Y1DA--CON NRM 668-22-105 Upgrade AHU-09/15 Mechanical Systems FY26 Tier 1
ID: 36C26026R0004Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

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

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the "Upgrade AHU-09 and 15 Mechanical Systems" project at the Mann-Grandstaff VA Medical Center in Spokane, WA. This procurement is a 100% Small Business set-aside, requiring contractors to upgrade the mechanical systems, including the replacement of air handling units, electrical components, and ductwork, all to be completed within 365 calendar days. The project is critical for enhancing the facility's HVAC systems, ensuring compliance with health standards, and improving patient care environments. Proposals are due by 10:00 AM PST on January 26, 2026, and must be submitted via email to Quyen.Mai@va.gov, with an estimated project magnitude between $1,000,000 and $2,000,000.

    Point(s) of Contact
    Dennis EinarsonContracting Officer
    (360) 852-9884
    dennis.einarson@va.gov
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 36C26026R0004, issued by NCO 20 Network Contracting Office on December 19, 2025, provides the correct solicitation document. This amendment replaces the initial solicitation with Attachment 13, which contains the updated solicitation document. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer submitted, or by separate letter or electronic communication. Failure to acknowledge receipt prior to the specified hour and date may result in the rejection of offers. This amendment ensures all offerors have the accurate and most current information for the solicitation.
    This government solicitation, RFP 36C26026R0004, outlines the requirements for professional construction services to upgrade AHU-09 and 15 Mechanical Systems at the Mann-Grandstaff VA Medical Center in Spokane, WA. The procurement is a 100% Small Business set-aside with a NAICS code of 238220 (Plumbing, Heating, and Air-Conditioning Contractors) and a size standard of $19 million. The project magnitude is between $1,000,000 and $2,000,000, with a performance period of 365 calendar days. Proposals are due by January 26, 2026, and will be evaluated using a best value tradeoff source selection process, with non-price factors (Technical Approach and Past Performance) significantly more important than price. Key submission requirements include a completed SF 1442, bid guarantee, technical proposal, price proposal, and representations and certifications. The document also details various FAR and VAAR clauses related to payments, subcontracting, wage rates, Buy American requirements, individual surety, security prohibitions, small business program re-representations, and supplemental insurance.
    The document serves as a presolicitation notice for the construction project designated as CON NRM 668-22-105, focused on upgrading the AHU-09/15 mechanical systems at the Mann-Grandstaff VA Medical Center in Spokane, WA. The project is set to be a 100% small business set-aside, and it falls under the Commercial and Institutional Building Construction category, with a NAICS code of 238220. The estimated cost for this construction undertaking is between $1,000,000 and $2,000,000. A formal solicitation is planned for release around August 15, 2025, via SAM.gov, with a response deadline of August 6, 2025, at 10:00 AM Pacific Time. The notice includes important contact information, including the Contracting Officer, Dennis Einarson. Attached documents, such as the draft Statement of Work, specifications, and drawings, provide essential project details for interested parties. This notice indicates the government's intent to enhance VA medical facilities while emphasizing opportunities for small businesses in the industry.
    The Mann-Grandstaff VA Medical Center in Spokane, WA requires a contractor for the "Upgrade AHU-9 and AHU-15 Mechanical Systems" project, to be completed within 365 calendar days. The scope of work involves replacing AHU-09 and AHU-15, including air handlers, electrical components, and undersized ducts in Building 1. The project also entails DDC upgrades, integration with existing BAS, and the provision of exhaust fans and control systems. The contractor is responsible for all labor, materials, supervision, installation, programming, startup, training, O&M documentation, and a one-year warranty. Key deliverables include inspection and testing documents, manuals, and warranty information. The contractor must perform field verification, provide a qualified manufacturer's representative, conduct operating tests with the COR, and provide commissioning documentation and demonstrations to VA personnel. The COR will monitor performance and evaluate all work.
    This Statement of Work outlines the requirements for project 668-22-105, "Upgrade AHU-9 and AHU-15 Mechanical Systems," at the Mann-Grandstaff VA Medical Center in Spokane, WA. The project requires a contractor to provide all labor, materials, and equipment to replace existing AHU-9 and AHU-15 units, electrical components, undersized ducts, and exhaust fans in Building 1 (Main Hospital). The scope includes DDC upgrades, integration with the existing BAS, demolition, commissioning, startup, training, and a one-year warranty. The total project duration is 365 calendar days. The contractor is responsible for field verification, providing a qualified manufacturer's representative for system placement and adjustments, and conducting operating tests with the COR. Deliverables include inspection, testing documents, manuals, and warranty documents. The COR will monitor performance, and final acceptance requires a system demonstration and validation of controls and instrumentation.
    The VAAR 852.219-75 clause outlines limitations on subcontracting for VA contracts, specifically for general construction. Contractors must certify that they will not pay more than 85% of the government-paid amount to firms not listed as VIP-listed SDVOSBs or VOSBs. Materials costs are excluded. The certification acknowledges that false statements can lead to criminal, civil, or administrative penalties. Non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, and prosecution. Contractors must provide documentation to verify compliance upon request, and failure to do so may result in remedial action. Offers without the required certification will be deemed ineligible for evaluation and award.
    This document outlines comprehensive security policies and procedures for handling Federal Government Information System (FIS) data and infrastructure. It mandates adherence to security and data privacy directives, including specific guidelines for access control, information protection, and incident reporting. The document emphasizes the importance of secure data handling, including encryption for FIS data in transit and at rest, and restricts unauthorized access or use of information. Contractors are required to comply with all FIS security requirements, undergo necessary training, and report any security incidents or unauthorized disclosures promptly. The policies also address the protection of government property, the secure use of software, and the prevention of unauthorized system alterations, ensuring the integrity and confidentiality of federal information.
    The document provides instructions and a breakdown for a fixed-price schedule for construction-related services, likely for the UPGRADE AHU 09 and 15 Mechanical Systems project at Mann-Granstaff VA Medical Center. It outlines that the awardee is responsible for ensuring the accuracy of calculations for subtotals and the total contract price. The price schedule uses
    This solicitation outlines the requirements for Project 668-22-105, "Upgrade AHU-09 and 15 Mechanical Systems," at the Mann-Grandstaff VA Medical Center in Spokane, WA. This is a 100% Small Business set-aside procurement with a NAICS code of 238220 (Plumbing, Heating, and Air-Conditioning Contractors) and a size standard of $19 million. The project magnitude is between $1,000,000 and $2,000,000. Proposals are due by 10:00 AM PST on January 26, 2026, and must be emailed to Quyen.Mai@va.gov. A pre-bid site visit is scheduled for January 8, 2026, at 1:30 PM PST. The acquisition will use a best value tradeoff source selection process, evaluating technical approach, past performance, and price. Technical and past performance factors are significantly more important than price. The contractor will provide all labor, materials, and equipment for the upgrades in accordance with the statement of work, specifications, and drawings. The period of performance is 365 calendar days from the Notice to Proceed. Bidders must submit a completed SF 1442, acknowledge all amendments, provide a bid guarantee, and submit a complete technical and price proposal.
    The Department of Veterans Affairs' Mann-Grandstaff VA Medical Center in Spokane, WA, is undertaking a project (668-22-105) to upgrade the mechanical systems of Air Handling Units (AHU) 09 and 15 in Building 1. This initiative involves removing and reinstalling ceiling systems on the second and fifth floors for HVAC access, replacing flooring in AHU rooms, and abating asbestos. The project requires the AHUs to meet epidemic mode standards, including specific airflow for AHU 15 (2450 cfm, 100% outside air) and AHU 09 (13000 cfm supply air). Additionally, two new steam-to-steam humidifiers, a replacement panelboard for AHU-15, a new 400A motor control center, and penthouse lighting are included. Deductive alternates allow for retaining existing VAV boxes for AHU-15 and AHU-09 with specific exceptions. The project emphasizes strict safety, security, and environmental controls, including detailed badging procedures, utility management, and adherence to VA master specifications for various divisions like general requirements, existing conditions, metals, thermal and moisture protection, openings, finishes, special construction, fire suppression, plumbing, HVAC, and electrical. A comprehensive warranty management plan is also required to ensure long-term equipment performance and compliance.
    The Department of Veterans Affairs' Mann-Grandstaff VA Medical Center in Spokane, WA, is undertaking project 668-22-105 to upgrade the mechanical systems of Air Handling Unit(s) 09 and 15 in Building 1. The project involves extensive demolition and reinstallation of ceiling systems on the second and fifth floors to access HVAC equipment. Key aspects include replacing floors in AHU rooms, abating known asbestos, and upgrading AHUs to meet epidemic mode requirements. AHU 15 will supply 2450 cfm of 100% outside air, and AHU 09 will provide 13000 cfm supply air. Two new steam-to-steam humidifiers will be installed, along with the replacement of Panelboard 5EQ1 (serving AHU-15) and the 400A motor control center MCC1, with existing circuits reconnected. Lighting will also be added to the penthouse. The project includes deductive alternates, allowing existing AHU-15 and AHU-09 VAV boxes to remain, except for specific units on the 5th and 2nd floors, respectively, with testing and balancing still required. The contractor is responsible for comprehensive security, safety, and site management, including adhering to strict utility interruption protocols and maintaining as-built drawings and a warranty management plan.
    The project, "UPGRADE AHU-09 AND AHU-15 MECHANICAL SYSTEMS BUILDING 1," at the Mann Grandstaff VA Medical Center in Spokane, WA, involves upgrading Air Handler Units 9 and 15 in Building 1. This includes asbestos abatement and comprehensive architectural, structural, mechanical, plumbing, and electrical work. The project is phased, with Phase 1 replacing AHU-09 and upgrading the second floor, and Phase 2 replacing AHU-15 and upgrading the fifth floor. Both phases require temporary AHU installations, careful demolition, and new equipment installation, with strict timelines for AHU replacement and VAV box replacements in critical areas. The contractor must adhere to stringent infection control measures, safety regulations (OSHA, NFPA), and VA directives. Coordination with VA staff is essential for utility shutdowns, site access, and minimizing disruptions in the active healthcare facility, with after-hours work expected in patient care areas. Bid deductive alternates are included for VAV boxes for both AHU-15 and AHU-09.
    The Mann Grandstaff VA Medical Center in Spokane, WA, is undertaking a project to upgrade Air Handling Units 09 and 15 in Building 1, which involves the abatement of existing asbestos. This comprehensive project includes architectural, structural, mechanical, plumbing, and electrical work. The work is divided into two phases: Phase 1 focuses on replacing AHU-09 and related upgrades on the second floor, while Phase 2 addresses AHU-15 and upgrades on the fifth floor. Both phases require temporary AHU installations, careful demolition, and new equipment installation, with strict timelines for completion. General notes emphasize adherence to VA directives, national codes (IBC, NFPA, ASHRAE, OSHA), and local regulations, with the most stringent applying in cases of conflict. The project requires extensive coordination among trades, meticulous scheduling to minimize disruption to hospital operations and patient care, and detailed documentation from the contractor, including coordination drawings and as-built records. Special attention is given to infection control measures, safety protocols, and the need for third-shift labor in patient care areas.
    MES Group Inc. submitted a Commissioning Plan to the U.S. Department of Veterans Affairs for the Project 668-22-105, focused on upgrading AHU(s) 09 & 15 Mechanical System Building 1 at the Mann-Grandstaff VA Medical Center in Spokane, WA. The plan outlines a comprehensive commissioning process, including design, construction, and acceptance phases, to ensure systems are installed correctly, function properly, and facility staff are adequately trained. Key goals include optimizing system operations, verifying performance through checklists and tests, providing documentation and training, integrating testing into the construction schedule, and resolving issues efficiently. The scope covers HVAC, chilled water, hot water, humidity control, direct digital control, and normal power distribution systems. The document also details the commissioning team's roles and responsibilities, communication protocols, and deliverables for each project phase, emphasizing collaboration while respecting contractual limitations. Hazardous material surveys for asbestos, lead, PCBs, and mold are also part of the project prior to construction.
    MES Group Inc. submitted a Commissioning Plan for the U.S. Department of Veterans Affairs' Project 668-22-105 to upgrade Air Handler Units 09 and 15 Mechanical System in Building 1 at the Mann-Grandstaff VA Medical Center in Spokane, WA. The plan details the commissioning process, team roles, and responsibilities across design, construction, and acceptance phases. Key goals include meeting VA project requirements, optimizing system operations, verifying performance, providing documentation and training for Facilities Management Department staff, integrating testing schedules, and ensuring clear communication and early issue resolution. The scope covers HVAC systems, including air handling, steam/heating hot water, chilled water, humidity control, and direct digital control systems, along with normal power distribution. The document also outlines communication and document distribution protocols, emphasizing the Commissioning Agent's role in facilitating communication while respecting contractual limitations.
    The Pre-Construction Risk Assessment for Project Number 668-22-105, "Upgrade Mechanical Systems AHU 9&15," details potential risks and mitigation strategies for construction starting December 31, 2025, lasting one year, in Building 1. Key risks identified include temporary egress route changes, hot work requiring permits, and potential impacts on emergency access due to crane placement. Physical security concerns involve temporary road closures for crane operation near the ambulance entrance. Utility shutdowns for HVAC hook-ups will be coordinated after hours/weekends. The project will disturb asbestos-containing material (ACM) flooring in the A524 Mechanical Room, necessitating abatement by a qualified team before construction. An Infection Control Risk Assessment (ICRA) has been completed. Patient safety considerations include potential impacts on patient flow due to crane placement near the main entry, requiring a Crane Lift Plan, and a potential reduction of available beds. Overall, the assessment outlines necessary safety protocols, permits, and mitigation plans to address various construction-related risks.
    The Pre-Construction Risk Assessment for Project Number 668-22-105, "Upgrade Mechanical Systems AHU 9&15," details potential risks and mitigation strategies for a project scheduled to start on December 31, 2025, lasting one year in Building 1, Floor 2 Imaging, Floor 3 Mech Penthouse, and Floor 5 ICU. Key safety concerns include potential impacts on Fire Department access due to crane placement (requiring re-evaluation), the necessity of hot work permits, and temporary road closures near the ambulance entrance for crane operation. Utility shutdowns for HVAC are planned after hours or on weekends. A HAZMAT survey identified asbestos-containing material (ACM) flooring in the A524 Mechanical Room, requiring abatement by a qualified team before construction. An Infection Control Risk Assessment (ICRA) has been completed. Patient safety considerations include potential disruptions to main entry patient flow due to crane placement and construction fencing, necessitating a Crane Lift Plan, and potential bed reductions. The assessment highlights crucial safety, security, and environmental protocols to ensure project compliance and minimize risks.
    The VHA Infection Control Risk Assessment (ICRA) template, VHA-ICRA-2023-1.0, provides guidelines for evaluating and mitigating infection risks during construction, renovation, and maintenance activities within VHA facilities. It outlines a four-step process: categorizing activity types (Table 1), identifying affected areas (Table 2), determining overall patient risk (Table 3), and establishing the required level of infection prevention and control precautions (Table 4). Based on these determinations, specific control measures are mandated for implementation during the activity (Table 5) and upon completion (Table 6). The document emphasizes that the template focuses solely on infection prevention and must be used in conjunction with the Pre-Construction Risk Assessment (PCRA) for other safety concerns. A fillable permit form is included for posting at activity sites, particularly for Level III and Level IV precautions, which require an infection prevention and control permit. The permit example details a large-scale project (Category D) with highest patient risk, necessitating Level IV precautions, and specifies the required control measures.
    The VHA Infection Control Risk Assessment (ICRA) template, VHA-ICRA-2023-1.0, provides a standardized approach for evaluating infection risks during construction, renovation, and maintenance activities within VHA facilities. It outlines minimum requirements for categorizing activity types (A, B, C, D) and patient risk levels (Low, Medium, High, Highest) to determine appropriate infection prevention and control precautions (Levels I, II, III, IV). The document details specific control measures for each precaution level, including dust control, HVAC system protection, waste containment, barrier construction, negative pressurization, and anteroom requirements for higher-risk activities. A permit form is included for Level III and IV activities. The template emphasizes the need to use it in conjunction with a Pre-Construction Risk Assessment (PCRA) for other safety concerns. The provided permit example details a large-scale renovation (Category D) in a highest-risk patient area, requiring Level IV precautions, highlighting the comprehensive measures needed for such projects.
    This document, WA20250114, is a general wage determination for building construction projects in Spokane County, Washington, excluding single-family homes and apartments up to four stories. It lists prevailing wage rates and fringe benefits for various construction trades, with effective dates for each classification. The document also includes important notes regarding Executive Order (EO) 13706, which mandates paid sick leave for federal contractors, and EO 13658, which sets a minimum wage for certain federal contracts. It outlines the process for adding unlisted job classifications and details the identifiers used for union, union average, survey, and state-adopted wage rates. Finally, it provides a comprehensive guide to the wage determination appeals process, including contact information for initial decisions and subsequent reviews by the Wage and Hour Administrator and the Administrative Review Board.
    The Past Performance Questionnaire (PPQ) is a critical document used by the Veterans Health Administration (VHA) Regional Procurement Office-West (RPOW) Network Contracting Office 20 (NCO 20) to evaluate offerors for the 668-22-105 Upgrade AHU 9 and 15 Mechanical Systems project in Spokane, WA. This form is divided into two sections: Section 1, completed by the contractor, details company and contract information, including project scope and relevance. Section 2, completed by the client evaluator, assesses the contractor's past performance across several key areas: quality, schedule/timeliness, communication, management/personnel, cost/financial management, and subcontract management. Evaluators provide adjectival ratings (Outstanding, Above Average, Satisfactory, Unsatisfactory, Not Applicable) with definitions to ensure consistent evaluation. The PPQ aims to gather comprehensive feedback on an offeror's ability to perform the work described in the solicitation, with the offeror responsible for collecting and submitting completed forms as part of their proposal.
    Specialty Environmental Group conducted a limited asbestos and lead-based paint survey at the VA Medical Center, 4815 N Assembly St. AHU 9 & 15, Spokane, WA. The April 2024 survey, required by EPA and OSHA for renovation, identified regulated asbestos-containing materials (mastic with 5% Chrysotile asbestos) in Room A524 flooring, necessitating removal. Other tested materials, including various sealants, wall systems, and insulation, did not detect asbestos above 1%. Lead-based paint testing showed no lead detected. The report outlines sampling protocols, communication procedures for survey findings, and regulatory requirements for materials containing less than or equal to one percent asbestos, emphasizing OSHA/DOSH standards even for low concentrations. The laboratory analysis was performed by NVLAP-accredited Aerobiology Laboratory Associates.
    The Mann-Grandstaff VA Medical Center in Spokane, WA requires construction services to upgrade the mechanical systems of air handling units AHU-9 and AHU-15 in the Main Hospital. The contract, titled "668-22-105," entails a comprehensive replacement of air handlers, electrical components, and duct systems, aimed at improving existing infrastructure. The project spans 365 calendar days and mandates thorough coordination with the existing Building Automation System (BAS). Key responsibilities of the contractor include providing labor, materials, and equipment for installation, programming, and a one-year warranty of the completed work. The contractor must perform a field verification, ensuring all materials are appropriate, and deliver comprehensive documentation for operation and maintenance. Inspections, testing, and final demonstrations are to be executed, with all performance monitored by the Contracting Officer’s Representative (COR). Importantly, the contractor alone will be responsible for all equipment and supplies, as no Government-Furnished Equipment will be provided. This project highlights the VA's commitment to modernizing healthcare facilities in line with high operational standards and patient care improvements.
    The Department of Veterans Affairs is undertaking a significant project to upgrade the mechanical systems, specifically Air Handling Units (AHUs) 09 and 15, at the Mann-Grandstaff VA Medical Center in Spokane, WA. The contract outlines the responsibilities of the contractor, including the removal of existing ceilings and floors to access HVAC equipment, replacement of damaged components, and installation of new steam-to-steam humidifiers. All work is to comply with VA security and safety protocols, including adherence to existing structures and service operations. Additional specifications include managing potential asbestos abatement, precise scheduling to minimize disruption, and conducting thorough testing and balancing of HVAC systems. The contractor must submit detailed project documentation, including safety and quality control measures, and maintain regular communication with the Contracting Officer for site coordination. This upgrade, part of a broader initiative to enhance healthcare facilities, reflects the VA's commitment to providing efficient and safe environments for veterans while ensuring compliance with various regulations and standards. The successful execution of this project hinges on meticulous planning and adherence to comprehensive safety protocols throughout the construction phase.
    The U.S. Department of Veterans Affairs is initiating a project at the Mann Grandstaff VA Medical Center in Spokane, WA, focusing on upgrading the air handling units (AHUs) 9 and 15 within its existing eight-story building. The scope includes not only mechanical system upgrades but also addressing the abatement of existing asbestos in the project area. The undertaking will involve architectural, structural, mechanical, plumbing, and electrical work closely coordinated to maintain operations within the healthcare facility during renovations. Infection control measures will be strictly enforced throughout the construction process to prevent contamination, and compliance with various national safety and building codes is required. Specific phasing plans will outline how and when work is conducted, with provisions for temporary units to ensure minimal disruption to patient care services. Overall, this project aims to modernize critical HVAC systems while ensuring compliance with health and safety standards, reflecting the VA's commitment to maintaining functional and safe healthcare environments.
    The U.S. Department of Veterans Affairs is undertaking a project to upgrade air handling units (AHUs) 09 and 15 in Building 1 at the Mann-Grandstaff VA Medical Center in Spokane, Washington. The commissioning plan outlines a structured process to ensure that the HVAC systems, including chilled and hot water pumps, are installed and function according to specifications. It includes thorough documentation, team roles, communication protocols, and phases of commissioning from design through construction and acceptance. The project aims to maximize system reliability, optimize operations, and ensure proper staff training and documentation. A dedicated commissioning team, led by MES Group Inc., will oversee tasks that include reviewing design documents, preparing commissioning specifications, conducting equipment startup procedures, and performing functional tests. The plan emphasizes collaboration among various stakeholders while adhering to regulatory requirements for hazardous materials, ensuring a safe environment throughout the upgrade process. Overall, this commissioning process demonstrates the VA’s commitment to providing high-quality facilities that effectively serve the needs of veterans while ensuring safety and compliance with governmental regulations.
    The document outlines a Pre-Construction Risk Assessment for the upgrade of mechanical systems in a healthcare facility, scheduled to begin on December 31, 2025. It emphasizes the active involvement of safety officers in project planning to mitigate safety and compliance risks across several areas, including fire and life safety, physical security, environmental impacts, and patient safety. Key points include requirements for uninterrupted fire safety systems, managing traffic disruptions due to crane use, and ensuring minimal downtime for critical utilities. Specific interventions, such as ACM abatement and Infection Control Risk Assessments (ICRA), must be conducted prior to construction to address hazards. The assessment underscores the need for contractor compliance with safety protocols and contract clauses that enforce identified risks, all vital for maintaining safety standards and operational integrity during construction activities, targeting efficient work completion while safeguarding patient access and flow.
    The VHA Infection Control Risk Assessment (ICRA) for Construction, Renovation, and Maintenance serves as a guideline for assessing infection control risks associated with various facility activities. It outlines a four-step process for categorizing construction activities (A, B, C, D), identifying affected areas, determining patient risk categories, and establishing necessary infection prevention precautions. Each activity category has specific criteria, ranging from minor inspections (Category A) to large-scale construction projects (Category D) affecting patient care. The document emphasizes the necessity of integrating ICRA with pre-construction assessments to address additional safety concerns. Different levels of infection control precautions (I, II, III, IV) are required based on the combination of patient risk and the nature of the construction work. Detailed measures for each precaution level include controlling airborne dust, establishing containment barriers, managing HVAC systems, and ensuring thorough cleaning upon project completion. The ICRA template is crucial for ensuring compliance with health standards during construction activities in healthcare settings, minimizing infection risks to patients and staff. The structured approach ensures that infection prevention is adequately prioritized throughout facility upgrades and maintenance projects, underscoring the VHA’s commitment to safety and health regulation adherence.
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor for the "Replace Boilers and Upgrade Controls" project at the West Roxbury VA Medical Center in Massachusetts. The project involves comprehensive construction activities, including the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated contract value between $50 million and $100 million. This initiative is critical for modernizing the facility's heating infrastructure and control systems, ensuring compliance with safety standards and operational efficiency. Proposals are due by 4:00 PM ET on February 27, 2026, and interested parties should contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386 for further details.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    C1DA--626-26-102 - A-E Upgrade Mechanical Room Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 9, is seeking qualified architectural and engineering firms to provide services for the project titled "Upgrade Mechanical Room Systems 1" at the Nashville Campus of the Tennessee Valley Healthcare System. The project involves the design and replacement of four air handling unit systems and associated components, ensuring compliance with HVAC Design Guidelines while maintaining the operational integrity of the medical center. This opportunity is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction budget between $5 million and $10 million. Interested firms must submit their SF330 qualifications electronically to Charles Gwynn at Charles.Gwynn@va.gov by January 30, 2026, at 1 PM CT, and must be verified by the Department of Veterans Affairs Center for Veterans Enterprise and registered in the System for Award Management (SAM).
    Z1DA--NRM-CONST 526-23-133 Improve OR and SPD HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a construction project titled "Improve OR and SPD HVAC" at the James J. Peters VA Medical Center in Bronx, New York. The project aims to upgrade the HVAC systems for the Operating Room (OR) and Sterile Processing Department (SPD), requiring comprehensive construction services that include site preparation, demolition, and installation of new rooftop chilled water systems, while adhering to strict VA standards for infection control and life safety. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $5,000,000 and $10,000,000, with a completion timeline of 360 calendar days from the Notice to Proceed. Interested bidders must be registered in www.sam.gov and certified as SDVOSB, with the solicitation expected to be released around January 5, 2026; for further inquiries, contact Contracting Officer Akkil Kurian at Akkil.Kurian@va.gov or 718-526-1000.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.