Z1DA--692-23-104 Retrofit HVAC in Four Buildings
ID: 36C26024R0101Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to retrofit HVAC systems in four buildings at the Southern Oregon Rehabilitation Center and Clinics in White City, Oregon. The project involves the removal and installation of HVAC units, hydronic pumps, and associated piping, with a focus on safety, compliance with VA standards, and minimal disruption to ongoing operations. This initiative is crucial for enhancing energy efficiency and indoor air quality within the facilities, reflecting the VA's commitment to improving healthcare delivery for veterans. Proposals are due by August 21, 2024, with a site visit scheduled for August 6, 2024, and the estimated project cost ranges between $500,000 and $1,000,000. Interested parties should contact Contract Officer Helen Woods at Helen.Woods@va.gov for further information.

    Point(s) of Contact
    Helen WoodsContract Officer
    (253) 888-4915
    helen.woods@va.gov
    Files
    Title
    Posted
    The solicitation number 36C26024R0101 seeks offers for a construction project to retrofit HVAC systems in four buildings located at the Veterans Affairs’ Southern Oregon Rehabilitation Center and Clinics in White City, Oregon. Issued on July 22, 2024, the project is set aside for small businesses with an estimated cost between $500,000 and $1,000,000. Proposals are due by August 21, 2024, and a site visit is scheduled for August 6, 2024. Key evaluation factors include technical capability and past performance, which will carry more weight than price. Offerors must demonstrate relevant experience in similar projects and may submit a maximum of five relevant past performance references. The government reserves the right to reject proposals that do not meet requirements or to make no award if no acceptable proposals are found. The RFP outlines specific submission requirements, including technical and cost proposals in designated volumes. Amendments to the solicitation may alter terms and must be acknowledged by offerors. This solicitation reflects the VA's commitment to improving facilities while emphasizing compliance and quality in contractor performance.
    This document is an amendment to a solicitation related to HVAC unit replacements and upgrades administered by the NCO 20 Network Contracting Office. The amendment provides additional information and responses to bidders regarding the project, including the need for a sign-in sheet from a site walk and clarifications on technical queries submitted. Key details include that no preferred manufacturer is required for the HVAC units, and any corroded piping found will be replaced per the project's specifications. There are also clarifications regarding scheduling and the necessity of temporary cooling during system shutdowns. The agreement mandates that contractors provide detailed action plans for any disruptions and emphasizes the importance of coordination in executing the work while adhering to VA standards. The document ultimately highlights the VA's careful planning for infrastructure improvements while ensuring compliance with procedural requirements. Attachments include a sign-in sheet and engineering drawings relevant to the project. This amendment aims to ensure that all bidders have a clear understanding of the project requirements and expectations.
    The White City VA Medical Center in Oregon is undertaking Project 692-23-104, which focuses on the replacement and addition of HVAC systems across four buildings. The scope includes the removal and installation of various HVAC units, hydronic pumps, and associated piping and controls. Specific tasks involve retrofitting the systems in Building 201A, the connecting corridor, and Building 212, ensuring new installations meet performance standards and integrate with existing controls. The project emphasizes safety, with detailed plans required to mitigate hazards during replacement activities. Contractors must adhere to VA security, safety protocols, and environmental sustainability practices. All HVAC controls will align with the existing BACnet system for temperature and airflow management. A comprehensive pre-construction plan is mandated, including action plans for equipment removal and installation, ensuring minimal disruptions to hospital operations and patient safety. The timeline for the project spans 301 days, reflecting the complexity of HVAC integration while emphasizing regulatory compliance and operational training for VA staff. This initiative demonstrates the VA's commitment to providing optimal building conditions for healthcare delivery.
    The project involves retrofitting HVAC systems in four buildings managed by the Department of Veterans Affairs (VA), guided by the VHA Master Specifications. It outlines general requirements, project schedules, safety protocols, and construction security measures essential for adherence during the project lifecycle. The contractor must prepare the site, manage demolition and alteration work while ensuring safety, sanitation, and access for ongoing VA operations. All phases require strict coordination, particularly regarding utility services, preserving existing infrastructure, and overseeing environmental controls to prevent disruption. Critical elements include the establishment of a project schedule, quality control, and compliance with safety and infection control standards. The contractor must submit a detailed construction security plan, maintain existing utility services, and facilitate effective documentation practices, including photographic progress documentation. Furthermore, the contractor is responsible for managing all regulatory requirements concerning historical preservation and hazardous materials. Overall, the project demonstrates the VA's commitment to enhancing facilities while ensuring minimal disruption to essential services.
    The Offeror Past Performance Report is a critical document used in federal and state/local RFPs. Its purpose is to provide detailed information about an offeror's previous projects to assess their suitability for future contracts. The report is structured into three sections, requiring essential data about the offeror, including their contact information, project details, customer references, and performance metrics. Key components of the report include the project name, contract completion percentage, period of performance, contract value, description of work, roles, and relevancy to the proposed project. The document mandates the inclusion of problems faced during the project's execution and the corrective actions taken. It also inquires about subcontracting involvement and requests details regarding key personnel responsible for project oversight. By documenting past performance, the report helps evaluators gauge the offeror's experience, reliability, and ability to deliver similar projects in the future. The structured format ensures that all relevant aspects are captured, contributing to a comprehensive evaluation process for awarding contracts based on previous successes and challenges.
    This document provides the General Decision Number for building construction projects in Jackson and Josephine Counties, Oregon, applicable as of July 5, 2024. It outlines requirements under the Davis-Bacon Act and two significant Executive Orders: 14026 and 13658, which set minimum wage standards for covered contractors. For contracts awarded or renewed on or after January 30, 2022, the minimum wage is $17.20 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour unless renewed post-2022. The document includes specific wage determinations for various construction classifications such as Heat & Frost Insulator, Electrician, Laborer, and others, listing both rates and fringe benefits. Additionally, it details the appeals process for wage determinations, allowing interested parties to request reviews and appeals up to the Administrative Review Board. The document emphasizes compliance with paid sick leave as established by Executive Order 13706 for federal contractors. Overall, the file serves to inform contractors of wage rates and compliance requirements associated with federal construction contracts within certain Oregon counties, aiming to uphold labor standards and worker protections.
    This government document outlines a request for proposals (RFP) related to construction work specified in different scope documents for various locations, notably B201A, B201 Connecting Corridor, B201, and B212. Each line item includes a description of the work required and indicates a unit of measure categorized as "JB" (Job). Notably, all items are under the Principal NAICS Code 238220, which pertains to plumbing, heating, and air-conditioning contractors, with the corresponding product/service code being Z1DA. The absence of pricing details suggests that the costs for each line item may be determined through bids submitted in response to the RFP, emphasizing the structured approach used in government contracting. The document is structured to facilitate a clear understanding of the requirements expected from potential contractors for specific tasks associated with the mentioned constructions. Overall, it reflects the government’s intent to secure contractors who can meet specified criteria while adhering to relevant codes and standards.
    The project identified as 692-23-205, located in White City, OR, focuses on retrofitting HVAC systems in four buildings. The initiative is scheduled to take place on August 6, 2024, and entails upgrading the heating, ventilation, and air conditioning infrastructure to enhance energy efficiency, indoor air quality, and overall environmental compliance across the selected buildings. Key aspects include evaluating the current HVAC systems, implementing modern technology, and ensuring that upgrades adhere to federal guidelines and local statutes. Thorough project planning and resource allocation will be necessary to guarantee smooth execution and integration with existing structures. This project illustrates a commitment to improving public facilities through sustainable practices and enhancing building functionality for better user experience.
    The document outlines the contract documents and mechanical plans for the expansion of the Care Clinic at the Southern Oregon Rehabilitation Center & Clinics, overseen by the Department of Veterans Affairs. It includes detailed mechanical drawings for various facility levels, including crawl spaces, first and second floors, and the roof, with specifications for air distribution and piping systems. The drawings illustrate the project's emphasis on ensuring compliance with VA standards in mechanical design and construction. Critical revisions and addenda from various RFI (requests for information) and ASI (architectural supplemental instructions) documents follow the progression of the design process and confirm the coordination of multiple engineering aspects. Scaling details presented address the construction specifications essential for the HVAC (heating, ventilation, and air conditioning) system's functionality. This project exemplifies the VA's initiative to enhance healthcare delivery through facility upgrades, aligning with federal standards while addressing the needs of veterans. The comprehensive nature of the drawings ensures a systematic approach to expanding care services in line with health and safety requirements.
    Lifecycle
    Similar Opportunities
    N045--NO RISK - FY25 Tier 3 CON NRM 648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research through a Sources Sought Announcement for construction services aimed at correcting HVAC deficiencies at the Portland VA Healthcare System's Vancouver Campus. The project involves the installation of new HVAC units, replacement of existing systems, and necessary modifications to ensure compliance with operational standards, all while minimizing disruption to ongoing medical operations. This procurement is particularly important for maintaining the functionality of critical infrastructure in a sensitive healthcare environment. Interested firms, especially those classified under NAICS code 238220 (Plumbing, Heating, and Air Conditioning), are encouraged to submit their capabilities and past performance information by 4:00 p.m. PDT on September 22, 2024, with an estimated contract value between $5 million and $10 million and a performance period of 120 days following the notice to proceed. For further inquiries, contact Danyel Smith at danyel.smith@va.gov or (813) 816-7155 Ext 100302.
    Z2DA--657A4-21-800 - TF - FCA - Remove and Replace End-of-Life Heating, Ventilation and Air Conditioning Infrastructure Building 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to remove and replace the end-of-life heating, ventilation, and air conditioning (HVAC) infrastructure at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. The project involves the removal and replacement of the Laboratory Service HVAC System and AC 9, which serves various areas including the dental suite and laundry. This procurement is crucial for maintaining the facility's operational efficiency and ensuring a comfortable environment for veterans receiving care. Interested firms must submit their capability statements by October 25, 2024, at 2:00 PM Central Time, with an estimated contract value between $10 million and $20 million. For further inquiries, contact Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or Contracting Officer Arnold Payne at Arnold.Payne@va.gov.
    G004 - HCHV CERS TRANSITIONALHOUSING WHITE CITY, OR
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide transitional housing services as part of its Health Care for Homeless Veterans (HCHV) program at the White City Southern Oregon Rehabilitation Center and Clinics. The objective is to offer interim housing and support services to Veterans experiencing homelessness while they receive treatment and work towards securing permanent housing. This initiative is crucial for addressing the needs of vulnerable and at-risk homeless Veterans, ensuring they have access to essential medical and therapeutic services. Interested parties must respond by October 22, 2024, by submitting their qualifications and capability statements via email to James Harris at james.harris13@va.gov, as the government plans to award a Firm Fixed Price Indefinite Delivery Indefinite Quantity Contract with a five-year performance period starting in January 2025.
    Y1DA--598-22-151 B170 FG Chilled Water Piping Replacement - POP 12/30/2024-12/29/2025
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of fiberglass chilled water piping in Building 170 at the Eugene J. Towbin Veterans Affairs Healthcare Center in North Little Rock, Arkansas. The project, identified as Project 598-22-151, requires contractors to provide all necessary labor, materials, and supervision to ensure compliance with safety and construction codes, with a performance period of 365 days following the Notice to Proceed. This initiative is crucial for maintaining the operational efficiency and safety of healthcare services provided to veterans, with an estimated contract value between $5 million and $10 million. Interested contractors must submit their proposals by the specified deadlines and direct inquiries to Contracting Officer Julius I. Jones at julius.jones@va.gov.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract to replace the existing steam boilers and chillers at the Fort Thomas Domiciliary in Kentucky. The project involves comprehensive construction services, including the installation of new hot water systems, associated piping, controls, and electrical work, while ensuring minimal disruption to ongoing operations within the facility. This procurement is critical for maintaining efficient heating and cooling systems in a healthcare environment, with a project timeline of up to 913 calendar days for completion. Interested contractors must submit their offers by the extended deadline of November 1, 2024, at 10:00 A.M. EST, and can direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov. The estimated contract value ranges between $10 million and $20 million, with specific requirements for safety compliance and subcontracting limitations.
    Z1DA--Project 550-24-103 (CON) Replace Air Handler Units B98
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of Air Handler Units B98 at the Veterans Affairs Illiana Healthcare System in Illinois, under Project Number 550-24-103. This construction project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to provide all necessary labor, materials, and supervision while adhering to applicable safety and regulatory standards. The project, with a budget estimated between $1,000,000 and $2,000,000, must be completed within 365 days from the Notice to Proceed, with the solicitation expected to be issued around October 21, 2024, and bids due by November 21, 2024. Interested bidders should contact Contracting Officer Thomas Stevens at thomas.stevens2@va.gov or 224-610-3647, and must be registered in SAM.gov to be eligible for contract award.
    Z2JZ--504-22-107 Replace CLC Air Handling Equipment and Upgrade Controls, Bldg. 29
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the replacement of air handling equipment and the upgrade of controls in Building 29 at the Amarillo VA Medical Center. The project involves comprehensive construction activities, including the installation of new air handling units (AHUs) while ensuring minimal disruption to ongoing healthcare operations. This initiative is part of the VA's commitment to modernizing its facilities to enhance the quality of care for veterans. Interested parties can contact Contract Specialist Nicholas L. Smith at Nicholas.Smith21@va.gov for further details, with the pre-bid site visit scheduled for October 3, 2024, to familiarize bidders with the project scope and requirements.
    J041--402-25-002 Replace B207 Chiller
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for a Firm-Fixed-Price contract to replace the B207 modular chiller unit at the Togus Veterans Affairs Medical Center (VAMC) in Augusta, Maine. The project involves the removal of six existing 30-ton chiller units and the installation of a new unit that maintains similar capacity, ensuring integration with the existing Building Management System (BMS) and compliance with VA standards. This initiative is part of the VA's commitment to modernizing its facilities while maintaining operational efficiency and safety during construction. Interested contractors must demonstrate relevant experience, submit detailed documentation by November 7, 2024, and direct inquiries to Contract Specialist Kim Gomez at kimberly.gomez@va.gov.
    N041--Exhaust Installation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking potential sources for an upcoming contract related to the installation of exhaust systems. The project involves providing equipment and qualified technicians to core drill and install an 8-inch round, 24-gauge galvanized steel HVAC duct from the elevator mechanical room to the roof, along with the installation of an exhaust fan and associated components, all while minimizing disruption to patient services. This procurement is crucial for ensuring proper ventilation and safety standards within the facility. Interested vendors are encouraged to submit their responses to the Request for Information (RFI) by 9:00 am (CST) on October 22, 2024, and should direct inquiries to Lakeisha White at lakeisha.white@va.gov.
    Z2AZ--Project Name: Variable Air Volume (VAV) Box Replacements; Project Number: 317VB3261/28; Station Location: St. Petersburg, Florida, VARO; Project Location: Building 46
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the Variable Air Volume (VAV) Box Replacements project at the St. Petersburg Veterans Affairs Regional Office, specifically in Building 46. This project involves the replacement of approximately 117 terminal units to effectively manage the building's temperature, ensuring compatibility with the existing Johnson Controls Metasys system. The contract will be a firm-fixed-price agreement, with an estimated value between $1 million and $2 million, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Bids will be accepted starting on October 28, 2024, with a submission deadline of December 3, 2024. Interested parties must verify their SDVOSB status and register with the System for Award Management (SAM) to participate in the bidding process. For further inquiries, contact Dirk Kelley at Dirk.Kelley@va.gov.