H241--HVAC Inspection & Balancing Services CI
ID: 36C26325Q0765Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

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

PSC

EQUIPMENT AND MATERIALS TESTING- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (H241)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is soliciting bids for HVAC Inspection and Balancing Services at the Central Iowa VA Healthcare System, specifically under solicitation number 36C26325Q0765. The primary objective of this procurement is to ensure that the HVAC systems within the facility are thoroughly inspected, tested, and balanced to meet stringent air quality and temperature standards, thereby supporting optimal patient care and compliance with health regulations. This contract, valued at approximately $19 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to promoting equity in government contracting. Interested parties must submit their proposals by May 22, 2025, at 4:00 PM Central Time, and can direct inquiries to Contracting Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov or by phone at 319-688-3631.

    Point(s) of Contact
    Jennifer Watkins-SchoenigContracting Specialist
    (319) 688-3631
    jennifer.watkins-schoenig@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking bids for HVAC Inspection and Balancing Services specifically for the Central Iowa VA Healthcare System. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is identified under solicitation number 36C26325Q0765. Interested parties must submit their proposals by May 22, 2025, at 4:00 PM Central Time, with responses archived for 60 days thereafter. The contract falls under Product Service Code H241 and NAICS Code 238220. Additional pertinent documents include drawings, layout information, wage determinations, and specific guidelines for testing and balancing HVAC systems. This solicitation underscores the VA's commitment to maintaining quality service and infrastructure support for veterans, ensuring that the HVAC systems are properly inspected and balanced for optimal efficiency and compliance with regulations.
    This document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs (VA) for Heating, Ventilation, and Air Conditioning (HVAC) Inspection and Balancing Services at the Central Iowa VA Medical Center. The contract, valued at approximately $19 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The main services required include inspecting, testing, and balancing the HVAC systems across the 3B area of the facility, necessitating compliance with specific standards for air changes, pressure, temperature, and humidity. The contractor will be responsible for providing all necessary labor, materials, equipment, and management, detailing improvements and deficiencies in reports to the VA's Contracting Officer Representative (COR). Additionally, clean working conditions and adherence to infection control measures are required. The contract includes various clauses from the Federal Acquisition Regulation (FAR) and Veteran Affairs Acquisition Regulation (VAAR) ensuring proper invoicing, payments, and compliance by the contractors. This RFP is structured to encourage participation from small businesses, promoting equity while fulfilling the VA's operational requirements and ensuring safety standards within healthcare settings. The importance of timely completion and minimal disruption to patient care is emphasized throughout the outlined services and procedures.
    The document outlines an amendment to a solicitation related to HVAC inspection and balancing services at the Des Moines VA facility. It extends the submission deadline for proposals and addresses contractor inquiries regarding the statement of work. The main scope includes inspecting and balancing the HVAC system in the facility’s 3B area, ensuring compliance with specific air quality and temperature standards crucial for patient care. The contractor must perform a thorough examination of HVAC components, provide a TAB (Testing, Adjusting, Balancing) report with measurements of air changes and other parameters, and execute necessary repairs. Key responsibilities include maintaining cleanliness, ensuring compliance with hazardous waste regulations, and coordinating work hours to minimize disruptions to patient care. The document also lists essential specifications and requirements for contractor qualifications, such as certification in relevant HVAC balancing organizations. The initiative demonstrates the VA's commitment to maintaining a safe environment for patients while adhering to federal requirements.
    The document outlines requirements for the Drawing and Layout for the 3B project, focusing on the development of detailed architectural plans. The primary objective is to create precise drawings that facilitate construction and ensure compliance with federal, state, and local regulations. Key elements include site layout, structural specifications, and utility coordination, aimed at streamlining the construction process. Additionally, the plans must encompass various design aspects such as accessibility, safety features, and environmental considerations. The document stresses collaboration among multiple stakeholders, including engineers, architects, and contractors, to ensure that all components align with the project's goals. By providing clear instructions and technical requirements, the document serves as a crucial guide for applicants responding to government RFPs, supporting effective project execution and adherence to standards.
    This document outlines the specifications for Testing, Adjusting, and Balancing (TAB) of HVAC systems within federal projects. It details the essential procedures, including planning, design reviews, inspections, and leak testing, ensuring systems are optimized for performance according to design targets. Key organizations such as AABC, NEBB, and TABB provide standards referenced in the execution of TAB work, emphasizing the necessity for certified expertise. Notably, it requires the submission of comprehensive reports to the Contracting Officer Representative (COR) for each phase, detailing design deficiencies, system readiness, and interim results. Furthermore, quality assurance is paramount, with qualifications stipulated for TAB agencies and specialists, highlighting the importance of maintaining certification throughout the project. The document concludes with requirements for vibration and sound testing, ensuring compliance with established noise levels. This specification emphasizes thorough planning and execution processes to enhance HVAC efficiency and regulatory compliance, constituting a critical component in government contracts for facility operations and maintenance.
    The document outlines the specifications for Testing, Adjusting, and Balancing (TAB) of HVAC systems, vital for ensuring these systems operate effectively and meet design performance criteria. It details the procedures required, including planning, system inspections, air distribution balancing, and reporting methods. Key publications from authoritative bodies like ASHRAE and NEBB are referenced to guide execution and quality assurance. The text mandates submissions from the TAB agency, such as inspection reports and test results, within specified timelines post-notice to proceed. Qualified TAB agencies and specialists must possess certification from recognized organizations, ensuring adherence to high standards throughout the project duration. The TAB process includes specific examinations of ductwork, air handling units, and pressure adjustments for critical spaces, identifying requirements for effective operation. Overall, this document serves as a guideline for ensuring HVAC systems are tested, balanced, and adjusted according to established standards, ensuring optimal performance and compliance with government regulations. The significance of effective TAB processes is underpinned as essential for maintaining indoor environmental quality and system efficiency in federal and state-funded projects.
    The document outlines the wage determinations under the Service Contract Act (SCA) for federal contracts pertaining to various occupations in specific Iowa counties. It specifies minimum wage requirements mandated by Executive Orders 14026 and 13658 depending on contract dates, requiring contractors to pay at least $17.75 or $13.30 per hour, respectively, for covered workers. The document details a comprehensive list of occupational titles, corresponding wage rates, and fringe benefits, including health and welfare benefits, paid vacation, and holidays. Additionally, it introduces provisions regarding overtime, paid sick leave, uniform allowances, and the conformance process for unlisted job classifications. The overarching goal is to ensure fair compensation and worker protections in federally funded contracts, highlighting the responsibilities of contractors under the federal labor laws regarding wage compliance and employee benefits. This information is essential for contractors submitting bids or maintaining contracts to ensure adherence to federal labor standards while pursuing government contracts and grants.
    The document outlines the plans for the Upgrade and Addition of Negative Air Rooms at the Des Moines VA Medical Center, focusing on enhancing infection control through independent negative pressure systems in isolation rooms 3616 and 3617. The proposed work involves modifications primarily above the ceiling and at the roof, ensuring all efforts comply with the 2018 International Building Code and other relevant codes. The project details include phases of construction, specific architectural and mechanical plans, and demolition instructions aimed at minimizing disruptions within the operational hospital environment. Key components of the construction plan emphasize maintaining infection control during operations, using effective barriers, and ensuring a safe atmosphere for patients and staff. A structured approach to construction sequencing further ensures that at least one isolation room remains operational at all times. This initiative reflects the VA's ongoing commitment to improving healthcare facilities while prioritizing patient safety and adherence to health regulations.
    The document provides a detailed breakdown of air ventilation and exhaust systems within a healthcare facility, outlining the specifications for multiple rooms, nurse stations, and utility areas. Each room is categorized by its function (patient rooms, toilets, utility areas) and the type of ventilation system (supply, return, exhaust). Additionally, it includes information about air conditioning units and terminal unit pressures, indicating airflow requirements for different spaces, including those needing negative pressure for isolation purposes. This comprehensive listing aims to support facility upgrades and ensure adherence to health and safety regulations, particularly for environments that require strict air quality control. Overall, the document serves as a technical reference for contractors involved in maintenance, renovation, or construction projects within the healthcare system, ensuring compliance with operational standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J045--Project Name: HVAC Preventative Maintenance (318); Station Location: Winston Salem, North Carolina, VARO; Project Locations: Hiram Ward Federal Building and Wells Fargo Building
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide HVAC Preventative Maintenance services for the Winston Salem Veterans Affairs Regional Office, specifically at the Hiram Ward Federal Building and Wells Fargo Building. The contract encompasses a base year and four optional renewal periods, with an estimated total value of $47 million, and requires contractors to conduct quarterly inspections, maintain nineteen HVAC systems, and ensure compliance with all applicable regulations. This procurement reflects the federal government's commitment to supporting veteran-owned businesses while ensuring high standards of maintenance in government facilities. Interested parties must submit their quotations by June 23, 2025, and direct any inquiries to Dirk Kelley at Dirk.Kelley@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.
    Z1DA--Replace AHU-05 in B406 and Add Humidification to B455 676-23-004
    Buyer not available
    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.
    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.
    J041--Request for Quote 5 Year Contract (Base plus 4 Option Years) Lieberts HVAC Maintenance Service Contract
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide a five-year maintenance service contract for Liebert HVAC systems at the Baltimore Veterans Affairs Medical Center. The contract includes a base year and four option years, requiring the contractor to perform four preventive maintenance inspections annually, maintain detailed service reports, and offer 24-hour emergency response service without additional charges during regular hours. This procurement is crucial for ensuring the operational reliability of HVAC systems, which are essential for maintaining the quality of healthcare services provided by the VA. Interested parties should contact Contracting Officer William Chris Galletta at william.galletta@va.gov or 410-637-1506, with bids due by June 18, 2025.
    J045--Project Name: HVAC Preventative Maintenance (318); Station Location: Winston Salem, North Carolina, VARO; Project Locations: Hiram Ward Federal Building and Wells Fargo Building
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for HVAC Preventative Maintenance services at the Winston Salem Veterans Affairs Regional Office (VARO) in North Carolina. The procurement involves a Firm-Fixed-Price Purchase Order to maintain nineteen existing HVAC systems across two buildings, with quarterly inspections required for both indoor and outdoor units. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), which must be verified through the Small Business Administration and registered in the System for Award Management (SAM). The Request for Quotation (RFQ) is expected to be posted on June 2, 2025, with submissions due by June 18, 2025; interested parties can contact Dirk Kelley at Dirk.Kelley@va.gov for further information.
    H945--Boiler Inspections
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for boiler inspection and maintenance services at the Salem VA Medical Center in Virginia. The contract, valued at $19 million, encompasses a base year with four optional one-year extensions, requiring the selected contractor to conduct essential inspections, testing, and calibration of the facility's central boiler plant to ensure safety, reliability, and efficiency. This procurement is critical for maintaining operational safety and compliance with stringent safety standards, reflecting the government's commitment to effective contract management and oversight. Interested vendors should direct inquiries to Contract Specialist Kristine E. Woodbury at Kristine.Woodbury@va.gov, with a site visit scheduled for June 16, 2025.
    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.
    J044--646-25-404 UD Replace B30 RTU-1 Coil & UV Light System (CON) (VA-25-00073187)
    Buyer not available
    The Department of Veterans Affairs is preparing to issue an Invitation for Bid (IFB) for construction services to replace the B30 RTU-1 Coil and UV Light System at the Pittsburgh Veterans Affairs Healthcare System. The project requires compliance with applicable codes and VA standards, with a total estimated cost between $500,000 and $1,000,000, and a performance period of 180 days from the notice to proceed. This initiative is part of the VA's commitment to infrastructure improvements and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encouraging their participation in federal contracting opportunities. Interested contractors can access solicitation documents on SAM.gov, with the anticipated release date around June 18, 2025, and a pre-bid conference scheduled for June 26, 2025, at the project site. For inquiries, contact Keneisha Coleman at Keneisha.Coleman@va.gov or by phone at 814-505-9032.
    H345--VACHS West Haven and Newington Annual Boiler Inspection
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide annual boiler inspection services at the VA Connecticut Healthcare System's West Haven and Newington medical centers. The procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a total contract value capped at $16.5 million, covering a base period from July 1, 2025, to June 30, 2026, with options for four additional years. These inspections are critical for ensuring the safety and functionality of high-pressure steam boilers and associated equipment, in compliance with VHA Directive 1810. Interested bidders must submit their quotations electronically by June 20, 2025, and are encouraged to attend pre-bid walkthroughs scheduled for June 18, 2025, at both facilities. For further inquiries, contact Shawn Lawrence at Shawn.Lawrence@va.gov or by phone at 203-932-5711.