J035--Bldg. 1A HVAC Controls Replacement
ID: 36C24126Q0066Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 01, intends to award a sole-source contract to Siemens Industry, Inc. for the replacement of failed Delta HVAC control components at the White River Junction VA Healthcare System. This procurement is necessitated by a catastrophic failure of the existing controls, which has left the radiology department without HVAC management, highlighting the critical need for reliable heating, ventilation, and air conditioning systems in healthcare settings. Siemens is uniquely qualified to fulfill this requirement as the failed components are part of a proprietary building management system, and only Siemens-trained technicians are authorized to service it. Interested parties who believe they can meet the requirements must submit their capabilities in writing by December 12, 2025, at 5:00 PM EST to Kenya Mitchell at kenya.mitchell1@va.gov, as the government will assess responses to determine the viability of competitive procedures.

    Point(s) of Contact
    Kenya MitchellContracting Specialist
    (860) 666-6951
    kenya.mitchell1@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office (NCO1) in West Haven, CT, intends to award a sole-source procurement to Siemens Industry, Inc. for the replacement of failed Delta HVAC control components at the White River Junction VA Healthcare System. This procurement, under FAR 6.302-1, is due to the catastrophic failure of existing controls, leaving the radiology department without HVAC management. Siemens is the sole provider capable of this service because the failed Delta components are part of a proprietary Siemens building management system that only Siemens-employed technicians are authorized to service. The new controls must integrate with the existing system, utilizing current power, enclosures, and network cables. The NAICS code is 238220 with a small business size standard of $16.5 Million. This notice is not a solicitation; however, interested parties believing they can fulfill the requirement must submit written capabilities by December 12, 2025, at 5:00 PM EST to Kenya Mitchell at kenya.mitchell1@va.gov. The government will use responses to determine if competitive procedures are viable, retaining discretion on whether to open the requirement to competition.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    4120--HVAC Controls Equipment - Install
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a Sole Source, Firm-Fixed Price contract to Johnson Controls Inc. for the installation of Direct Digital Control (DDC) equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. This procurement is necessitated by the proprietary nature of Johnson Controls' Metasys system and control equipment, which has been confirmed through market research as the only responsible source capable of fulfilling the agency's requirements. Interested parties may express their interest and capability to meet this requirement by submitting compelling evidence to the primary contact, Andrew T Misfeldt, at andrew.misfeldt@va.gov by 10:00 AM CST on December 15, 2025. The estimated value of this acquisition is below $250,000, and it is crucial for potential vendors to be registered in the System for Award Management (SAM) and the VetBiz Registry if applicable.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    J&A Siemens Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source contract with Siemens Industry Inc. for the maintenance of HVAC systems at Camp Murray, Washington. This procurement is necessitated by the unique requirements of the Desigo CC system already installed at the facility, as Siemens is the only authorized provider of certified technicians and parts for this specialized equipment. The estimated value of the contract is $40,150, and it is classified as a Firm Fixed Price modification, with the justification for limited competition having been reviewed and approved by the contracting officer. Interested parties can reach out to the 194th Contracting Office via email at 194.WG.FAL.MSC.Contracting@us.af.mil for further inquiries.
    J045--HVAC Maintenance and Service Veterans Health Care System of the Ozarks (VHSO) Fayetteville, Arkansas
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for HVAC maintenance and service at the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, under solicitation number 36C25626Q0165. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive HVAC/R systems maintenance, including annual, quarterly, and semi-annual preventative maintenance, emergency services, and specific testing for various equipment types such as chillers, boilers, and air conditioning units. This procurement is critical for ensuring the operational efficiency and safety of the healthcare facility's HVAC systems. Interested parties must submit their offers by December 11, 2025, at 9 PM CST, and can contact Diyonne Williams at diyonne.williams@va.gov for further information.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Y1DA--561A4-26-503 Replacement Coils for Buildings 4,53,54,57,135,143
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of chilled water and steam coils in various buildings at the VA New Jersey Healthcare Systems Lyons Campus. This project, identified as Solicitation Number 36C24226B0022, involves the furnishing and installation of Original Equipment Manufacturer (OEM) coils, along with the installation of VA-provided coils, across buildings 4, 52, 54, 57, 135, and 143. The work is critical for maintaining the HVAC systems within these facilities, ensuring optimal performance and compliance with health standards. The estimated cost for this project ranges from $250,000 to $500,000, with a performance period of 90 calendar days following the Notice to Proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in SAM.gov and veterans.certify.sba.gov, with the official solicitation expected to be released around December 12, 2025. For further inquiries, contact Contract Officer Lateisha Robinson at Lateisha.Robinson@va.gov or (718) 584-9000 ext 4334.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    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.
    J065--Notice of Intent to Sole Source GE Optima 660 CAT Scan System Service and Support
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 21, intends to award a sole source contract to GE Healthcare for the service and support of the GE Optima 660 CAT Scan System at the VA Sierra Nevada Health Care System in Reno, NV. The contract will encompass maintenance services, including preventive maintenance, calibration, and repair, with specific requirements such as a one-year contract period, adherence to manufacturer schedules, and rapid response times for service calls. This procurement is critical for ensuring the operational efficiency and reliability of medical imaging equipment essential for patient care. Interested parties must submit compelling evidence of their capability to provide competitive services by December 10, 2025, and direct all inquiries to Contract Specialist Michael Alston at michael.alston@va.gov.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    6685--Temperature/Humidity Monitoring equipment for Bath (VA-26-00026567)
    Buyer not available
    The Department of Veterans Affairs (VA) Network Contracting Office 2 (NCO 2) intends to award a sole source contract to Rotronic Instrument Corp. for the provision of temperature and humidity monitoring equipment at the Bath VA Medical Center (VAMC). This procurement aims to equip the Bath, Canandaigua, and Rochester VA facilities with a unified Rotronic monitoring system, which includes specific parts such as the RMS-MLOG-T10-915 with probe, RMS-MLOG-B-915, and 915 GATEWAY units. The contract, justified under FAR 6.302-1 due to the exclusive availability of Rotronic's products and services, is set to run from December 1, 2025, to September 30, 2026. Interested firms that believe they can meet the requirements may submit written notifications to Lorraine Hussain at Lorraine.Hussain@va.gov by December 18, 2025, at 10:00 AM EDT, as this notice is not a request for competitive quotes.