J045--Project Name: HVAC Preventative Maintenance (318); Station Location: Winston Salem, North Carolina, VARO; Project Locations: Hiram Ward Federal Building and Wells Fargo Building
ID: 36C10D25Q0104_1Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide HVAC Preventative Maintenance services for the Winston Salem Veterans Affairs Regional Office, specifically at the Hiram Ward Federal Building and Wells Fargo Building. The contract encompasses a base year and four optional renewal periods, with an estimated total value of $47 million, and requires contractors to conduct quarterly inspections, maintain nineteen HVAC systems, and ensure compliance with all applicable regulations. This procurement reflects the federal government's commitment to supporting veteran-owned businesses while ensuring high standards of maintenance in government facilities. Interested parties must submit their quotations by June 23, 2025, and direct any inquiries to Dirk Kelley at Dirk.Kelley@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a Request for Quotations (RFQ) for HVAC Preventative Maintenance services for the Department of Veterans Affairs, specifically the Winston Salem Veterans Affairs Regional Office. The solicitation is targeted exclusively at Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) certified in the Small Business Administration database. The contract includes a base year and four optional renewal periods, with a total estimated value of $47 million. Key responsibilities of the contractor include conducting quarterly inspections, providing maintenance services for nineteen HVAC systems, and generating written reports after each visit. The inspections will cover various operational checks and require compliance with all applicable regulations. Notably, the contractor must adhere to strict invoicing procedures and ensure proper cleaning and environmental compliance during the maintenance services. Questions regarding the solicitation must be submitted by June 9, 2025, and quotations are due by June 18, 2025. This RFQ exemplifies the federal government’s commitment to supporting veteran businesses while ensuring high standards of service maintenance in government facilities, reflecting broader trends in contracting and procurement within federal initiatives that prioritize engagement with small disadvantaged businesses.
    The document serves as an amendment to the solicitation for the HVAC Preventative Maintenance project at the Veterans Affairs Regional Office in Winston Salem, North Carolina. It outlines significant updates including responses to sixteen Requests for Information (RFIs) and an extension of the quotation submission deadline to June 23, 2025, at 3:00 PM EST. Importantly, no further RFIs will be accepted following this amendment. The published amendment emphasizes the need for contractors to acknowledge receipt of these changes by specific means to ensure their bids remain valid. All other terms and conditions previously established will remain unchanged, reinforcing the importance of adhering to the set guidelines. This amendment illustrates the federal government's ongoing commitment to maintain transparency and facilitate smooth participation in contract bidding processes.
    The VAAR 852.219-75 outlines the limitations on subcontracting for contracts awarded under the Department of Veterans Affairs (VA). It mandates that contractors, if awarded contracts for services, general construction, or special trade construction, must adhere to specific subcontracting thresholds whereby they cannot pay more than 50% (for services), 85% (for general construction), or 75% (for special trade construction) of government funds to non-SDVOSB/VOSB firms. This requirement underscores the importance of supporting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). The document emphasizes compliance and accountability, stating that failure to adhere to these guidelines could result in legal repercussions, including fines and contract debarment. Offerors must provide a formal certification of compliance along with their bids, ensuring transparency and commitment to these regulations. The VA reserves the right to review compliance documentation at any time during or after contract performance. This clause serves to promote veteran-owned enterprises while enforcing compliance and integrity within government contracting processes.
    The Past Performance Questionnaire (PPQ) for Solicitation Number 36C10D25Q0104 focuses on evaluating contractors' performance regarding HVAC Preventative Maintenance services. Contractors are required to provide detailed information, including contract identification, performance evaluations across seven categories, and contact information for the evaluator. The evaluation section rates performance based on criteria such as quality of service, timeliness, business relations, management of key personnel, compliance with environmental and safety standards, cost management, and contractual considerations. The ratings range from Exceptional (E) to Unsatisfactory (U). Specific questions assess the contractor's history, including past violations, non-compliance, terminations, and subcontracting plans. Ultimately, the data collected will inform the decision-making process for awarding a federal contract, emphasizing the need for honest and thorough responses to ensure complete assessments of contractors' qualifications and past performances.
    The government document consists of a series of questions likely related to a Request for Proposals (RFP) or grant application process. The questions appear to solicit detailed information from applicants on various aspects relevant to the proposal or grant, touching upon essential criteria such as project objectives, methodologies, expected outcomes, and qualifications of personnel involved. Each question addresses specific components that applicants must cover to demonstrate their capabilities and align with governmental priorities. The focus of the document is to ensure comprehensive responses that facilitate evaluation by government agencies, thereby streamlining the selection process for funding or partnership opportunities. The structured format suggests an emphasis on clarity and thoroughness in the proposals, which is pivotal for compliance with federal and state guidelines. Collectively, the questions form a framework that helps the government assess the viability and impact of the proposed initiatives, reinforcing transparency and accountability in the allocation of public resources.
    The document addresses a series of clarifications related to an HVAC maintenance contract for government facilities. Notably, it confirms that any HVAC unit replacements will adhere to the 'Brand Name or Equal' policy and that maintenance will follow the manufacturer's checklist unless a more detailed approved version is available. Preventative maintenance services will involve a walk-through and informal briefing to identify immediate and future actions. It specifies that the contractor is entitled to four emergency service visits per year without additional costs, strictly covering labor and minor corrections. Repairs may require separate purchase orders based on cost assessments. The procurement process is a recompete of an existing contract, specifying the incumbent contract number. Bidders are not permitted to conduct site visits and must submit evaluations within page limits, with certain documents like cover pages being exempt from these limits. This contract aims to streamline the maintenance and management of HVAC systems in federal buildings while ensuring compliance with federal regulations and standards.
    Similar Opportunities
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.
    J041--SPS VFD REPLACEMENT 26 WASHINGTON DC VAMC 688-26-1-459-0041
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the replacement of Variable Frequency Drives (VFD) at the Washington DC VA Medical Center (VAMC). The project involves replacing two ABB ACH580 VFDs with bypasses, upgrading from existing ACH-550-031A-4 VFDs to ACH-550-045A-4 or equivalent, while ensuring continuous operation of air handlers. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561210, emphasizing the importance of supporting veteran-owned enterprises in facilities support services. Interested contractors must submit their quotes by December 19, 2025, at 10:00 AM EST, and can contact Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or 843-814-0299 for further details.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract requires comprehensive services including testing, inspections, preventative maintenance, corrective repairs, and emergency services, with a focus on ensuring the safe and efficient operation of critical mechanical systems. This opportunity is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a base year with four one-year option periods, running from March 2026 to March 2031. Interested parties should note the extended deadline for offer submissions is December 24, 2025, at 1:00 PM CST, and can contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further information.
    Y1DZ--NRM - CONSTR PROJ - 630-26-102 Design Build HVAC Bldgs. 4 and 5
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the "Design Build HVAC Bldgs. 4 and 5" project at the Manhattan Campus VA Medical Center in New York. This project aims to upgrade the air conditioning plants by installing three new chillers and associated cooling towers, addressing current ventilation insufficiencies and heat generated by new equipment. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 236220 and a small business standard of $45 million; the estimated construction magnitude is between $2,000,000 and $5,000,000, requiring a 20% Bid Bond. The solicitation is expected to be posted around January 5, 2026, and interested parties can contact Kim Gomez at kimberly.gomez@va.gov for further inquiries.
    Combined Synopsis Solicitation - 36C78626Q50013 - HVAC and BMS Maintenance Services for Calverton National Cemetery -- J041
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) and Building Management System (BMS) maintenance services for the Calverton National Cemetery in New York. The contractor will be responsible for performing maintenance services in accordance with the Statement of Work outlined in the solicitation. These services are crucial for ensuring the proper functioning of HVAC systems, which are essential for maintaining a suitable environment at the cemetery. Interested parties should contact Contracting Officer Sarah Poole at sarah.poole1@va.gov for further details, and must ensure to include a signed copy of any amendments with their quote package.
    C223--Air Handlers with Auxiliary Chillers (A/E Design)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to establish a design contract for the replacement of Air Handling Units and Auxiliary Chillers at the Durham VA Medical Center in North Carolina. The selected firm will provide comprehensive investigative services, prepare contract drawings and specifications, and offer construction period services, all under a Single Award Task Order Contract (SATOC) with a five-year performance period. This project is critical for addressing HVAC deficiencies identified in a recent Facility Conditions Assessment, ensuring the continued operation of the medical center while enhancing its infrastructure. Interested firms must submit their SF330 qualifications by 8:00 AM EST on January 12, 2026, and must be verified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to be eligible for consideration, with an estimated construction cost ranging between $5,000,000.00 and $10,000,000.00. For further inquiries, contact Keith Hunter at keith.hunter@va.gov or call 757-315-2647.
    J044--Boiler Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Boiler Maintenance services for the Central Virginia VA Health Care System located in Richmond, Virginia. This procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with the applicable NAICS Code being 811310 and a size standard of $12.5 million. The maintenance services are critical for ensuring the operational efficiency and safety of the medical center's boiler systems. The solicitation (36C24626Q0211) is expected to be released around December 19, 2025, with a response deadline of December 29, 2025. Interested parties should direct all correspondence via email to Cedric Frasier at cedric.frasier@va.gov, as telephone inquiries will not be accepted.
    J045--FAN COIL UNIT REPLACEMENT
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 7, is seeking qualified contractors for a Fan Coil Unit Replacement project at the WJB Dorn VA Medical Center in Columbia, South Carolina. This procurement, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires the contractor to provide all necessary labor, travel, equipment, supplies, and materials for the replacement of fan coil units. The project is critical for maintaining the facility's heating and cooling systems, ensuring a comfortable environment for veterans receiving care. The solicitation, Request for Quote 36C24726Q0165, is expected to be posted on sam.gov around December 19, 2025, with quotes due by January 16, 2026. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Stanley Turner at Stanley.turner@va.gov or by phone at 404-828-5310.
    J041--Ventilation System Verification Testing and Balancing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide ventilation system verification testing and balancing services for the San Francisco VA Health Care System and Mission Bay facilities. The procurement includes a base year and four option years, with services required to ensure compliance with ventilation standards across over 231 rooms, including critical areas such as operating and isolation rooms, while minimizing disruption to patient services. This contract is particularly important for maintaining air quality and safety in healthcare environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must register in the System for Award Management (SAM) and submit their quotes in accordance with the solicitation requirements by the specified deadlines, with further inquiries directed to Contracting Officer Emily Trinh at Emily.Trinh@va.gov.