Z1DA--531-24-106 Replace AHU-2 Building 85
ID: 36C26026R0019Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the replacement of Air-Handling Unit 2 (AHU-2) in Building 85 at the Boise VA Medical Center, designated as project number 531-24-106. The project aims to install a modern, energy-efficient AHU-2 to enhance HVAC performance and reliability, with a construction magnitude estimated between $250,000 and $500,000. This procurement is a 100% Small Business Set-Aside, emphasizing the importance of compliance with safety and quality standards throughout the project. Proposals are due by December 5, 2025, at 12:00 PM MT, and interested contractors should contact Alan C Perez at alan.perez@va.gov for further details.

    Point(s) of Contact
    Alan C PerezContract Specialist
    alan.perez@va.gov
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--531-24-104 | Replace HVAC B23-B45 - Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction project to replace HVAC systems in Buildings 23 and 45 at the Boise VA Medical Center in Idaho. The project involves significant upgrades, including the replacement of fan coil units and fin tube radiators, installation of heat exchangers, pumps, and valves to create a closed heating loop, and the utilization of raw geothermal water for heating. This total small business set-aside contract, valued between $500,000 and $1,000,000, has a performance period of 180 calendar days, with proposals due by December 8, 2025, at 12:00 PM (MST). Interested contractors should contact Alan Perez at Alan.Perez@va.gov or 360-690-1832 for further details.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    J045--HVAC Maintenance and Service Veterans Health Care System of the Ozarks (VHSO) Fayetteville, Arkansas
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for HVAC maintenance and service at the Veterans Health Care System of the Ozarks (VHSO) located in Fayetteville, Arkansas. This procurement, designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of services including scheduled and unscheduled maintenance, emergency repairs, and telephone support for various HVAC/R equipment such as chillers, cooling towers, and boilers. The contract includes a base year and four one-year options, with specific qualifications required for bidders, including an Arkansas Class A HVAC Contractor License and a minimum of five years of healthcare HVAC experience. Interested parties must submit their offers by December 10, 2025, at 10 AM CST, and direct any questions to Diyonne Williams at diyonne.williams@va.gov by December 5, 2025, at 3 PM CT.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Y1DZ--36C257-26-AP-0167 | NEW CON FY26 | 674-21-252 - Renovate Bldg. 62 AC Shop (VA-26-00003429)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans Medical Center in Temple, Texas. The project aims to ensure the AC shop space is safe and functional, requiring the contractor to provide all necessary labor, materials, equipment, and testing to reconfigure electrical, mechanical, and plumbing systems, with some work scheduled after hours due to the facility's 24/7 operation. This construction project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, has a funding magnitude between $2,000,000 and $5,000,000, with a Request for Proposal (RFP) anticipated to be posted around November 28, 2025, and a response deadline of December 5, 2025. Interested parties can contact Contract Specialist Jose Portalatin at jose.portalatinrivera@va.gov or (915) 564-6100 ext. 6583 for further information.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.