554-21-700P2 |Design Build| EHRM Infrastructure Upgrades (Additional FCU's)-Aurora- CO
ID: 36C77625R0084Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF PARKING FACILITIES (Y1LZ)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a design-build contract to upgrade the HVAC infrastructure in five telecom rooms at the Rocky Mountain VA Medical Center in Aurora, Colorado. The project aims to enhance cooling systems in compliance with VA EHRM standards, involving comprehensive design, installation, and integration with existing systems while adhering to Infection Control Risk Assessment guidelines. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction magnitude between $500,000 and $1,000,000. Interested contractors must submit their Phase I proposals by November 7, 2025, with technical questions due by October 20, 2025. For further inquiries, contact Aline Cruthers at aline.cruthers@va.gov or Jessica Hicks at jessica.hicks1@va.gov.

    Point(s) of Contact
    Aline CruthersContract Specialist
    Contracing Officer
    Jessica Hicks
    aline.cruthers@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking proposals for a Two-Phase Design-Build project (Solicitation Number 36C77625R0084) to upgrade HVAC systems in five telecom rooms at the Rocky Mountain VA Medical Center in Aurora, CO. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated construction magnitude between $500,000 and $1,000,000. The project requires design and construction services to meet VA EHRM standards, including system sizing, selection, installation, and integration with existing infrastructure, while adhering to Infection Control Risk Assessment (ICRA) guidelines. Proposals will be evaluated in two phases: Phase I focuses on Project Experience, Capability to Perform (bonding capacity of $1,000,000), and Past Performance. A maximum of five qualified offerors will proceed to Phase II, which evaluates Technical Solution, Key Personnel, Schedule, and Price, with non-price factors being significantly more important than price. A bid guarantee is required, and the contractor must furnish performance and payment bonds after award. Technical questions for Phase I are due by October 20th, 2025, at 2 PM EST, and Phase I proposals are due by November 7th, 2025, at 12:00 PM EST.
    The 554-21-700P2 project in Aurora, CO, focuses on upgrading the EHRM Infrastructure by improving cooling in five Telcom Rooms in Building A at the RMRVAMC campus. This design-build contract, with a 245-calendar-day duration, involves site investigations, design, material procurement, and installation of cooling units, replacing previously descoped heat pump units. The contractor must adhere to federal, state, county, and local codes, as well as specific VA regulations and standards, including the VA Technical Information Library. The project requires coordination of disruptive work in an active clinic, compliance with Infection Control Risk Assessment, and adherence to a strict design schedule. The contractor is responsible for all aspects, including subcontracts, safety, and project management, ensuring proper documentation and adherence to all requirements.
    The document outlines the VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023)(DEVIATION) for the EHRM Infrastructure Upgrades project in Aurora, CO. It mandates that contractors for general construction will not pay more than 85% of the government-paid amount to firms that are not certified SDVOSBs or VOSBs. The cost of materials is excluded. Offerors must certify compliance, acknowledging that false certifications can lead to criminal, civil, or administrative penalties. The VA may request documents to verify compliance and failure to provide them may result in remedial action. The certification must be completed, signed, and returned with the offer, or the offer will be deemed ineligible.
    The document is a comprehensive 28-page Construction Program Estimate Worksheet (VA FORM 6238) from the Department of Veterans Affairs. It serves as a detailed template for estimating costs across various construction divisions, ranging from
    This document, Wage Determination No. 2015-5419, Revision No. 30, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in specific Colorado counties (Adams, Arapahoe, Broomfield, Clear Creek, Denver, Douglas, Elbert, Gilpin, Jefferson, Park) for 2025. It specifies that contracts entered into on or after January 30, 2022, or renewed/extended after this date, must pay a minimum of $17.75 per hour under Executive Order 14026. Contracts awarded between January 1, 2015, and January 29, 2022, without subsequent renewal, require a minimum of $13.30 per hour under Executive Order 13658. The document details hourly wage rates for various occupations, including administrative, automotive, food service, health, and technical roles. It also covers fringe benefits like health & welfare (with different rates for EO 13706-covered contracts), vacation, and eleven paid holidays. Special provisions include exemptions for certain computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. A conformance process for unlisted job classifications is also outlined, ensuring fair compensation for all covered employees.
    The General Decision Number CO20250015, effective September 5, 2025, outlines prevailing wage rates and labor standards for building construction projects in Adams County, Colorado, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document also provides specific hourly rates and fringe benefits for various skilled trades, including Carpenters, Electricians, Plumbers, and Ironworkers, with updates on modifications throughout 2025. It includes provisions for paid sick leave under Executive Order 13706 and guidelines for adding unlisted classifications. The document concludes with a detailed wage determination appeals process for interested parties.
    This document, part of Solicitation #36C77625R0084 for the "554-21-700P2 Design-Build EHRM Infrastructure Upgrades (Additional FCU's)- Aurora-CO" project, addresses technical questions from contractors regarding proposal submissions. Key clarifications include the acceptability of previously completed Past Performance Questionnaires (PPQs) and the allowance for past performance examples from proposed A/E firms acting as subcontractors, even if they did not serve as the prime contractor. If using subcontractor past performance, a Subcontractor Consent Form or Letter of Commitment is required with no specific format preference. Additionally, for Joint Ventures (JVs), it is acceptable for the "Project Experience" section to reflect the past performance and project history of only one JV member, provided that member meets the relevancy requirements. This document clarifies submission requirements to ensure compliance and facilitate a smooth proposal process for federal government RFPs.
    This document, "LEVEL 2 HVAC PLAN CLINIC BUILDING (SOUTH)", details the HVAC system for Level 2 of a Clinic Building, part of the Replacement Medical Center Facility in Aurora, Colorado. The plan outlines specifications for ductwork, terminal boxes, and airflows for various rooms, including offices, workrooms, and storage areas. Key directives include retaining the existing medium-pressure main ductwork, utilizing fan-powered series type terminal boxes with re-heat coils for exterior areas, and VAV with re-heat type for interior areas. New fire dampers are to be installed at existing shafts, and all new transfer ducts will be 12x12 unless specified otherwise. Ductwork relocation instructions are provided for several sections. The document emphasizes coordination with all trades for equipment and ductwork placement and adherence to pressure class standards for medium and low-pressure ductwork. Overall, it serves as a comprehensive guide for the installation and modification of the HVAC system on Level 2, ensuring proper ventilation and environmental control within the facility.
    This document, "10.MH.103 LEVEL 3 HVAC PLAN CLINIC BUILDING (SOUTH)," outlines the HVAC plan for Level 3 of the Clinic Building (South) at the Replacement Medical Center Facility in Aurora, Colorado. The plan details the existing medium pressure main ductwork system to remain, and specifies new installations including fan-powered series type terminal boxes with re-heat coils for exterior areas and VAV with re-heat type for interior areas. New fire dampers are to be installed at existing shafts, and all transfer ducts are new, sized at 12x12 unless otherwise noted. Key details include covering transfer air openings with 1/2" mesh screen, ductwork cleaning, and pressure class specifications for medium (4" W.G.) and low (2" W.G.) pressure ductwork. The document emphasizes coordination among all trades for equipment and ductwork placement, along with a list of room numbers and corresponding HVAC requirements (CFM and duct dimensions) for various spaces such as offices, telehealth rooms, classrooms, and storage areas. Overall, the file focuses on the precise technical specifications and coordination required for the HVAC system upgrades and installations within the clinic building.
    This document presents the Level 4 HVAC Plan for the Clinic Building (South) of the Replacement Medical Center Facility for the Eastern Colorado Health Care System in Aurora, Colorado. The plan details various HVAC components, including ductwork, terminal boxes, and airflow specifications for numerous rooms and corridors. Key instructions include maintaining the existing medium pressure main ductwork, installing fan-powered series type boxes with re-heat coils for exterior zones, and VAV with re-heat type boxes for interior zones. New fire dampers are required at existing shafts, and all transfer ducts are new, typically 12x12 inches. Ductwork must be cleaned before system startup, and pressure classes are specified for medium and low-pressure ductwork. All dimensions and equipment locations must be coordinated with other trades.
    The document, "LEVEL 2 HVAC PIPING PLAN CLINIC BUILDING (SOUTH)," provides a detailed HVAC piping plan for Level 2 of the Clinic Building (South) at the Replacement Medical Center Facility in Aurora, Colorado. The plan outlines various piping systems, including Hot Water Supply/Return (HWS/R), Chilled Water Supply/Return (CWS/R), and general maintenance access points. It specifies pipe sizes ranging from 3/4" to 4" and identifies numerous fan coils (FP, TU, and WCHP series) and other mechanical equipment. The document also details the layout of offices, work rooms, conference rooms, telecom rooms, electrical rooms, and other functional spaces, along with their corresponding identification numbers. Key elements include the termination of 1 1/4" CHS/R with a valve and cap for future chilled water fan coil units. The plan emphasizes the precise placement and sizing of HVAC components, ensuring proper functionality and accessibility for maintenance within a complex medical facility. The project is managed by the Office of Construction and Facilities Management.
    This government file, "LEVEL 3 HVAC PIPING PLAN CLINIC BUILDING (SOUTH)," dated 07/15/2011, details the HVAC piping layout for Level 3 of the Clinic Building (South) within the REPLACEMENT MEDICAL CENTER FACILITY, EASTERN COLORADO HEALTH CARE SYSTEM in Aurora, Colorado. The document includes a comprehensive list of rooms and their corresponding designations, such as offices, telehealth rooms, classrooms, labs, and support areas. It also specifies various piping types and sizes, including chilled water supply/return (CHS/CHR), hot water supply/return (HWS/HWR), and domestic cold water supply/return (CWS/CWR), ranging from 3/4" to 4". A key flag note indicates the requirement to terminate 1 1/4" CHS/R with a valve and cap for a future chilled water fan coil unit. The file is part of a larger project, "554-501," managed by the OFFICE OF CONSTRUCTION AND FACILITIES MANAGEMENT.
    This government file, "10.MP.104 LEVEL 4 HVAC PIPING PLAN CLINIC BUILDING (SOUTH)," details the HVAC piping layout for Level 4 of the Clinic Building (South) within the Replacement Medical Center Facility in Aurora, Colorado. The drawing provides a comprehensive overview of various piping systems, including Chilled Water Supply (CWS), Chilled Water Return (CWR), Hot Water Supply (HWS), Hot Water Return (HWR), Chilled Hot Water Supply (CHS), Chilled Hot Water Return (CHR), Low-Pressure Condensate (LPC), and Low-Pressure Steam (LPS), indicating their sizes and connections throughout different zones. The file also includes a flag note for terminating 1 1/4" CHS/R with a valve and cap for a future chilled water fan coil unit. The plan maps out numerous rooms and areas such as offices, exam rooms, patient and staff restrooms, IT/telecom rooms, and various support spaces, with specific identification numbers. It emphasizes maintenance access points and provides a scale for accurate representation. This detailed plan is essential for construction, maintenance, and future modifications of the HVAC systems in the facility, ensuring compliance with specifications for the Eastern Colorado Health Care System.
    The VA Program Contracting Activity Central in Independence, OH, has issued a Project Experience Questionnaire for solicitations. This questionnaire requires Offerors to detail their experience on referenced projects, specifically addressing elements relevant to the current solicitation. Key information requested includes project title, location, description, owner, and contact details. Offerors must list all contractors involved (prime and subcontractors), their roles, trade, specific work price, and performance periods. The questionnaire includes sections for describing project work, identifying relevant experience elements (e.g., greenfield civil work, multi-discipline coordination, medical gases, medical facility work, and challenges with large medical imaging equipment), explaining changes to original price and schedule, and providing any additional relevant project information. The submittal can include photos, narratives, and charts to demonstrate experience and relevancy, and can be expanded as needed.
    The Past Performance Questionnaire (PPQ) is a critical document used by the VA Program Contracting Activity Central (PCAC) to evaluate an offeror's past performance for potential contract awards. The form is divided into two main sections: Section 1, completed by the contractor, details their information, contract specifics (title, number, type, location, dates, and prices), and a project description outlining its scope and relevance. Section 2, completed by the client (evaluator), gathers feedback on the offeror's performance across various categories including quality, schedule/timeliness, communication, management/personnel, cost/financial management, and subcontract management. Evaluators assign adjectival ratings (Outstanding, Above Average, Satisfactory, Unsatisfactory, Not Applicable) with definitions provided to ensure consistency. The completed PPQ is submitted by the offeror as part of their proposal and is crucial for the VHA-PCAC's assessment of their ability to perform the work as described in the solicitation.
    This document is Amendment 0001 to Solicitation Number 36C77625R0084, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The effective date of this amendment is October 23, 2025. The purpose of this amendment is to provide responses to all Phase I technical questions that have been received. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing and returning copies, acknowledging on their offer, or sending a separate communication, with failure to do so potentially resulting in rejection of their offer. The contracting officer is Jessica Hicks.
    Similar Opportunities
    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.
    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.
    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.
    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. This project, designated as 531-24-104, involves significant upgrades including the installation of fan coil units, heat exchangers, and a closed heating loop utilizing geothermal water, with a contract value estimated between $500,000 and $1,000,000. The procurement is set aside for small businesses, and proposals are due by December 11, 2025, at 12:00 PM MT, with a performance period of 180 calendar days from the Notice to Proceed. Interested contractors should contact Alan Perez at Alan.Perez@va.gov or 360-690-1832 for further details.
    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) in Fayetteville, Arkansas, under solicitation number 36C25626Q0165. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses a base year plus four option years, requiring comprehensive maintenance services for various HVAC/R systems, including chillers, cooling towers, and boilers, with specific attention to preventative maintenance schedules and emergency service protocols. This procurement is critical for ensuring the operational efficiency and safety of healthcare facilities, with a focus on compliance with safety and security standards. Interested parties must submit their offers by December 11, 2025, at 10 AM CST, and direct any inquiries to Diyonne Williams at diyonne.williams@va.gov or by phone at 601-206-6956.
    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.
    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.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project, estimated to cost between $5,000,000 and $10,000,000, is critical for modernizing the facility's data management capabilities and ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by December 18, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@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 is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. The project requires the contractor to provide all necessary labor, materials, and design services to ensure compliance with VA guidelines and applicable codes, including the installation of a new Building Automation System and upgrades to HVAC components. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to have a contract value between $1 million and $5 million, with a performance period of 270 calendar days from the Notice to Proceed. Interested parties must submit their proposals for Phase I by December 17, 2025, and direct any inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.