Z1DA--HVAC Controls Replacement Project 652-25-100
ID: 36C24625B0011Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors for the HVAC Controls Replacement Project (Project No: 652-25-100) at the Richmond VA Medical Center in Virginia. This project involves the removal and replacement of air handling unit dampers and controls, with a focus on upgrading HVAC systems to enhance operational efficiency and safety standards. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction magnitude between $250,000 and $500,000, with a completion timeline of 180 days from the Notice to Proceed. Interested contractors must submit their bids by March 10, 2025, and can direct inquiries to Contract Specialist Denise Morman at Denise.Morman@va.gov.

    Point(s) of Contact
    Denise MormanContract Specialist
    Denise.Morman@va.gov
    Files
    Title
    Posted
    The Central Virginia VA Health Care System (CVHCS) is initiating the HVAC Controls Replacement Project, aimed at the construction services required to replace Air Handling Unit (AHU) dampers, controls, and pneumatic systems at the Richmond VA Medical Center. The project includes various construction aspects such as general, architectural, structural, and electrical work. The project will occur at Building 500, requiring approximately 180 days for completion post Notice to Proceed. This project is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and is classified under maintenance of hospitals. The estimated cost of the construction project ranges from $250,000 to $500,000, with documentation expected to be available electronically around January 28, 2025. Contractors intending to bid must be registered in the System for Award Management (SAM) and comply with several certification requirements. The government retains the right to cancel the solicitation, and contractors must keep abreast of further information updates via SAM.GOV. This presolicitation notice serves to inform potential bidders about upcoming opportunities tied to critical infrastructure improvements within the VA healthcare system.
    The document outlines the Post-Award Small Business Program Rerepresentation clause, which mandates small business contractors to validate their size and socioeconomic status after significant changes, such as novation agreements, mergers, or approaching contract expiration. It defines key terms, including 'small business concern' and 'long-term contract.' Contractors must reclassify their status in specific scenarios, ensuring they meet the relevant small business size standards corresponding to the North American Industry Classification System (NAICS) codes applicable to their contracts. Additionally, it details requirements for contractors that did not previously represent themselves as small businesses but wish to do so post-award. The contractor is responsible for updating their information in the System for Award Management (SAM) and notifying the contracting office within stipulated timeframes. The clause is crucial for maintaining transparency and ensuring compliance with federal guidelines, fostering a fair competitive environment in government contracting aimed at supporting small businesses.
    The document outlines detailed plans for the HVAC Controls Replacement project at the Richmond Veterans Affairs Medical Center (VAMC). It emphasizes a focus on air handling units (AHUs) across various floors, specifically detailing operational protocols for the systems' initialization, control sequences, and safety measures. The document includes essential data such as project numbers, locations, and issuance dates, while also providing mechanical details necessary for construction. The document presents a structured plan for operating AHUs, including guidelines for temperature and humidity control, economizer functions, and alert systems for faults or failures. These procedures are crucial for optimizing airflow, maintaining indoor environment standards, and ensuring compliance with safety regulations. The project reflects the U.S. Department of Veterans Affairs' commitment to enhancing facility operations through the installation and upgrade of critical HVAC systems, ultimately improving the healthcare environment for veterans.
    The document outlines the specifications for the HVAC Controls Replacement Project (VA Project No: 652-25-100) at the Richmond VA Medical Center, scheduled for completion by November 15, 2024. It details the general requirements, safety protocols, and specific tasks involved in upgrading the HVAC control systems. The project involves replacing existing air handling unit damper controls, pneumatic controls, and integrating new BACnet DDC Metasys controls, ensuring compatibility with the existing systems. Contractors must adhere to strict safety and operational guidelines, report any incidents, and obtain necessary permits. Additionally, the contractor is responsible for maintaining the site’s cleanliness, minimizing disruption to hospital operations, and providing detailed documentation, including as-built drawings and warranty management plans. The specifications emphasize the project's complexity and the need for precise coordination to ensure the facility's functionality during construction.
    The document outlines the compliance requirements related to subcontracting for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) by the VA. It specifies that contractors must limit payments to non-certified firms: no more than 50% for general services, 85% for general construction, and 75% for special trade construction. Any further subcontracting by certified firms is included in these limits. The offeror acknowledges potential penalties for fraudulent certification and must agree to provide documentation to verify compliance with subcontracting limitations. The certification must be completed and returned with proposals for consideration for contract awards. Overall, the document aims to ensure that SDVOSBs/VOSBs maintain good practices in subcontracting, promoting their integrity and compliance within government procurement processes.
    The Pre-Award Contractor Experience Modification Rate (EMR) Form is essential for evaluating prospective contractors for Solicitation 36C24625B0011. It seeks detailed EMR data to ensure contractors possess the necessary organization, experience, and safety programs as mandated by FAR 9.104-1(e). Contractors must provide their company name, contact details, and relevant data from their OSHA 300 Forms regarding man hours, injury cases, and OSHA violations for the past three years. They are also required to submit copies of their 2023 OSHA Forms and a letter from their insurance carrier detailing their current EMR rate. Furthermore, the form requests the six-digit North American Industrial Classification System (NAICS) code for the acquisition and the name of the individual overseeing the company's Safety and Health Program. This document underlines the importance of contractor qualifications and safety records within the bidding process, ensuring compliance with safety regulations and promoting accountability in federal contracts.
    This document outlines a federal Request for Proposals (RFP) issued by the Department of Veterans Affairs for the HVAC Controls Replacement project at the Richmond VA Medical Center campus. The project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the removal and replacement of air handling unit (AHU) dampers and controls, requiring all bidders to provide a detailed cost breakdown, proof of safety records, and relevant certifications. Key dates include a mandatory pre-bid site visit on February 13, 2025, questions due by February 20, 2025, and bid submissions required by March 10, 2025. The project completion timeline is within 180 calendar days from the Notice to Proceed. The document emphasizes the necessity of compliance with safety regulations and environmental standards, including maintaining OSHA records. Additionally, it outlines the expected procurement process, evaluation criteria based on the lowest evaluated price, and the firm-fixed-price contract structure. The comprehensive guidelines necessitate contractors possess current registration in the System for Award Management (SAM) and adhere to small business regulations and affirmative action compliance. Overall, the RFP emphasizes government contracting protocols while supporting veteran-owned enterprises.
    The document appears to contain a corrupted file resulting in unreadable content, making it difficult to extract meaningful insights or a coherent summary relevant to government RFPs, federal grants, or local proposals. Consequently, the main topic and key ideas intended within the document are indiscernible. Given that the text is garbled, it lacks the structural integrity necessary for identifying specific themes or details related to government financial solicitations or specific projects. Therefore, no comprehensive summary can be organically derived from this fragmented data. A revision or a different approach to accessing the original document may be necessary to provide an accurate analysis and summary reflective of relevant government proceedings or objectives.
    Lifecycle
    Similar Opportunities
    Z1DA--NRM-CONST 528A7-18-725 REPLACE AHUs 2, 7, 11
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Units (AHUs) 2, 7, and 11 at the Syracuse VA Medical Center, with a project budget estimated between $5 million and $10 million. This construction project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to enhance the facility's HVAC systems while ensuring minimal disruption to ongoing medical operations. Interested contractors must submit their proposals electronically by February 5, 2025, following a pre-bid site visit on January 8, 2025, and must comply with various federal regulations, including the Buy American Act and subcontracting limitations. For further inquiries, potential bidders can contact Contract Specialist Sandra L. Fisher at sandra.fisher3@va.gov.
    N041--Extend Due Date | NTX HVAC Coil Replacements
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of HVAC coils at the Dallas VA Medical Center under solicitation number 36C25725Q0217. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires qualified HVAC technicians to ensure compliance with safety standards while performing the installation. The total award amount for this contract is estimated at $19 million, with work scheduled to commence on February 15, 2025, and conclude by April 30, 2025. Interested contractors should contact Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov or 254-899-6034, with proposals due by February 7, 2025, at 4 PM Central Time.
    679-22-106 Replace HVAC Various Buildings
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of HVAC systems in various buildings at the Tuscaloosa VA Medical Center in Alabama. The project, identified as 679-22-106, involves the removal, replacement, and installation of new HVAC systems for Buildings 2 and 46, with a focus on enhancing operational functionality and energy efficiency while adhering to safety and infection control measures. This initiative underscores the VA's commitment to improving healthcare environments for veterans, with an estimated project budget between $1 million and $5 million and a completion deadline of 365 days from the notice to proceed. Interested contractors must submit their proposals by February 25, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for Project 671-25-006, which involves the replacement of the HVAC system in the Hemodialysis unit at the Audie Murphy VA Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion of the work within 180 calendar days after the notice to proceed, with a project magnitude estimated between $500,000 and $1,000,000. The project is critical for enhancing healthcare infrastructure, ensuring a safe and efficient environment for patient care, and maintaining compliance with stringent health and safety regulations. Interested parties must submit their bids by March 13, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042 for further information.
    Z2DA--STX Upgrade HVAC ALMD Lab 671-22-190
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue an Invitation for Bids (IFB) for the upgrade of HVAC systems in the 1st Floor Lab of the Audie L. Murphy VA Hospital located in San Antonio, Texas. This project entails general construction services, including alterations and the removal of existing utilities, with a contract value estimated between $1 million and $2 million. The initiative is part of the VA's commitment to enhancing healthcare facilities for veterans and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation is expected to be released on SAM.gov around April 30, 2025, with bid openings anticipated for July 30, 2025. Interested bidders must ensure compliance with specific requirements, including a current VETS 4212 report and registration in SAM and SBA's VetCert platform, to have their proposals deemed responsive. For further inquiries, contact Cheryl Clark, Contract Specialist, at cheryl.clark4@va.gov.
    HVAC Test and Balance (Service Disabled Veteran Owned Business Set-Aside)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for HVAC testing, balancing, and airflow certification services at the Atlanta VA Medical Center and associated clinics, with a contract valued at $19 million. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to perform annual balancing procedures, ensure compliance with VA and Joint Commission HVAC standards, and provide on-call troubleshooting services. The contract is critical for maintaining operational efficiency and safety in healthcare environments, particularly in sensitive areas such as operating rooms and intensive care units. Interested vendors must attend mandatory site visits scheduled for January 28 and January 31, 2025, and submit their bids by February 5, 2025, at 1:00 PM EST. For further inquiries, potential bidders can contact Benford Brundage at Benford.Brundage@va.gov.
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    Z2DA--657-21-114JC - Correct HVAC Systems for VHA Directive 1116.2, JC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide construction services for the repair and replacement of HVAC systems at the John Cochran VA Medical Center in St. Louis, Missouri. The project aims to ensure compliance with VHA Directive 1116.2 by addressing various HVAC components within Sterile Processing System storage rooms, which includes the removal of existing systems, installation of new components, and maintenance of air quality during the work. This initiative is critical for maintaining the facility's operational standards and ensuring patient safety. Interested contractors must submit their capability statements and demonstrate relevant past performance by February 6, 2025, with an expected contract value between $1,000,000 and $5,000,000 and a performance period of 550 days. For further inquiries, contact Abby Monroe at Abby.Monroe2@va.gov or call 913-758-9916.
    Z1DZ--Project #502-17-102 Replace Roof & HVAC Building 9 (Con)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the roof and HVAC system at Building 9 of the Alexandria VA Health Care System in Pineville, Louisiana, under Project No. 502-17-102. This project, set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), involves significant renovations including mold remediation, structural modifications, and upgrades to electrical and plumbing systems, with an estimated budget between $5 million and $10 million. The initiative is crucial for enhancing the facility's operational efficiency and safety, ensuring compliance with federal standards while providing improved care for veterans. Interested contractors must submit their proposals by January 24, 2025, and are encouraged to attend a mandatory site visit to better prepare their submissions; inquiries can be directed to Contract Specialist Jennings Herbst at Jennings.Herbst@va.gov.
    Z2DA--657A4-21-800, TF - FCA - Remove and Replace End-of-Life HVAC Infrastructure Building 1
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the removal and replacement of end-of-life HVAC infrastructure at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project involves general construction services, including alterations and hazardous material removal, with a contract duration of 900 calendar days and an estimated project cost between $10 million and $20 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises in federal contracting. Interested vendors must submit their responses by March 13, 2025, at 2:00 PM Central Time, and can direct inquiries to Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or by phone at 913-758-9912.