Amendment 0001 extends the bid submission deadline to January 19, 2026, at 11:00 AM EST, and the bid opening to 12:00 PM EST on the same day for the "Replace Emergency Room AHU Brooklyn Campus" project. Bids, including bid bonds, must be emailed to lester.griffith@va.gov and gail.hill@va.gov. A mandatory pre-bid site visit is scheduled for December 22, 2025, at 11:00 AM EST at VAMC Brooklyn. Requests for Information (RFIs) are due by January 7, 2026, at 2:00 PM EST, submitted via email to the same addresses. The project requires the contractor to provide labor and materials for replacing the Emergency Room AHU, with a performance period of 240 calendar days.
The Department of Veterans Affairs (VA) is seeking bids for Project 630A4-26-500, "Replace Emergency Room AHU Brooklyn Campus," a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside procurement. The project involves furnishing all materials, equipment, personnel, and supervision to replace and refurbish HVAC equipment, including the packaged Air Handling Unit (AHU), exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes at the Brooklyn VAMC. The contract performance period is 240 calendar days from the Notice to Proceed. Bidders must be registered in SAM with a Unique Entity Identifier and verified as SDVOSB in VetBiz or DSBS. A mandatory pre-bid site visit is scheduled for December 20, 2025, and all questions must be submitted by January 5, 2026. Bids are due via email by January 19, 2026, at 11:00 AM EST, with a public bid opening online at 12:00 PM EST. The successful contractor must utilize the VISN 2 Autodesk Build Construction management platform, complete required training, and adhere to all VA specifications, federal, state, and local codes, including the Buy American Act and limitations on subcontracting. A bid guarantee of 20% of the bid price (not exceeding $3 million) is required, and the award will be a Firm-Fixed-Price contract based on the most advantageous responsive and responsible bid, considering price and price-related factors.
The Department of Veterans Affairs is issuing a presolicitation notice for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn VAMC Campus. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBC), involves replacing and refurbishing HVAC equipment, including the AHU, exhaust fans, reheat system, heat exchanger, pumps, CV boxes, and piping. The NAICS code is 236220, with a small business standard of $45 Million. The estimated construction magnitude is between $2,000,000 and $5,000,000, requiring a 20% Bid Bond. A solicitation is expected around November 17, 2025, with details available on beta.sam.gov. Gail Hill is the point of contact for this project.
The Department of Veterans Affairs' Project No. 630A4-26-500 outlines the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus of the VA New York Harbor Healthcare System. This comprehensive project, detailed in 100% Bid Documents dated August 25, 2025, covers general requirements, demolition, concrete, thermal and moisture protection, HVAC, electrical, and electronic safety and security. Key aspects include strict safety and security protocols, detailed site operation and storage guidelines, utility service management, and extensive restoration requirements. The contractor must adhere to a Critical Path Method (CPM) schedule, provide photographic documentation of progress, and utilize the VA TRIRIGA CPMS for project management. The overall purpose is to modernize the ER's HVAC system while ensuring minimal disruption to the medical center's 24/7 operations and strict compliance with VA and federal regulations.
The VAAR PART 852 outlines the VA Notice of Limitations on Subcontracting, specifically for Services and Construction contracts. This clause, mandated by 38 U.S.C. 8127(k)(2), requires offerors to certify their compliance with subcontracting limitations if awarded a contract. For general construction, contractors cannot pay more than 85% of the government-paid amount to firms that are not VIP-listed SDVOSBs or VOSBs, excluding material costs. Similar limitations apply to services (50%) and special trade construction (75%). The document emphasizes that false certifications can lead to severe penalties, including criminal prosecution and fines. Contractors must provide documentation to VA upon request to demonstrate compliance, and failure to do so may result in remedial action. A formal, signed certification must be submitted with the offer, as uncertified offers will be deemed ineligible for evaluation and award.
This government file, associated with federal and state/local RFPs, outlines comprehensive HVAC and plumbing schedules, symbols, and abbreviations. It lists detailed schedules for ductless split system heat pumps, fan coil units, steam humidifiers, filters, condensate pumps, air curtains, steam unit heaters, steam convectors, air-cooled condensing units, hot water coils, constant volume terminals, exhaust fans, diffusers, registers, final and pre-filters, DX cooling coils, steam preheat coils, air handling units, pumps, and steam/hot water heat exchangers. The document also includes contact information for AHSC Architects, P. C. and LJM ENGINEERING GROUP, emphasizing the technical specifications and requirements for various mechanical systems within a construction or renovation project.
The "Buy American Certificate" provision (FAR 52.225-2) requires offerors to certify that their end products are domestic, with exceptions for foreign end products. Offerors must list any foreign end products, including those manufactured in the U.S. that do not meet the domestic end product definition, along with their country of origin. The terms "domestic end product," "end product," and "foreign end product" are defined in the "Buy American-Supplies" clause. The government will evaluate offers according to Federal Acquisition Regulation (FAR) part 25 policies and procedures. This certificate ensures compliance with Buy American Act requirements in federal procurement.
The New York State Department of Taxation and Finance's Form ST-120.1 outlines sales and use tax exemptions for contractors on various projects. It details specific conditions under which tangible personal property and services can be purchased tax-exempt, including items for real property improvements, production machinery, equipment for internet data centers, telecommunications, broadcasting, pollution control, solar energy, qualifying tenant improvements, marine terminal cargo handling, commercial fuel cell systems, and Housing Development Fund Corporation (HDFC) projects. The form also lists exempt services such as installation, maintenance, and repair for these categories, and services for resale. Contractors must be registered with the Tax Department to use this form and are liable for penalties if the form is misused. Vendors accepting the form must do so in good faith, ensuring it is properly completed, or risk liability for uncollected taxes.
This document, General Decision Number NY20250012, effective October 3, 2025, supersedes NY20240012 and outlines prevailing wage rates for various construction types—Building, Heavy, Highway, and Residential—in Nassau and Suffolk Counties, New York. It details the minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document lists specific wage and fringe benefit rates for numerous trades, including Asbestos Workers, Boilermakers, Carpenters, Electricians, Elevator Mechanics, Operating Engineers, Ironworkers, Laborers, Painters, Plasterers, Plumbers, Roofers, Sheet Metal Workers, and Truck Drivers, along with relevant modification dates. It also covers paid sick leave requirements under EO 13706 and provides a comprehensive appeals process for wage determinations. This information is crucial for federal government contractors to ensure compliance with labor standards.