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.