This amendment modifies solicitation 36C26026R0019 for the replacement of Air-Handling Unit 2 (AHU-2) in Building 85 at the Boise VA Medical Center. The project involves designing and installing a modern, high-performance AHU-2 to improve HVAC demands, energy efficiency, and system reliability. The contractor is responsible for all testing and laboratory services, including HVAC test and balance. Key changes include correcting discrepancies in the solicitation verbiage and updating the site visit details. A formal site visit will now be held on Friday, October 24th, 2025, at 8:30 AM MT, inside Building 50 conference room. Proposals must be submitted by email no later than 10:00 AM (MT) on Monday, November 17, 2025. Requests for Information (RFIs) are due by 12:00 PM (MT) on November 3, 2025. The current Davis-Bacon Act Wage Determination for Ada County, Idaho, for "Building" applies to this requirement.
This amendment modifies a solicitation for the "Replace AHU-2 Building 85" project (Project Number 531-24-106) by Network Contracting Office 20. Key changes include adding VA Acquisition Regulation (VAAR) clauses 852.215-70 and 852.215-71, which pertain to Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) evaluation factors. Offerors must also submit a completed VAAR 852.219-75 "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction" to be considered responsive. The amendment details evaluation preferences, offering price reductions of 10% for SDVOSBs, 5% for VOSBs, and 2.5% for non-Veteran offerors subcontracting with SDVOSBs or VOSBs, for evaluation purposes only. It also updates the project number and name, and includes attendees from a site visit held on October 24, 2025. This modification emphasizes the VA's commitment to socioeconomic small business goals and outlines strict compliance requirements for SDVOSB/VOSB participation.
Amendment 0003 for solicitation 36C26026R0019, issued by Network Contracting Office 20, extends the deadline for proposal submissions to December 3, 2025, at 10:00 AM MT. This extension is due to a delay in providing responses to Requests for Information (RFIs), which are anticipated to be posted in a subsequent amendment around November 21, 2025. All other terms and conditions of the original solicitation remain unchanged. This modification ensures that offerors have adequate time to prepare and submit their proposals after receiving the RFI responses.
This amendment to solicitation 36C26026R0019, dated 11-26-2025, from Network Contracting Office 20, provides responses to Request for Information (RFI) questions and the roster from the site visit. Offerors are required to acknowledge all amendments in their submissions. The proposal due date is December 3, 2025, at 10 AM Mountain Time. All other terms and conditions of the original solicitation remain unchanged. This document is crucial for offerors to ensure their proposals are compliant and incorporate the latest information provided by the contracting office.
Amendment 0005 for solicitation 36C26026R0019, issued by Network Contracting Office 20, extends the deadline for offers to December 4, 2025, at 4:00 PM MST. The amendment also updates specification sections 23 05 93 and adds 23 31 00 to the project requirements. All previous versions of section 23 05 93 are to be disregarded. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offer is considered.
This amendment to solicitation 36C26026R0019 extends the deadline for proposal submissions. The new due date and time for offers is December 5, 2025, at 12:00 PM MT. All offerors must acknowledge receipt of this amendment in their proposals. The document, identified as amendment 0006, was issued on December 3, 2025, by Network Contracting Office 20 in Vancouver, WA. All other terms and conditions of the original solicitation remain unchanged.
This government solicitation (36C26026R0019) is a Request for Proposal (RFP) for the replacement of Air-Handling Unit 2 (AHU-2) in Building 85 at the Boise VA Medical Center in Boise, Idaho. The project, designated 531-24-106, is a 100% Small Business Set-Aside with an estimated construction magnitude between $250,000 and $500,000. The chosen contractor will design and install a modern, energy-efficient AHU-2 within 180 calendar days of receiving the Notice to Proceed. Proposals are due by November 17, 2025, 10:00 AM (MT) and must be submitted electronically. A formal site visit is scheduled for October 24, 2025. The award will be a Firm-Fixed-Price contract based on a "Best Value" tradeoff process, where Technical Expertise and Past Performance are significantly more important than price. A bid guarantee is required, and the contractor will need to furnish performance and payment bonds.
The Department of Veteran Affairs (VA) is issuing a presolicitation notice for a competitive Request for Proposals (RFP) to replace Air-Handling Unit 2 (AHU-2) in Building 85 at the Boise VA Medical Center in Boise, Idaho. This fixed-price construction project, estimated between $250,000 and $500,000, involves designing and installing a modern, energy-efficient replacement unit to improve HVAC demands and system reliability. The contractor will be responsible for all testing and laboratory services, including HVAC test and balance. This project is 100% set-aside for Small Businesses, with a required bid bond of at least 20% of the bid price, not exceeding $3 million. The solicitation documents, including specifications and drawings, will be available on sam.gov under Solicitation 36C26026R0019 by October 17, 2025. All offerors must be registered in SAM, and the government is accepting industry comments on the specifications.
This document outlines the comprehensive requirements for Testing, Adjusting, and Balancing (TAB) of Heating, Ventilating, and Air Conditioning (HVAC) systems for the AHU-2 Replacement project at Building 85, Boise VAMC. It details the procedures, qualifications, and reporting standards for TAB agencies and specialists, emphasizing adherence to industry standards like ASHRAE, AABC, NEBB, and SMACNA. Key aspects include systematic TAB planning, design and systems inspection reports, duct air leakage tests, and balancing of air and water distribution systems to meet design performance. The document specifies flow rate tolerances, quality assurance measures for TAB agencies and specialists, and criteria for test equipment. It also covers submittal requirements for various reports, vibration testing, and the permanent marking of settings and test port identifications. The project requires coordination with existing systems, phased construction, and commissioning documentation, ensuring energy-efficient operation and verification of system performance.
This document outlines the specifications for HVAC ducts and casings for the AHU-2 Replacement project at Building 85, Boise VAMC. It details the scope, related work, applicable publications, submittals, quality assurance, as-built documentation, materials, construction, installation, and testing procedures. Key aspects include definitions for sealing and duct pressure classification, adherence to SMACNA standards for construction and leakage testing, and specific requirements for duct materials (galvanized steel or aluminum) and sealants. The document emphasizes rigorous quality control, including bio-based materials and fire safety compliance, along with detailed access door specifications and leakage testing for all ductwork sections, performed by an independent contractor. The main purpose is to ensure high-quality, safe, and compliant HVAC duct systems for the project.
The document outlines the "REPLACE AHU-2 BUILDING 85" project at the Boise VAMC, focusing on the demolition of the existing Air Handling Unit 2 (AHU-2) and the installation of a new one. This involves comprehensive mechanical and electrical work, including replacing coils, fan assemblies, motors, and associated controls. The project adheres to strict mechanical general notes and codes, ensuring proper design, installation, and coordination among all building trades. Key components of the new AHU-2 include a fan wall system, primary and secondary heating coils, and a cooling coil, all by Nortek Coil Solutions. The electrical scope details the replacement of existing electrical components with new feeders, disconnects, and variable frequency drives (VFDs) to support the new fan wall, with controls integrated into the DDC system. The project also includes detailed schedules for the new coils and supply fans, as well as an electrical one-line diagram and conductor/conduit sizing tables. The overall goal is to modernize the air handling system in Building 85, improving efficiency and operational reliability while meeting all safety and regulatory standards.
This Request for Information (RFI) for Project 531-24-106 outlines requirements and clarifications for replacing AHU-2 in Building 85. Key points address testing protocols, including DALT and pre-demo testing, while excluding vibration and VAV terminal unit testing. The document details evaluation preferences for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), offering price reductions of 10%, 5%, and 2.5% respectively for bid evaluation purposes. Personnel requirements specify that a full-time, separate QA/QC person is needed, with the site superintendent permitted to perform work, but not to hold QA/QC or Safety roles. The project mandates Automated Logic as the control system provider. Clarifications on existing AHU corrosion indicate that prior notes are to be disregarded; the scope of repair is limited to insulation only, subject to warranty. New service doors require specific specifications found in addendum #1. The RFI also details requirements for a Site Safety and Health Officer (SSHO) and competent persons for each trade area, emphasizing full-time roles and necessary certifications. Fan array specifications confirm an N+1 configuration with approximately 39,000 CFM and a total static pressure capability of 4.2 IN, requiring backdraft dampers.
The "EXHIBIT A – PAST PERFORMANCE REFERENCE FORM" is a crucial document for government contractors, specifically for RFP 36C26026R0013, "Renovate Building T111." It requires offerors to provide detailed past performance information for projects not available in government databases like CPARS. Contractors must complete fields including company name, address, point of contact, project title, contract period, contract number, dollar value, and a description of work. Additionally, they must specify their role (Prime Contractor, Sub-contractor, or Key Personnel) on the referenced project. This form enables the VA to assess a contractor's experience and capability by contacting provided references, ensuring transparency and accountability in the federal contracting process.
This Statement of Work (SOW) outlines the replacement of Air-Handling Unit 2 (AHU-2) in Building 85 at the Boise VA Medical Center (BVAMC) in Boise, Idaho. The project involves replacing a nearly 50-year-old air handler with a modern, high-performance unit to improve energy efficiency and system reliability. The contractor is responsible for all necessary tools, equipment, materials, labor, supervision, and management, including demolition, site preparation, structural, mechanical, plumbing, and electrical work. All activities must be coordinated with the BVAMC, a "Hospital First" facility, meaning some tasks may be restricted to outside normal business hours or delayed due to medical center operations. Strict adherence to safety, infection control, and site security is paramount. The contractor is responsible for all testing, disposal of materials, quality control, and site security. Performance will be monitored by the Contracting Officer Representative (COR) through weekly safety, interim life safety, and environmental inspections. The period of performance is 243 calendar days from the Notice to Proceed.
The document outlines the specifications for the AHU-2 Replacement project at Building 85 of the Boise VAMC, project #531-24-106. This project involves the demolition and removal of existing structures, as well as the furnishing of labor and materials for general construction, alterations, electrical work, and mechanical systems. Key aspects include strict security requirements for personnel, documents, and vehicle access, along with detailed procedures for site operations, material storage, and utility management to minimize disruption to the operational Medical Center. The contractor is responsible for a comprehensive warranty management plan, as-built drawings, and extensive testing and commissioning of all mechanical and electrical systems, ensuring compliance with VA standards and safety regulations. The file also lists drawing sheets and a table of contents detailing various divisions and section titles, including general requirements, existing conditions, HVAC, and electrical work.
The document outlines a comprehensive plan for infrastructure upgrades and maintenance, focusing on mechanical, plumbing, and fire suppression systems across various facilities. It details assessment procedures, demolition, installation of new equipment, and coordination among different trades to ensure compliance with established standards and regulations. The plan emphasizes enhancing accessibility for maintenance, integrating mechanical and plumbing fixtures, and adhering to strict safety protocols, including infection control and fire watch. Additionally, the document touches upon hazardous material surveys, indicating the need for proper handling and abatement of materials like asbestos, lead-based paint, and microbial growth. The overall purpose is to modernize facilities, mitigate risks, and ensure safety and regulatory compliance during construction and restoration projects.