demolition of existing mechanical systems and installation of new HVAC equipment, while ensuring minimal disruption to ongoing medical operations. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2 million and $5 million, with a performance timeline of 336 calendar days post-award. Interested contractors are encouraged to attend a site visit on June 23 and 24, 2025, and must submit any questions regarding the solicitation by July 9, 2025. For further inquiries, Lynn H VanderVelde can be contacted at lynn.vandervelde@va.gov.

    Point(s) of Contact
    Lynn H VanderVeldeContractor
    lynn.vandervelde@va.gov
    Files
    Title
    Posted
    The solicitation 36C25225B0013 by the Department of Veterans Affairs seeks bids for the replacement of AHU-05 in Building 406 and the addition of humidification systems in Building 455 at the Tomah VA Medical Center, Wisconsin. This project, classified under NAICS code 238220 (Plumbing, heating, and air-conditioning equipment), has an estimated value between $2 million and $5 million and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Bidders must possess appropriate bonding and fulfill various contract performance requirements within a specified timeline of 336 calendar days post-award. Interested contractors are encouraged to participate in a site visit scheduled for June 23 and 24, 2025, while all questions about the solicitation are to be formally submitted by July 9, 2025. The project emphasizes compliance with safety regulations, including annual flu vaccinations for contractor personnel and adherence to environmental standards, underscoring VA’s commitment to maintaining high safety and operational standards. Additionally, bidders must ensure that they meet the requirements related to subcontracting, demonstrating a good faith effort to comply with applicable regulations during the contract's execution. The awarded contract will detail the government's requirements and expectations for project's successful completion.
    The Tomah VA Medical Center is issuing a presolicitation notice for a project to replace the AHU-05 in Building 406 and add humidification in Building 455, designated as Project Number 676-23-004. The contract involves providing all necessary labor, materials, equipment, and supervision to complete the work. The project is estimated to take 336 days after the Notice to Proceed and the anticipated budget is between $2 million and $5 million. This procurement falls under the NAICS code 238220, pertaining to Plumbing, Heating, and Air Conditioning Contractors, with a size standard of $19 million. It is exclusively set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) as per Public Law 109-461. The solicitation will be made accessible on SAM.GOV around May 29, 2025, with bids opening approximately on July 29, 2025. A pre-bid conference will be arranged, encouraging participation from all interested contractors. Registration in the System Award Management (SAM) database is mandatory for potential bidders to be eligible for the contract.
    The document outlines the project specifications for the Tomah VA Medical Center's initiative to replace AHU-5 in Building 406 and add humidification to Building 455. The project, designated as Contract No. 676-23-004, requires comprehensive construction efforts which include demolition of existing mechanical systems, general construction alterations, and installation of new HVAC equipment, humidifiers, and essential piping. Key requirements include ensuring safety and compliance with VA regulations while minimizing disruption to ongoing medical operations. The project mandates a careful phasing of work to maintain 24/7 functionality of the medical center, with detailed proposals for traffic management and coordination with the Department of Veterans Affairs. Contractors must submit documentation, manage environmental controls, and adhere to a strict timeline for construction and site access. Overall, the project emphasizes the VA's commitment to improving facility infrastructure and providing a safe environment for patients and staff while adhering to fiscal and operational guidelines.
    The project outlined pertains to the Tomah Veterans Affairs Medical Center, focusing on the replacement of the air handling unit AHU-5 in Building 406 and the addition of humidification systems in Building 455. Managed by Penn Construction Group, the project will include various phases of design documentation, culminating in bid documents due by May 30, 2024. The detailed drawings contain mechanical, plumbing, electrical, and architectural plans, addressing requirements for infection control and compliance with safety regulations. The objective is to enhance HVAC performance while ensuring all systems meet existing standards. With thorough design and documentation processes, this project reflects the VA's commitment to maintaining and improving facility infrastructure to better serve veterans. Critical timelines and specific site plans have been established to facilitate coordination among contractors and ensure adherence to operational standards during construction activities.
    The document outlines the wage determination for building construction projects in Wisconsin, specifically under the Davis-Bacon Act, which mandates adherence to minimum wage standards for federal contracts. Effective from June 6, 2025, it includes wage rates for various labor classifications and identifies wage requirements based on different executive orders. For contracts initiated after January 30, 2022, workers must be paid at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, have a minimum of $13.30 per hour unless stated otherwise. The file details various job classifications, their respective wage rates and fringe benefits, spanning several counties in Wisconsin. It also includes specific provisions for health and safety, such as hazardous waste protections. Additionally, the document provides guidelines on the appeals process for wage determinations, underscoring the importance of compliance and the rights of workers under federal contracts. Overall, this document serves as a reference for ensuring fair labor practices in government-funded construction projects within the state.
    Similar Opportunities
    Y1DA--621-22-129 - Bldg 160 Kitchen AHU-4 Replacement
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of the Kitchen Air Handling Unit (AHU-4) at Building 160 of the James H. Quillen VA Medical Center in Mountain Home, Tennessee. The project requires contractors to prepare the site, including demolition of existing structures, and to install a new HVAC system to support kitchen operations, with a performance timeline of 180 calendar days following the issuance of the Notice to Proceed. This initiative is crucial for enhancing the facility's infrastructure while ensuring operational continuity during construction, particularly for veteran care services. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Jen Jamieson at jen.jamieson@va.gov for further details, with an estimated project value between $250,000 and $500,000.
    Z1DA--FY25 36C25725AP2590 | Cons-New | Bldg. 60 VAV Box Replacement | PND 5-26-2025
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of Variable Air Volume (VAV) boxes in Building 60 at the Dallas VA Medical Center. The project requires contractors to conduct comprehensive site assessments, demolish existing VAV boxes, and install new units while adhering to safety and environmental regulations. This initiative is crucial for enhancing the facility's infrastructure and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals by June 20, 2025, following a mandatory site visit on May 20, 2025, and can direct inquiries to Contracting Officer Horacio Fernandez at Horacio.Fernandez@va.gov.
    Upgrade Building 51 HVAC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the Upgrade Building 51 HVAC project at the St. Cloud Health Care System in Minnesota. This project involves the replacement of aging HVAC systems in the basement of Building 51 with modern technology, ensuring compliance with current VA design standards while maintaining occupancy in adjacent areas during construction. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), is expected to be awarded as a firm fixed-price contract with a value between $1 million and $2 million, following the issuance of an Invitation for Bid (IFB) around June 30, 2025. Interested bidders must be registered in the VetCert database and the SAM database, and all inquiries should be directed to Kaleb Gleason via email at kaleb.gleason@va.gov.
    Y1DZ--Replace Chiller No. 2 Construction 556-24-106
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of Chiller No. 2 at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project involves the complete demolition of an existing 1000-ton York centrifugal chiller and the installation of a new 1000-ton water-cooled centrifugal magnetic drive chiller, along with associated systems, to enhance operational reliability and compliance with current standards. The contract, valued between $1 million and $2 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurship. Interested contractors must submit their bids by July 10, 2025, and are encouraged to attend a site visit scheduled for June 12 and 17, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Lynn H VanderVelde at lynn.vandervelde@va.gov.
    Z1DA--657-23-101JB FCA Replace Various Air Handling Units/Chillers Buildings 1, 24 and 51
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction contract to replace various air handling units and chillers in Buildings 1, 24, and 51 at the Jefferson Barracks Division of the VA Medical Center in St. Louis, Missouri. The project, identified as 657-23-101JB, aims to enhance the heating, ventilation, and air conditioning systems, addressing poor facility conditions with an estimated cost between $5 million and $10 million. This upgrade is crucial for improving energy efficiency and the healthcare environment for veterans, aligning with federal sustainability initiatives. Interested contractors must attend a site visit on June 11, 2025, and submit proposals by July 14, 2025, with evaluations based on technical experience, safety plans, and past performance. For further inquiries, contact Contracting Specialist James J Petrik at james.petrik@va.gov.
    Z2AA--Replace Air Handling Units 1 & 2 at the Montgomery RO.
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting proposals for the replacement of Air Handling Units 1 and 2 at the Veterans Benefits Administration (VBA) Regional Office in Montgomery, Alabama. This project aims to enhance climate control and air quality within the facility by replacing aging air handling units, which are critical for operational efficiency and safety. The procurement process emphasizes compliance with federal design standards and safety regulations, ensuring minimal disruption to facility operations during construction. Interested bidders must submit their electronic proposals by June 26, 2025, and are encouraged to attend a mandatory site visit on June 4, 2025. For further inquiries, potential contractors can contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov.
    Z2DA--FY25 CON Update CLC HVAC System – Project# 671-22-198 (Oversubscript CAM)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for Project 671-22-198, which involves updating the HVAC system at the Community Living Center (CLC) of Audie L. Murphy Memorial Hospital in San Antonio, TX. The project requires comprehensive repairs and upgrades to the HVAC, steam, chiller, and hot water systems, along with associated general construction, demolition, mechanical, fire protection, and electrical work. This initiative is crucial for enhancing facility infrastructure to improve service delivery to veterans and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated budget between $1,000,000 and $5,000,000. Proposals will be requested on or around July 1, 2025, via SAMs.gov, and interested contractors should contact Contracting Officer Andres Garcia at andres.garcia1@va.gov for further information.
    Replace OR AHU controllers and improve ductwork
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a solicitation for a construction project at the VA Sierra Nevada Health Care System in Reno, Nevada, aimed at replacing the operating room suite air handling unit (OR AHU) and repairing the associated ductwork. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated construction cost ranging between $1,000,000 and $2,000,000. The selected contractor will be responsible for ensuring compliance with the project specifications outlined in the forthcoming Statement of Work, which will be included in the solicitation documents expected to be released around June 20, 2025. Interested contractors must have an active registration in SAM.gov and meet eligibility requirements, including the absence of federal debt or debarment, and should direct any inquiries to Contract Specialist Alison Weinstein at alison.weinstein@va.gov.
    Z1DZ--402-22-755 Replace Laundry HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the HVAC system in the laundry facility at the Togus VA Medical Center in Augusta, Maine. The project entails providing labor, materials, and services to install a new rooftop Air Handling Unit (AHU) with humidity control, construct a Clean Linen Room, and implement necessary security upgrades, all while ensuring the laundry operations remain functional throughout the construction period of approximately 270 days. This initiative is crucial for maintaining operational efficiency and safety standards within a healthcare environment, reflecting the VA's commitment to enhancing facility management for veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by June 9, 2025, with inquiries directed to Contract Specialist Diane C. Davis at diane.davis2@va.gov.
    Y1DA | 580-22-100 | REPAIR REPLACE MAIN CHILLED WATER DISTRIBUTION SYSTEM | AMENDMENT 0003
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "Repair Replace Main Chilled Water Distribution System" project at the Michael E. DeBakey VA Medical Center in Houston, Texas. This project, designated as number 580-22-100, involves extensive upgrades to the chilled water distribution system, including the installation of new pumps and distribution lines, while ensuring compliance with safety and operational standards in a healthcare environment. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $5 million and $10 million, and proposals are due by June 20, 2025. Interested parties should contact Lisa Peace at Lisa.Peace@va.gov for further details and ensure they are registered with the SBA VetCert and the System for Award Management (SAM) prior to submission.