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)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the HVAC Controls Replacement Project (VA Project No: 652-25-100) at the Richmond VA Medical Center. This project involves the removal and replacement of air handling unit dampers and controls, with a focus on enhancing the operational efficiency and safety of HVAC systems within the facility. The initiative underscores the VA's commitment to improving healthcare environments for veterans through upgraded infrastructure, with an estimated contract value between $250,000 and $500,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their bids by March 10, 2025, following a mandatory pre-bid site visit on February 13, 2025, and should 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 is an amendment to solicitation 36C24625B0011 issued by the Department of Veterans Affairs for the HVAC Controls Replacement project at the Richmond VA Medical Center. This project has been designated as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, following federal regulations. The contract is estimated to fall within the construction magnitude of $250,000 to $500,000, with a North American Industry Classification System (NAICS) code of 238220, focusing on plumbing, heating, and air conditioning. Key changes in this amendment include the transition from a Word document to a PDF format and the correction of the bid due date to March 10, 2025, as stated in the project details. Prospective bidders are advised to check SAM.gov for updates regularly. The solicitation will adhere to the sealed bidding processes outlined in federal acquisition regulations. Overall, this document outlines essential modifications and provides pertinent information for potential contractors participating in the bidding process, emphasizing compliance and adherence to specified requirements.
    The document is an amendment to Solicitation 36C24625B0011 issued by the Department of Veterans Affairs' Network Contracting Office 6. The main purpose of this amendment is to extend the deadline for bids from 3:00 PM EST to 4:00 PM EST on March 10, 2025. Additionally, it provides logistical information, including an attachment containing sign-in sheets from a site visit, reinforcing communication with potential bidders. Other terms and conditions of the solicitation remain unchanged. This amendment ensures transparency and accommodates bidders by allowing extra time to prepare their offers, reflecting the government’s commitment to fair procurement practices.
    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 outlines a Request for Proposal (RFP) for the HVAC Controls Replacement project at the Central Virginia VA Healthcare System, specifically at the Richmond VA Medical Center Campus. Scheduled for submission on February 13, 2024, at 1:30 PM EST, the solicitation is officially identified as #36C24625B0011. Interested parties are instructed to direct all inquiries to the Contract Specialist via email by the specified deadline, as verbal questions raised during the site visit will not be considered official responses. Any formal questions and their subsequent answers will be documented and shared as an amendment to the solicitation on the designated Contract Opportunities platform. This protocol underscores the importance of adhering to official communication channels during the bidding process to ensure clarity and compliance. The RFP is a critical step in modernizing and maintaining operational efficiency within the VA healthcare facilities, reflecting the government's commitment to supporting veteran services through improved infrastructure.
    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
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.
    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.
    J045--Heat Exchanger Removal & Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the removal and installation of a heat exchanger at the Richmond VA Medical Center. This contract requires comprehensive services, including labor, materials, and supervision, with an estimated award amount of $19 million. The project is critical for maintaining the facility's infrastructure and ensuring compliance with federal regulations, including the Service Contract Act, while enhancing the quality of healthcare services provided. Interested vendors should contact Contract Specialist Keicha Passley at keicha.passley@va.gov for further details regarding the solicitation and requirements.
    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 aims to enhance the heating, ventilation, and air conditioning systems to ensure compliance with safety and quality standards while minimizing disruptions to patient care operations. This initiative reflects the government's commitment to improving healthcare environments for veterans and supporting veteran-owned businesses in federal contracting. Interested contractors must submit their proposals by April 10, 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 to replace the HVAC system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days following the notice to proceed. The project is critical for enhancing healthcare services within the facility, ensuring a safe and efficient environment for patient care, particularly in the hemodialysis unit. Interested contractors must submit their proposals 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--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 heating, ventilation, and air conditioning (HVAC) systems at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project, designated as VA Project No. 657A4-21-800, aims to modernize the facility's HVAC infrastructure, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated value between $10 million and $20 million, and a performance period of 540 to 900 days following the notice to proceed. Interested parties must submit their proposals by March 13, 2025, and can direct inquiries to Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or by phone at 913-758-9912.
    4120--36C26125Q0299 PAD Cooling Tower Repair
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the repair of cooling towers at the VA Palo Alto Healthcare System, with a contract exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves critical repairs to cooling tower components, including gear box bearings, motors, support frames, and fan blades, which must be completed within a 15-day timeframe. This initiative underscores the VA's commitment to enhancing infrastructure and supporting veteran-owned businesses in the procurement process. Interested contractors should note that proposals are due by March 10, 2025, and must acknowledge receipt of amendments to the solicitation, with a total estimated project value of $45 million. For inquiries, contact Contract Specialist Alex D Arter at alex.arter@va.gov.
    C1DA--PN: 636-25-306, Upgrade Surgery Air Handlers (OM) PN: 636-25-502, AHU Replacement (GI) - Full Brooks Act 36C263-25-AP-1138
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for upgrading air handling units at the Omaha VA Medical Center and the Grand Island Community Based Outpatient Clinic. The projects involve replacing existing rooftop units and enhancing HVAC systems to meet current healthcare standards while ensuring minimal disruption to medical operations during construction. These upgrades are crucial for maintaining high air quality and compliance with VA HVAC codes, thereby supporting the overall healthcare environment for veterans. Interested firms, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their qualifications via SF 330 forms by April 7, 2025, with an estimated project budget ranging from $2 million to $5 million and a total duration of 245 calendar days from the Notice to Proceed. For further inquiries, contact Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.
    J041--Outdoor HVAC Units Repair - Tomah VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide repair services for outdoor HVAC units at the Tomah VA Medical Center in Wisconsin. The project specifically involves the replacement of primary compressors for two Daikin Heat Pump units, with additional requirements for an inverter compressor and contactor for one of the units. Maintaining efficient HVAC systems is crucial in healthcare settings to ensure a comfortable and safe environment for patients and staff. Interested small businesses must submit their proposals by March 10, 2025, at 10:00 AM Central Time, and can direct inquiries to Contracting Officer Robert Ruska at Robert.Ruska@va.gov or by phone at 414-844-4800.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL, under Project Number 556-23-104. The project requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This initiative is crucial for modernizing the facility's infrastructure while ensuring compliance with safety and health standards, particularly in a healthcare environment. Interested contractors must submit their offers by March 12, 2025, and can direct inquiries to Contracting Specialist Deontrinese Dalton at deontrinese.dalton@va.gov.