Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
ID: 36C10D25R0012Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFVETERANS BENEFITS ADMIN (36C10D)WASHINGTON, DC, 20006, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER UTILITIES (Z2NZ)
Timeline
    Description

    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.

    Point(s) of Contact
    Jacalyn T HaineyContract Specialist
    Jacalyn.Hainey@va.gov
    Files
    Title
    Posted
    Amendment 0001 to solicitation 36C10D25R0012, issued by the Department of Veterans Affairs, extends the proposal due date to October 30, 2025, at 4:00 PM CDT. This amendment also includes the publication of a site-visit sign-in sheet. All other terms and conditions of the solicitation, which pertains to replacing Air Handling Units 1 & 2 at the Montgomery RO, remain unchanged. Future RFI questions will be addressed in a separate amendment, with Jacalyn Hainey serving as the Contracting Officer.
    Amendment 0002 to solicitation 36C10D25R0012, issued by the Department of Veterans Affairs, extends the proposal due date to December 17, 2025, at 4:00 PM CST. The amendment also includes answers to submitted Requests for Information (RFIs). This modification pertains to the replacement of Air Handling Units 1 & 2 at the Montgomery Regional Office. All other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment to ensure their offer is not rejected.
    Amendment 0003 to solicitation 36C10D25R0012, issued by the Department of Veterans Affairs, addresses the replacement of Air Handling Units 1 & 2 at the Montgomery RO. This amendment, effective November 18, 2025, extends the proposal due date to December 17, 2025, at 4:00 PM CT. It also provides an answer to RFI #119, clarifying that temporary power for cooling units will be sourced from the penthouse. All other terms and conditions of the original solicitation remain unchanged. The amendment details administrative information, including the issuing and administering offices, and requires offerors to acknowledge its receipt.
    The Department of Veterans Affairs (VA) is soliciting proposals for a Firm Fixed-Priced Contract to replace two 31-year-old air handling units at the VBA Montgomery, AL Regional Office. This project is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside with a NAICS Code of 236220 and a magnitude between $1,000,000.00 and $5,000,000.00. The contract requires performance and payment bonds, a bid bond, and a certificate of insurance. The period of performance is 270 calendar days from the Notice to Proceed. A site visit is scheduled for September 24, 2025, at 1:00 PM CT, and proposals are due by October 15, 2025, at 4:00 PM CT. Proposals will be evaluated based on technical merit, past performance, and price, with technical and past performance being significantly more important than price. The contractor must provide all labor, equipment, and materials, ensuring compliance with OSHA, federal, state, and local codes.
    The Department of Veterans Affairs (VA) Veterans Benefits Administration (VBA) has issued a presolicitation notice for the replacement of two Air Handling Units (AHU 1 & 2) at the Montgomery Regional Office in Alabama. This project, identified by Solicitation Number 36C10D25R0012, is set aside for Service-Disabled Veteran Owned Small Business Concerns (SDVOSBC) and has an estimated construction magnitude between $2,000,000.00 and $5,000,000.00. The NAICS code is 236220 (Commercial and Institutional Building Construction) with a $33.5 million small business size standard. The contractor will provide all materials and labor for the replacement, with an anticipated project completion within 270 calendar days of the notice-to-proceed. The solicitation is expected to be issued around September 10, 2025, with offers due within 30 days. Interested offerors must be registered and verified in the CVE VIP website and have an active SAM.gov registration. The point of contact for this procurement is Jacalyn Hainey at jacalyn.hainey@va.gov.
    The document outlines the "Air Handling Unit Replacement (VBA)" project at the VA Regional Office in Montgomery, Alabama. This project involves the demolition and replacement of existing air handling units and associated mechanical, fire protection, and electrical systems in Building 42's penthouse level. The work must comply with various federal and VA-specific codes and standards, including the 2024 International Building Code, NFPA 101 Life Safety Code, and the 2023 National Electrical Code. Key aspects include the removal and reinstallation of fire sprinkler piping, demolition of existing HVAC equipment and ductwork, and adherence to strict energy requirements for building envelope components in climate zone 4A (St. Louis, MO, which seems to be a discrepancy in the document's location details). The project emphasizes coordination among contractors, adherence to safety protocols, and the submission of detailed plans and calculations to ensure a complete and operational system. Spur Design, LLC is the architect and MEP/Fire Protection Engineer.
    This government file addresses various clarifications and questions related to a firm-fixed-price construction contract, not a design-build project, for a VBA Regional project estimated between $2,000,000.00 and $5,000,000.00 with a 270-day performance period. Key points include: past performance questionnaires (2 required, up to 5 optional), subcontractor qualifications being considered, and no dedicated designer needed as plans are approved. The contractor is responsible for hazardous material abatement if discovered, temporary cooling, utility connection fees for temporary services, and providing the commissioning agent. Security clearances and badges take about a month. Drone video is prohibited, but still photography is allowed with facility director approval in construction areas, excluding employees or veterans. The project does not have liquidated damages. The Contracting Officer has final decision authority for design conflicts. Field verification is required to avoid change orders for unforeseen conditions. Night work is not permitted due to staffing. Sales tax exemption certificates will be provided upon award. Procore or equivalent software is allowed. Material payment applications require materials to be onsite. An Economic Price Adjustment clause will not be included. The government can accept a 60-day bid validity. Delays due to COVID-19 will be determined on a case-by-case basis. The onsite superintendent can fulfill multiple roles (SSHO, QCM, Commissioning Manager) if certified. The project magnitude is between $2,000,000.00 and $5,000,000.00, fully funded. Work hours are 6 am to 6 pm. The project will be done in phases, with simultaneous completion allowed. ICRA barriers are not required. Temporary sprinklers are not required, nor is a fire watch as only a small portion will be off. The contractor is responsible for permits, and temporary cooling units do not require a concrete pad. The one-year warranty covers all construction activities and equipment. Bid bonds are required electronically. The bid date can be extended via amendment, but no additional RFIs will be accepted. Proposal format must include all requested information, and subcontractors' personnel information may be required for evaluation.
    The VBA Regional Office #322 in Montgomery, AL, is undertaking an Air Handling Unit Replacement project (VB3145). This initiative involves comprehensive construction, electrical, and mechanical work, including demolition, installation, and system commissioning. The project prioritizes strict security protocols for personnel, vehicles, and sensitive documents, as well as meticulous coordination to avoid disrupting the operational VA facility. Detailed procedures for substitutions, payment applications, and warranty management are outlined, requiring extensive documentation and adherence to timelines. The contractor is responsible for site preparation, maintaining utilities, protecting existing structures, and restoring affected areas, with an emphasis on rigorous testing and training for new systems to ensure long-term functionality and compliance.
    This government file appears to be a highly technical and partially corrupted document related to an RFP, grant, or similar government procurement. Despite the significant corruption and unreadable characters, the document's structure suggests it outlines specifications for various systems, including mechanical, plumbing, and potentially fire suppression, often referencing compliance and regulatory standards. Key discernible phrases point to processes like design review, installation, and maintenance, with an emphasis on adherence to established guidelines. The repeated mention of “6 $” and references to various forms and schedules indicate a structured process for proposal submission or project execution. The file also alludes to different components or phases of a project, hinting at detailed requirements for each. The heavily garbled sections make it difficult to extract precise details, but the overall context suggests a comprehensive technical solicitation or project plan within the government sector.
    The Department of Veterans Affairs (VA) Veterans Benefits Administration utilizes a Past Performance Questionnaire (PPQ) to evaluate companies for project opportunities. This document outlines a structured process for offerors and project owners/evaluators to complete and submit past performance information. Offerors fill out Section A with project details, then send the form to a project owner/evaluator, who completes Section B, rating the company on various performance aspects such as client relationship, corporate management, quality control, and adherence to schedule. Ratings range from Outstanding to Unacceptable, with explanations required for lower scores. The questionnaire also asks about any disciplinary actions, willingness to re-award contracts, customer satisfaction, and opportunities for the firm to respond to negative feedback. Companies must submit 3-5 PPQs for projects completed within the last five years, with strict deadlines for submission to the contracting point of contact.
    Similar Opportunities
    Z1DA--531-24-106 Replace AHU-2 Building 85
    Buyer not available
    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.
    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--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.
    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.
    463-21-101 CON Repair Bldg 100 Moisture Envelope
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors for a construction project aimed at repairing the moisture barrier of Building 100 at the Anchorage VA Medical Center in Alaska. The project, designated as 463-21-101, involves addressing moisture intrusion and repairing surface damage, with the contractor responsible for all materials, labor, and adherence to strict safety and infection control protocols. This initiative is crucial for maintaining the integrity of the facility and ensuring the continued delivery of healthcare services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their responses, including a capabilities statement and past performance details, by December 12, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Susan Howe at Susan.Howe2@va.gov or call 360-816-2754.
    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.
    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.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov 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.
    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.