Amendment 0001 to Solicitation 36C24625B0029, issued by the Department of Veterans Affairs, outlines the project to replace Building 16 HVAC at the Veterans Affairs Medical Center in Salem, Virginia. The amendment extends the site visit to December 11, 2025, and sets the bid opening for January 6, 2026. This invitation for bids (IFB) follows sealed bidding procedures, with electronic bids due by January 5, 2026. The project, valued between $500,000 and $1,000,000, falls under NAICS 236220. Key requirements include SAM registration, compliance with various federal regulations (EPLS, VETS-4212, E-Verify), mandatory OSHA safety training, VA Privacy Training, and annual influenza shots for all staff. RFIs are due by December 9, 2025.
Amendment 0001 for Solicitation 36C24626B0005, Project Number 658-19-104, aims to clarify a previously incorrect amendment. The Department of Veterans Affairs, Network Contracting Office 6, is administering this modification for the "Upgrade HVAC system Phase II" project. All critical dates remain unchanged: the Pre-Bid Conference/Site Visit is on Thursday, December 11, 2025, at 9:30 AM EST in front of Building 74. The cut-off for RFI questions is Thursday, December 18, 2025, at 2:00 PM EST, with questions to be emailed to bryant.guerrant@va.gov. The Bid Due Date is Wednesday, January 7, 2026, at 10:00 AM EST, followed by a Bid Opening on MS Teams at 1:00 PM EST. Electronic bids must be submitted by Tuesday, January 6, 2026, before 5:00 PM EST. This amendment ensures all offerors have accurate information for the bidding process.
The Department of Veterans Affairs (VA) Network Contracting Office 6 is issuing Solicitation Number 36C24626B0005 for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract, valued between $5,000,000 and $10,000,000, requires the contractor to provide all labor, material, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143. Key dates include a mandatory pre-bid conference on December 11, 2025, RFI questions due by December 18, 2025, and bids due by January 7, 2026, at 10:00 AM EST, with electronic bids required by January 6, 2026, at 5:00 PM EST. A bid guarantee of 20% of the bid price or $3 million (whichever is less) is required, along with performance and payment bonds post-award. The project has a 365-calendar-day performance period and is subject to various federal regulations, including SAM registration, Buy American Act, and specific security and safety training requirements.
The Department of Veterans Affairs in Salem, Virginia, has issued a presolicitation notice for Phase II of the HVAC System Upgrade project (Project Number: 658-19-104). This project requires a contractor to provide all labor, materials, and supervision for site preparation, demolition, removal of existing structures, and installation of a new HVAC system in Building 143, 2nd Floor, at the Salem VA Medical Center. The construction magnitude is estimated between $5,000,000 and $10,000,000. This solicitation is anticipated to be a Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside, with a NAICS code of 238220 (Plumbing, Heating and Air-Conditioning Contractor). Solicitation materials are expected to be available around December 2, 2025, with bids due approximately 30 days later. Interested vendors must be registered and active in the System for Award Management (SAM) and Veteran Small Business Certification (VetCert) databases.
The "Salem VAMC, Building 143 – Replace HVAC, Phase II" project, led by Freedom Engineering for the Department of Veterans Affairs, outlines comprehensive requirements for replacing HVAC systems. The project emphasizes stringent safety, security, and quality control measures, including detailed construction schedules, waste management, and sustainable practices. Key aspects include extensive security protocols for personnel, vehicles, and sensitive documents, along with strict procedures for utility interruptions and alterations. The contractor is responsible for a thorough pre-construction survey, protection of existing infrastructure, and proper disposal of materials, including PCBs. A robust warranty management plan and a detailed testing and commissioning plan are required to ensure the longevity and functionality of the new systems. The project also mandates compliance with VA TRIRIGA CPMS for project management and coordination.
The document outlines the electrical demolition and new work plans for a HVAC replacement project at a Department of Veterans Affairs facility in Roanoke, VA. The project, titled "DEPARTMENT OF VETERANS AFFAIRS - REPLACE HVAC PHASE II," involves multiple wings (H, J, J1) of Building 143. Key aspects include the removal of existing AHUs, fan coil units, humidifiers, exhaust fans, and associated electrical infrastructure, with some circuits and equipment salvaged for reuse or relocation. New work entails providing power connections for new AHUs, exhaust fans, steam-to-steam heat exchangers, Siemens DDC panels, and replacing panelboards. The project emphasizes adherence to all applicable laws, ordinances, and regulations, including those from local, state, NFPA, and public utilities. Contractors are required to visit the site, coordinate with all trades, and provide temporary services to minimize disruptions. The work is phased, with specific panelboard installations planned for Phase 1 and Phase 3. The document also includes a list of electrical symbols, abbreviations, and general notes outlining contractor responsibilities, safety protocols, and equipment standards.
This government file outlines the scope of work for modifying an existing sprinkler system to support mechanical equipment upgrades. The project involves demolishing select sprinklers, installing new ones to meet NFPA 13 criteria, and re-routing existing sprinkler branch lines for new ductwork. The contractor is responsible for all shop documentation, permits, and hydraulic calculations, incorporating a minimum 10% safety factor. The work adheres to VA, NFPA, and International Building Codes. Key requirements include using UL or NRTL-listed components, specific piping materials and fitting types, seismic protection, and detailed installation procedures. The contractor must submit shop drawings, hydraulic calculations, and product data for approval, maintain accurate red-line drawings, and prepare as-built drawings. Strict protocols for sprinkler system shutdowns and notifications are in place, emphasizing safety and compliance throughout the project.