Z1DA--657-23-101JB FCA Replace Various Air Handling Units/Chillers Buildings 1, 24 and 51
ID: 36C25525R0097Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is soliciting proposals for a federal contract to replace various air handling units and chillers at the Jefferson Barracks Division of the VA Medical Center in St. Louis, Missouri, under Solicitation Number 36C25525R0097. The project, identified as 657-23-101JB, aims to upgrade the heating, ventilation, and air conditioning systems in Buildings 1, 24, and 51, addressing existing facility conditions with an estimated budget between $5 million and $10 million. This procurement is critical for enhancing energy efficiency and improving the healthcare environment for veterans, ensuring compliance with federal sustainability initiatives. Interested contractors must submit their proposals by August 12, 2025, at 10:00 AM Central Time, and are encouraged to contact Contract Specialist Sean P. Jackson at Sean.Jackson@va.gov for further inquiries.

    Point(s) of Contact
    Sean P JacksonContract Specialist
    Sean.Jackson@va.gov
    Files
    Title
    Posted
    This government file outlines specifications for HVAC and boiler plant insulation at the Jefferson Barracks VA Medical Center in St. Louis, MO, under project #: 657-23-101JB. The document details requirements for field-applied insulation for thermal efficiency and condensation control on piping, ductwork, and equipment. It defines key terms like
    The project at Jefferson Barracks VA Medical Center focuses on replacing various air handling units, emphasizing the application of appropriate insulation for enhanced thermal efficiency and condensation control in HVAC systems. The document details terminology relevant to HVAC insulation, specifications for materials to be used, quality assurance criteria, and compliance with established safety standards including those from the National Fire Protection Association (NFPA). Key materials specified include mineral fiber, rigid cellular phenolic foam, and flexible elastomeric insulation, each with defined fire and smoke ratings. The document also outlines installation requirements, including jacket specifications, storage conditions, and guidelines for handling various pipe sizes based on operational temperatures. The broader context of this initiative aligns with federal and state commitments to upgrade medical facility infrastructure, ensuring operational efficiency and occupant safety while adhering to regulatory standards. This priority reflects a commitment to modernizing healthcare environments, thus enhancing patient care and operational effectiveness within government healthcare facilities.
    Amendment A00002 to Solicitation 36C25522R0097, titled “FCA Replace Various Air Handling Units/Chillers Buildings 1, 24 and 51s – Project 657-23-101JB,” addresses clarifications and modifications to a Department of Veterans Affairs RFP. The amendment provides responses to bidder inquiries (RFIs) regarding temporary cooling solutions for the morgue, specifying the use of a temporary mobile cooler. It also clarifies requirements for temporary AHU rentals, emphasizing the need for rental companies to provide their own maintenance personnel and approving equivalent alternatives to Trane units. Detailed specifications for various AHUs, including nominal CFM, ESP, and electrical requirements, are provided. Additionally, the amendment includes a steam trap schedule with manufacturer, size, pressure, and condensate load for heating coils and humidifiers. It states that drip traps are not required for anticipated piping lengths, but contractors must verify. The amendment also includes attached spec sheets and clarifies that as-built drawings will be provided in a future amendment. An unarmed security guard is not required for this project. The due date for proposals remains July 28, 2025, at 10:00 AM Central Time.
    The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 15, has issued Amendment 0003 to Solicitation 36C25525R0097, extending the deadline for offers to August 4, 2025, at 10:00 AM CDT. This amendment's purpose is to allow for additional clarification, with anticipated answers to be published early next week. Offerors must acknowledge receipt of this amendment to avoid rejection of their proposals. The amendment modifies the original solicitation by changing the hour and date for receipt of offers.
    This document is Amendment 0004 to Solicitation Number 36C25525R0097, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 15. The purpose of this amendment is to extend the due date for receipt of offers to August 12, 2025, at 10:00 AM Central Daylight Time (CDT). This extension is to allow for the publication of answers to additional clarification questions, which are anticipated to be released early next week. Offerors are reminded that acknowledgment of all amendments is required, and failure to do so may result in the rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
    This amendment to solicitation 36C25525R0097 from the Department of Veterans Affairs, Network Contracting Office (NCO) 15, provides crucial clarifications and answers to vendor questions regarding a construction project. Key updates include: the morgue at JB can be shut down during construction, with patients being transported to the JC morgue as a backup; specific details and power supply options for temporary Air Handling Units (AHUs) in Buildings 1, 24, and 51 are provided, along with a mandate for contractors to ensure a maintenance plan for these units; and detailed specifications for steam traps are outlined, confirming that drip traps are not required for anticipated piping lengths. The due date for proposals remains August 12, 2025, at 10:00 AM Central Time. Failure to acknowledge all amendments may result in rejection of the offer.
    The Department of Veterans Affairs (VA) is soliciting proposals for a construction contract (Solicitation Number 36C25525R0097) to replace various air handling units and chillers at the Jefferson Barracks Division of the VA Medical Center in St. Louis, Missouri. The project, identified as 657-23-101JB, aims to upgrade heating, ventilation, and air conditioning systems in Buildings 1, 24, and 51, addressing poor facility conditions with a cost estimate between $5 million and $10 million. Contractors are required to attend a site visit scheduled for June 11, 2025, and submit proposals by July 14, 2025. The evaluation will follow a “Best Value” model prioritizing technical experience, project execution, safety plans, and past performance, with price being a significant factor. Contractors must comply with specific bonding requirements and demonstrate experience in similar hospital environments. The project aims to enhance energy efficiency and improve the healthcare environment for veterans, aligning with federal sustainability initiatives.
    The Department of Veterans Affairs is issuing a presolicitation notice for the project 657-23-101JB, aimed at replacing various air handling units and chillers in Buildings 1, 24, and 51 at the Jefferson Barracks Division in St. Louis, MO. This initiative is part of the Veterans Affairs Saint Louis Health Care System’s mission to provide high-quality care to veterans. The project's scope focuses on addressing poor Facility Condition Assessments (FCA) by replacing outdated mechanical equipment, which includes air handling units, ductwork, and pumps, some of which have exceeded their operational lifespan by decades. The upgrades are expected to enhance energy efficiency, reduce greenhouse gas emissions, and improve environmental conditions for patient care. The presolicitation specifies a small business set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and sets a response deadline of June 4, 2025. For further inquiries, interested parties can contact Jennifer Hill at the provided email address. This project reflects the VA’s commitment to ensuring infrastructure modernization while adhering to environmental sustainability goals and patient comfort standards.
    The document pertains to an amendment of a solicitation for a construction contract managed by the Department of Veterans Affairs, primarily regarding modifications to air handling units (AHUs) and related mechanical systems. Key points include an extension of the proposal deadline to July 28, 2025, and clarification of several technical specifications concerning asbestos removal, airflow measurements, and required configurations for various heating, ventilation, and air conditioning (HVAC) units. The amendment also addresses bidder inquiries regarding roles of personnel, project-specific requirements, and required qualifications for subcontractors. An emphasis on safety, environmental protection, and regulatory compliance is evident throughout, including considerations for infection control and humidity management. Additional clarifications regarding the exclusion of work on Building 3, provisions for temporary facilities, and resolutions for contract performance in active healthcare settings are noted. Each inquiry and response illustrates the ongoing communication between the contracting office and potential bidders to ensure a clear understanding of project expectations. This amendment reflects the VA's commitment to facilitating a comprehensive and competitive bidding process in adherence to federal guidelines.
    This document serves as Amendment A00002 to Solicitation 36C25522R0097 for the replacement of various air handling units and chillers at the Department of Veterans Affairs sites. It provides important clarifications regarding the construction process, specifically concerning temporary cooling solutions during HVAC replacements and the appropriate sizing of temporary rental units. The amendment confirms the proposal submission deadline remains unchanged at July 28, 2025, and emphasizes the necessity of acknowledging all amendments to avoid rejection of offers. Key responses to contractors include instructions for using mobile coolers during morgue shutdowns, requirements for electrical coordination, and specifications for steam trap installations. Further clarifications on heating and cooling unit specifications are included, along with the stipulation for maintenance support for rental equipment. The document indicates that the need for unarmed security is deemed unnecessary for this project. Attachments, including specification sheets and guidelines, are referenced to assist contractors in accurately assessing their bids and deliverables. Overall, this amendment underscores the ongoing communication necessary for effective project execution while ensuring adherence to federal procurement standards.
    The document is an amendment to a federal solicitation concerning the Department of Veterans Affairs, specifically from the Network Contracting Office (NCO) 15. Its main purpose is to extend the deadline for receiving proposals related to solicitation number 36C25525R0097 to August 4, 2025, at 10:00 AM CDT. The extension is provided to allow time for responses to additional clarification requests that were expected to be published shortly. It emphasizes the importance of acknowledging all amendments issued for the solicitation, as failure to do so may lead to rejection of offers. The document is structured with detailed sections including contractor information, accounting data, and signatures from the contracting officer. The intent behind this amendment is to ensure a fair bidding process while maintaining compliance with federal guidelines and allowing bidders adequate time to prepare their proposals based on clarifications.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically by the Network Contracting Office (NCO) 15. The main purpose of this amendment is to extend the due date for proposals related to solicitation number 36C25525R0097. The new deadline for receipt of offers is set for August 12, 2025, at 10:00 AM Central Daylight Time. This extension allows time for additional clarifications to be provided to potential bidders, which are expected to be published shortly. The document outlines the importance of acknowledging this amendment when submitting offers, as failure to do so may lead to the rejection of proposals. It includes standard formatting and instructions relevant to federal procurement processes, emphasizing adherence to the specific terms and requirements stated within the solicitation modifications. The amendment highlights the federal government's ongoing commitment to transparency and engagement within the procurement process, particularly when handling contract modifications and solicitations in the context of federal grants and RFPs.
    The document outlines a Request for Proposal (RFP) for the replacement of various air handling units and chillers in Buildings 1, 3, 24, and 51 at the Jefferson Barracks VA Medical Center in St. Louis, Missouri. The contractor is responsible for site preparation, demolition, installation, and completion within a specified period of 270 days post-Notice to Proceed, with adherence to safety and quality control requirements. Essential work includes mechanical and electrical construction, environmental safety compliance, and specific phasing to minimize disruption to hospital operations. Security protocols delineate access control for contractors and the requirement for a security plan is mandated. The document specifies general requirements such as maintaining existing utility services, temporary environmental controls, maintaining infection control measures, and safeguarding patient areas. Additionally, thorough records and reporting for warranty management, alterations, and as-built drawings are essential for project execution. The RFP showcases the VA's commitment to enhancing infrastructure while ensuring operational integrity and meticulous adherence to regulations during the construction process.
    The VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (NOV 2022) outlines requirements for offerors regarding subcontracting limitations for VA contracts. As per 38 U.S.C. 8127(k)(2), offerors must certify compliance with specific percentages of work that can be subcontracted to non-VIP-listed SDVOSBs or VOSBs. For services, this limit is 50%; for general construction, 85%; and for special trade construction, 75%. The cost of materials is excluded from these calculations in construction contracts. Offerors acknowledge that false certifications can lead to criminal, civil, or administrative penalties. If an SDVOSB/VOSB acts in bad faith, it may face referral to the VA Suspension and Debarment Committee, fines, or prosecution. Contractors may be required to provide documentation to VA to demonstrate compliance, and failure to do so can result in remedial action. A formal certification must be completed, signed, and submitted with the offer, or the offer will be deemed ineligible for evaluation and award.
    The VA Notice of Limitations on Subcontracting outlines the compliance requirements for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It specifies that if awarded a contract, the contractor must adhere to subcontracting limitations, allowing them to pay no more than 50% of the total amount to non-VIP-listed SDVOSBs for services, 85% for general construction, and 75% for special trade construction. All subcontracted work by VIP-listed firms counts towards these limits. The document underscores the seriousness of these certifications, with potential criminal and civil penalties for false claims, including referral for suspension, fines, or prosecution. It stipulates that contractors may be required to provide documentation to verify compliance throughout the contract’s duration. The certification must be signed and submitted with the bid as proposals lacking this certification will be deemed ineligible. This clause is part of broader federal procurement regulations aimed at promoting small business participation in government contracts while ensuring that SDVOSBs and VOSBs are the primary beneficiaries of awarded contracts.
    This government file, General Decision Number MO20250089, effective June 13, 2025, outlines prevailing wage rates and labor standards for building construction projects in St. Louis and Washington Counties, Missouri. It supersedes MO20240089 and applies to non-residential construction. The document 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) for federal contracts subject to the Davis-Bacon Act, with annual adjustments. It lists specific wage and fringe benefit rates for various trades, including asbestos workers, bricklayers, carpenters, electricians, elevator mechanics, and power equipment operators. Additionally, it covers requirements for paid sick leave under Executive Order 13706 for federal contractors. The file also provides guidance on appealing wage determinations and understanding rate identifiers (Union, Union Average, Survey, State Adopted).
    The document outlines General Decision Number MO20250089, effective June 13, 2025, for construction projects in St. Louis and Washington Counties, Missouri. It indicates that projects are governed by the Davis-Bacon Act, necessitating compliance with minimum wage rates specified under Executive Orders 14026 and 13658. For contracts entered or renewed post-January 30, 2022, the wage is set at a minimum of $17.75 per hour, escalating as per future adjustments. Prior contracts fall under Executive Order 13658, requiring wages of at least $13.30 per hour. The wage determination lists various classifications of labor, specifying wage rates and fringe benefits for skilled trades, including electricians, laborers, and plumbers, along with rates for specific equipment operators. The document concludes with guidelines on the appeals process for wage determination disputes, emphasizing compliance with specified labor standards. This information is vital for contractors bidding on government contracts, reinforcing adherence to mandated wage rates and labor standards crucial for employee protection and fair compensation within federally funded construction projects.
    The document is a Past Performance Client Questionnaire, Attachment 6 to Solicitation 36C25525R0097, for the 657-23-101JB FCA Replace Various Air Handling Units/Chillers project. Its purpose is to evaluate a contractor's past performance by gathering feedback from clients. The questionnaire is structured into several sections, including general information on the contractor and respondent client, transmittal instructions for submitting the completed survey to Jennifer Hill and Tonesha King at Network Contracting Office 15 (NCO 15), and a detailed performance information section. This section uses adjectival ratings—Exceptional, Good, Satisfactory, Marginal, Unsatisfactory, and Neutral/Not Applicable/Unknown—to assess performance across key areas: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, Safety/Security, and General. Clients are asked to rate specific aspects within these categories and provide an overall rating, along with narrative comments on strengths, weaknesses, and any other relevant observations. The document emphasizes the importance of frank responses to assist in evaluating performance risk.
    The document is a Past Performance Questionnaire related to the federal solicitation for the replacement of air handling units and chillers (36C25525R0097). It is designed to evaluate contractors based on their previous performance on similar projects. The form is divided into sections requesting general information about the contractor, details about the respondent providing feedback, and a series of evaluative criteria. Respondents must rate the contractor on various performance aspects, including quality, schedule adherence, customer satisfaction, management effectiveness, financial management, safety, and overall compliance with contractual obligations. Each criterion offers a range of adjectival ratings from "Exceptional" to "Unsatisfactory" that express the respondents’ assessments. The questionnaire concludes with an open section for comments on the contractor's strengths and weaknesses. This evaluation process is critical for identifying contractors capable of meeting federal standards, ensuring successful project execution, and maintaining accountability within government contracts.
    The Pre-Proposal Conference for Solicitation No. 36C25525R0097, "FCA Replace Various Air Handling Units/Chillers Buildings 1, 24 and 51" at St. Louis VAMC Jefferson Barracks, outlined contractual and administrative requirements for potential bidders. This procurement, estimated between $5,000,000 and $10,000,000 with a 270-day performance period, is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key requirements include SAM and SBA VetCert registration under NAICS code 238220, 25% prime contractor labor performance, and electronic proposal submission (under 10MB per email) by the deadline. Evaluation factors, in order of importance, are non-price factors (Prime Contractor Construction Experience, Project Execution, Key Personnel Experience, Prime Contractor’s Safety Plan, Past Performance) and then price. Bid bonds and a surety letter detailing bonding capability are required. All questions must be submitted in writing to Jenna Hill and Tonesha King by June 18, 2025. Sales tax must be included in bids. Remarks at the conference do not supersede the solicitation terms, which remain unchanged unless amended in writing.
    The pre-proposal conference for the VA's project, "FCA Replace Various Air Handling Units/Chillers in Buildings 1, 24, and 51" at the St. Louis VAMC Jefferson Barracks, was held to discuss project requirements and contractual issues. The procurement, solicitation number 36C25525R0097, is specifically set aside for Service Disabled Veteran-Owned Small Businesses. The estimated construction cost is between $5 million and $10 million, with a performance period of 270 days. Key points include the necessity for proposals to adhere to submission guidelines, including electronic submission and original bid bonds. Evaluation criteria emphasize non-price factors such as contractor experience, execution, personnel, safety plans, and past performance, which are weighted more heavily than price. Attendees were reminded to ask technical questions in writing and submit them by a specified deadline. The meeting emphasized compliance with regulations, including tax considerations and insurance coverage during contract periods, ensuring a smoothly conducted project amidst operational challenges. The proceedings were managed by Contracting Officer Jenna Hill and her team, aiming to clarify expectations and foster networking opportunities.
    The document outlines the specifications and components of various Spirax-Sarco float and thermostatic (F&T) steam traps, essential for effective steam management in industrial applications. It details multiple models, including FT-15 to FT-200, FTI, and FT450, highlighting their maximum pressure ratings, pipe sizes, capacities, and repair parts. The traps are characterized by their durability, with stainless steel parts to ensure corrosion resistance and reliable performance in continuous drainage of condensate. The document supports replacement options for obsolete models while emphasizing the importance of selecting the appropriate trap based on system demands for gas and condensate drainage. This information is relevant for government agencies, contractors, and maintenance operators involved in procurement for federal grants, RFPs, and local governmental projects, ensuring compliance with standards for industrial steam applications.
    Trane Rental Services provides a catalog for packaged DX air conditioning units as part of their rental offerings. The document outlines critical safety guidelines, emphasizing the proper handling of refrigerants to mitigate environmental impacts, particularly concerning ozone-depleting substances. The guidelines highlight the importance of certified technicians, adherence to the Federal Clean Air Act, and local regulations regarding refrigerant management. The catalog details various air conditioning models, including specifications for cooling capacities, airflow, electrical data, and operational considerations such as ventilation, economizing capabilities, and temperature control options. Several models offer features like hot gas reheat and variable frequency drives (VFD), tailored for different cooling needs and environmental conditions. The document describes installation requirements, including dimensions, weights, and operating clearances essential for efficient deployment. Overall, this catalog serves as a comprehensive resource to ensure responsible usage and installation of Trane's Voyager™ units, targeting consumers involved in acquiring temporary cooling solutions through RFPs and governmental grants. Its focus on compliance, safety, and technical data positions the document as a valuable tool for contractors and facility managers navigating the rental equipment market.
    The document pertains to the technical specifications and performance details of HVAC air handling units identified as AHU-1-01, AHU-1-02, and AHU-24-01 for the Department of Veterans Affairs facility in St. Louis, MO. Each unit features energy-efficient components, including variable frequency drives (VFDs), high-efficiency motors, and advanced filtration systems, such as MERV-rated filters, aimed at optimizing indoor air quality and energy use. Key parameters discussed include design specifications, operating capacities, acoustics, and energy efficiencies. The units are designed with varying horsepower and include substantial cooling and heating capacities supported by chilled water and steam coils. Performance summaries for chilled and steam coils detail airflow, thermal performance, and efficiency metrics necessary for compliance and operational reliability. The documentation emphasizes the necessity for precise installation and configuration as per the specifications to prevent operational inefficiencies. This aligns with federal and local mandates governing building standards and maintenance, ensuring functional integrity and safety within the healthcare environment of the VA. Overall, these detailed designs showcase a commitment to modernizing HVAC systems while adhering to rigorous performance and efficiency standards critical to maintaining service quality in veteran healthcare facilities.
    Similar Opportunities
    Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@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.
    Y1DA--657-26-109JB, Upgrade Master Boiler Program Logic Controls l STL
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to participate in a Sources Sought Announcement for the Upgrade Master Boiler Program Logic Controls at the St. Louis Jefferson Barracks, MO VAMC (Project 657-26-109JB). The objective of this procurement is to replace outdated hardware and software in the Plant Master Panel, three boiler PLCs, and the SCADA system with modern, supported platforms, ensuring improved reliability and safety. This project, estimated to cost between $250,000 and $500,000, requires contractors to provide all necessary labor, materials, and resources while adhering to specified regulations and standards. Interested firms must submit a Capability Statement by December 10, 2025, detailing their experience and socio-economic status under NAICS code 238220, and should contact Kevin A. Mahoney at kevin.mahoney3@va.gov for further information.
    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.
    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) in Fayetteville, Arkansas, under solicitation number 36C25626Q0165. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), includes a base year and four option years, covering a range of services such as scheduled and emergency maintenance for various HVAC/R systems, including chillers, cooling towers, and boilers. This procurement is crucial for ensuring the operational efficiency and reliability of HVAC systems within a healthcare environment, which directly impacts patient care and facility management. Interested parties must submit their offers by December 11, 2025, at 5 PM CST, and can contact Diyonne Williams at diyonne.williams@va.gov for further information.
    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.
    657-23-117, Create Cohesive Wayfinding System for Veterans, Bldg.1
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to create a cohesive wayfinding system at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. The project aims to enhance the veteran experience by updating outdated architectural finishes and installing directional kiosks, informational monitors, and displays honoring each military branch. This initiative is crucial for improving navigation and accessibility within the facility, with an estimated construction cost between $500,000 and $1 million. Interested vendors must submit their capabilities by 2:00 PM CST on December 22, 2025, via email to Gislaine Dorvil at Gislaine.Dorvil@va.gov, referencing "SOURCES SOUGHT: Project 657-23-117 Create Cohesive Wayfinding System for Veterans, Bldg. 1" in the subject line.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Jefferson Barracks National Cemetery, Sylvan Springs Phase 1 Development project in St. Louis, Missouri. This project aims to expand the cemetery by 33.6 acres, increasing burial capacity to accommodate an estimated 208,000 veterans in the St. Louis area until FY 2045, with a focus on providing efficient casketed and cremation options. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), includes general construction and pre-placed crypts, with a total performance period of 912 calendar days, including an Early Turnover phase of 252 days. Proposals are due by January 14, 2026, and interested parties should contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.