H241--HVAC Inspection & Balancing Services CI
ID: 36C26325Q0765Type: Combined Synopsis/Solicitation
AwardedAug 14, 2025
$49.4K$49,420
AwardeeHealing Hands Healing Hearts L.L.C. Loganville GA 30052 USA
Award #:36C26325P0962
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
    Similar Opportunities
    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.
    J041--Ventilation System Verification Testing and Balancing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide ventilation system verification testing and balancing services for the San Francisco VA Health Care System and Mission Bay facilities. The procurement includes a base year and four option years, with services required to ensure compliance with ventilation standards across over 231 rooms, including critical areas such as operating and isolation rooms, while minimizing disruption to patient services. This contract is particularly important for maintaining air quality and safety in healthcare environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must register in the System for Award Management (SAM) and submit their quotes in accordance with the solicitation requirements by the specified deadlines, with further inquiries directed to Contracting Officer Emily Trinh at Emily.Trinh@va.gov.
    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.
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    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.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    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.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Z1DA-- 630A4-26-500 Replace ER AHU Brooklyn Campus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus, under Project No. 630A4-26-500. This federal contract requires contractors to provide all necessary labor, materials, and supervision to replace and refurbish HVAC equipment, including the packaged AHU, exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes, while ensuring minimal disruption to the medical center's operations. The project is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and has a performance period of 240 calendar days from the Notice to Proceed. Interested bidders must register in SAM, verify their SDVOSB status, and submit bids by January 19, 2026, with a mandatory pre-bid site visit scheduled for December 20, 2025. For further inquiries, contact Gail E. Hill at gail.hill@va.gov.
    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.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.