Amendment 0001 to Solicitation 36C24226B0001, issued by the Department of Veterans Affairs, addresses the replacement of fan coils in Building 18 at the Castle Point VA Medical Center. This amendment provides responses to Request for Information (RFI) questions and answers, a site visit sign-in sheet, and technical questions and answers dated November 12, 2025. The bid due date remains November 18, 2025, at 10:00 AM EST. All bids, including bid bonds, must be emailed to Daniel Barone, Contracting Officer, at Daniel.barone@va.gov. Hand-carried or mailed bids will not be accepted. The bid opening will be conducted via a Microsoft Teams video conference. All other terms and conditions of the original solicitation remain unchanged.
This solicitation (36C24226B0001) is for a firm-fixed-price construction contract to replace 2-pipe fan coil units with a 4-pipe system in Building 18 at the VA Hudson Valley Healthcare System Castle Point Campus. The project, valued between $2,000,000 and $5,000,000, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. Contractors must be SAM-registered and verified as SDVOSB in VetBiz/DSBS. Work includes furnishing all materials, equipment, and personnel to modernize the HVAC system, ensuring compliance with VA Design Guides, ASHRAE 90.1, and Legionella prevention requirements. A mandatory pre-bid site visit is scheduled for October 21, 2025, with bids due via email by November 18, 2025, at 10:00 AM EST. Bids require a bid bond and must acknowledge all amendments. Contractors will utilize the Autodesk Build Construction Cloud platform for project management and communication, with mandatory training. The period of performance is 400 calendar days from the Notice to Proceed.
This government solicitation, 36C24226B0001, issued by the Department of Veterans Affairs, outlines an RFP for the replacement of 2-pipe fan coil units with 4-pipe fan coil units in Building 18 at the VA Hudson Valley Healthcare System Castle Point Campus. The project, valued between $2,000,000.00 and $5,000,000.00, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside with a 400-calendar-day performance period. Key requirements include compliance with VA design guides, ASHRAE 90.1, and Legionella prevention protocols. Bidders must register in SAM and VetBiz, attend a mandatory site visit on October 21, 2025, and submit bids via email by November 18, 2025, 10:00 AM EST. The project also mandates the use of the Autodesk Build Construction management platform for all project correspondence and submissions. All offerors must acknowledge amendments and provide required certifications, including Buy American and Limitations on Subcontracting. New York sales tax exemptions apply to construction materials.
This Presolicitation Notice, 36C24226B0001, announces a Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside project to replace and modernize fan coil units in Building 18 at the Castle Point VA Medical Center. The project, with a magnitude between $2,000,000 and $5,000,000, involves replacing existing 2-pipe fan coil units with 4-pipe systems, including the addition of a chiller room with new chillers, cooling towers, and associated components. The new system must comply with VA Design Guide, ASHRAE 90.1, and Legionella prevention requirements. The completion time is 400 calendar days from the Notice to Proceed. The solicitation is expected to be released around October 16, 2025. Interested SDVOSBs must be registered in SAM.gov, Duns and Bradstreet, and certified by the SBA at the time of bid submission and before award.
This document outlines the VA's regulations on subcontracting limitations for services and construction contracts, as per 38 U.S.C. 8127(l)(2). Offerors must certify compliance, with specific limits: 50% for services, 85% for general construction, and 75% for special trade construction, for payments to non-certified SDVOSB/VOSB firms. These percentages include any further subcontracted work by similarly situated certified firms, excluding material costs for construction. The certification is legally binding, subject to penalties for false claims, and non-compliant SDVOSB/VOSBs may face sanctions. Contractors must provide documentation to verify compliance upon request, with non-submission leading to remedial action. Failure to provide a completed and signed certification with the offer renders the bid ineligible for award.
The "Buy American Certificate" provision (FAR 52.225-2) requires offerors to certify the domestic origin of end products, identifying foreign end products and domestic ones containing critical components. Offerors must list foreign end products, indicating their country of origin and whether they exceed 55% domestic content, unless they are COTS items. The government evaluates offers based on Federal Acquisition Regulation part 25, which defines key terms such as "domestic end product" and "critical component." This provision ensures compliance with Buy American policies in federal procurement processes.
This document, 36C24226B0001, addresses questions and answers related to a government contract, likely an RFP or grant, focusing on abatement, mechanical systems, and project management. Key clarifications include treating all exposed fiberglass insulation within abatement containment as asbestos-contaminated, and confirming that heat exchangers do not need to match the basis of design dimensions but must meet performance requirements and fit within the available space. The expansion tank must be an ASME tank. Localized asbestos abatement is required for new floor penetrations. The superintendent can fulfill dual or triple roles for SSHO and QA/QC, and tax should not be included in proposals. Initial safety training for employees is a 15-minute course, and all contractors require OSHA 10 certification. Autodesk Construction Cloud is a mandatory platform, and a hazardous materials report will be available post-contract award. Construction hours are 8:00 AM – 4:30 PM, Monday – Friday, with off-hours work coordinated case-by-case. The bid due date will not be extended.
This government file details specifications for non-structural metal framing for the "REPLACE FAN COIL UNITS B18" project at Castle Point VAMC in Wappingers Falls, NY. It outlines requirements for steel studs, wall systems, ceiling framing, fasteners, and accessories used for attaching gypsum board and other building materials. The document references ASTM standards for terminology, materials, and installation, emphasizing protective coatings (galvanization) for steel components. It provides specific guidelines for stud thickness, spacing, and framing around openings, as well as installation criteria for wall furring, shaft wall systems, and furred/suspended ceilings, including bracing for seismic areas. Submittals for manufacturer's literature, shop drawings, and fire rating test results are also mandated, ensuring compliance with fire safety and structural integrity standards.
This government file details the specifications for the installation and finishing of gypsum board, related to the "REPLACE FAN COIL UNITS B18" project at Castle Point VAMC in Wappingers Falls, NY. It outlines requirements for materials such as gypsum board (ASTM C1396, Type X, 16 mm thick), accessories (ASTM C1047), fasteners (ASTM C1002, C840, C954), and finishing materials (ASTM C475, C840), emphasizing asbestos-free certification and low VOC content. The document provides detailed execution instructions for gypsum board heights, installation methods (including for moisture/mold-resistant and fire/sound-rated assemblies), control joints, and accessories. It also includes specific procedures for cavity shaft walls and the finishing and repair of gypsum board, requiring a Level 4 finish for public view areas. Applicable publications from ASTM, UL, and ITS are referenced for standards and terminology.
The document outlines the 'REPLACE FAN COIL UNITS, BLDG 18' project at 41 Castle Point Rd., Wappingers Falls, NY 12590, for the U.S. Department of Veterans Affairs. This project, detailed in drawing number 620A4-22-101, involves replacing fan coil units (FCUs) and associated piping, along with repairing piping chases across the basement, first, second, and third floors, as well as modifications in the penthouse and crawlspace. The contract documents, issued on 2024-12-10, include general phasing plans and specific ICRA (Infection Control Risk Assessment) plans for various risers, emphasizing strict environmental and safety protocols such as dust control, HVAC isolation, negative pressure maintenance, and hazardous material management. The project is fully sprinklered and adheres to New York State Education Law regarding professional engineering seals.
The Department of Veterans Affairs (VA) is seeking a contractor for the "Replace Fan Coil Units B18" project at the Castle Point VA Medical Center in Wappingers Falls, NY. This project involves the replacement of fan coil units and associated hydronic systems in Building 18. The contractor will be responsible for site preparation, demolition, removal of existing equipment, and installation of new hydronic hot and chilled water distribution systems, new Fan Coil Units (FCUs), electrical modifications, and controls system installation. The work will be executed in four phases: Penthouse, Attic Crawl Space, Risers, and Cleanup, with Building 18 remaining occupied. Strict adherence to VA security, safety, and operational requirements is mandated, including the use of the VISN 2 Autodesk Build Construction management platform for all project documentation and communication. The contractor must also provide a warranty management plan, as-built drawings, and comprehensive training to VA personnel.