H999--Air Testing and Balancing
ID: 36C25225Q0281Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

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

PSC

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 1:00 PM UTC
Description

The Department of Veterans Affairs is seeking a contractor to provide air testing, adjustment, balancing, and reporting services at the Tomah VA Medical Center and its associated clinics. The contract, which spans from May 1, 2025, to April 30, 2026, includes four optional extension years and requires compliance with the VA's HVAC Design Guide, ensuring proper airflow and room pressure in critical care areas. This procurement is vital for maintaining a safe and compliant healthcare environment for veterans, with an emphasis on contractor qualifications, including certifications from the National Environmental Balancing Bureau (NEBB) or the Associated Air Balance Council (AABC). Interested parties should contact Contract Specialist Derrick A Paquette at Derrick.Paquette@va.gov for further details and adhere to the specified solicitation timelines.

Point(s) of Contact
Derrick PaquetteContracting Officer
(414) 844-4859
derrick.paquette@va.gov
Files
Title
Posted
Mar 20, 2025, 12:06 PM UTC
The presolicitation notice outlines a request for proposals (RFP) for air testing and balancing services at the Tomah VA Medical Center in Tomah, Wisconsin. The contracting office is part of the Department of Veterans Affairs, located in Milwaukee, Wisconsin, and the solicitation number for this project is 36C25225Q0281. Proposals are due by April 14, 2025, at 8:00 AM Central Time, with a set-aside for the Small Business Administration (SBA) program. The relevant product service code is H999, and the NAICS code is 238220, which pertains to specialty trade contractors. This presolicitation indicates a structured approach to acquiring necessary air testing and balancing services, emphasizing transparency and compliance with federal contracting standards. Interested parties should direct inquiries to the contracting officer, Derrick Paquette, via his provided email.
Mar 20, 2025, 1:06 PM UTC
The Request for Quote (RFQ) seeks a contractor to provide air testing, adjustment, balancing, and reporting services at the Tomah VA Medical Center and its associated clinics. The contract period spans from May 1, 2025, to April 30, 2026, with four optional extension years. It is crucial for compliance with the VA's HVAC Design Guide and involves verifying airflow and room pressure in various critical care areas. The contractor must hold relevant certifications to execute these services, following standards set by the National Environmental Balancing Bureau (NEBB) or the Associated Air Balance Council (AABC). The bidding process includes a site visit, submission of questions, and adherence to specific solicitation timelines. Invoices must be submitted electronically. The contractor must observe all facility requirements, including drug-free policies and safety regulations. Government rights on data and records produced under this contract are emphasized, mandating strict adherence to federal laws and regulations concerning records management. The document reflects the VA's dedication to maintaining a safe and compliant environment for veterans while ensuring the quality of service through clear contractor requirements and performance evaluation criteria. The emphasis on veteran-owned business participation highlights an additional socio-economic goal within the procurement process.
Mar 20, 2025, 1:06 PM UTC
The document outlines the required air changes per hour (ACH) and pressure differentials for various designated rooms within a healthcare setting, such as Airborne Infection Isolation Rooms, Clean Storage, and Soiled Storage areas. Each room type has specific testing frequencies, typically conducted annually, with varying pressure settings—inclusive of negative, positive, and double positive values indicating air pressure status. The focus on maintaining appropriate air pressure helps to control infectious agents, ensure cleanliness, and secure sterile environments. Notably, the contractor is responsible for retesting rooms if any fail to meet standards, further highlighting the document's emphasis on compliance and safety in health facility infrastructure. The specifics provided serve as a guideline for RFPs and grants related to healthcare facilities, ensuring that government entities can maintain high operational standards while adhering to health regulations.
Mar 20, 2025, 1:06 PM UTC
The document outlines Wage Determination No. 2015-4929, issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates and fringe benefits applicable to federal contracts in Wisconsin, affecting counties such as Barron and Dunn. Contracts initiated or renewed after January 30, 2022, must pay a minimum of $17.75 per hour, in line with Executive Order 14026, while older contracts maintain a minimum rate of $13.30 as per Executive Order 13658. The document details various occupation titles and their respective wage rates, emphasizing compliance with fringe benefits and paid leave policies established under relevant Executive Orders. Furthermore, it includes guidelines for classifying additional job titles not listed, ensuring appropriate wage determination through the conformance process. This thorough wage regulation aims to protect workers by enforcing fair pay and benefits under federal contracts, ensuring government agencies uphold standards that align with labor rights.
Lifecycle
Title
Type
Presolicitation
Solicitation
Similar Opportunities
Y1DA--531-24-107 | Install New HVAC System Biomed Boise VAMC
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to install a new HVAC system at the Boise Veterans Affairs Medical Center, specifically for the Biomed department in Building 27. The project, identified by contract number 36C26025R0066, is set within a funding range of $25,000 to $100,000 and is designated for small businesses, requiring SBA certification. This installation is critical for maintaining operational efficiency and comfort in a healthcare environment, emphasizing the importance of minimal disruption during the project. Proposals are due by May 20, 2025, following a site visit on April 24, 2025, and must adhere to federal acquisition regulations, including compliance with the Davis-Bacon Act. Interested contractors can contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov for further details.
Z1DA--Bldg 60 VAV Box Replacement Wing A and Wing B
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of Variable Air Volume (VAV) boxes at Building 60 within the Dallas VA Health Care System. This presolicitation notice invites bids specifically from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as mandated by FAR regulations, and emphasizes the importance of verifying SDVOSB status through the Dynamic Small Business Search prior to proposal submission. The project, which falls under the NAICS code 238220, has an estimated magnitude between $500,000 and $1 million, highlighting its significance in maintaining the VA healthcare infrastructure. Interested contractors should direct inquiries to Contract Specialist Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732, with a response deadline set for May 2, 2025.
J041--Replace (2) A/C Units Bldg.14 POP: 04/28/2025 - 09/30/2025
Buyer not available
The Department of Veterans Affairs is seeking contractors to replace two air-conditioning units at Building 14 of the Phoenix VA Medical Center, with the contract period running from April 28, 2025, to September 30, 2025. The objective of this procurement is to provide all necessary parts, labor, and materials for the installation of the new air-conditioning package units, which are critical for maintaining a comfortable environment in the facility. This opportunity is categorized as unrestricted, with a focus on promoting minority participation and includes set-asides for small businesses, service-disabled veteran-owned small businesses, and women-owned small businesses. Interested contractors must submit their proposals electronically by May 5, 2025, and can direct inquiries to Contract Specialist Earl Henry at earl.henry@va.gov.
Z1DA--692-24-105 Replace B211A Chiller
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of the B211A chiller at the Veterans Affairs Southern Oregon Rehabilitation Center. This construction project involves the removal of the existing chiller and installation of a new Dunham Bush ACDR55B model, with a contract value estimated between $500,000 and $1,000,000. The project is critical for maintaining efficient HVAC operations in a specialty care ward, ensuring minimal disruption to ongoing medical services while adhering to strict safety and operational standards. Interested contractors must submit proposals by 12:00 PM PDT on May 2, 2025, and are encouraged to contact Contract Officer Helen Woods at Helen.Woods@va.gov for further information.
Z1DA--Project 667-25-185 CON Install VAV Boxes Surgery Storage
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the installation of Variable Air Volume (VAV) boxes in the Surgery Storage area at the Overton Brooks VA Medical Center in Shreveport, Louisiana, under Project No. 667-25-185. The project aims to enhance HVAC control to address temperature and humidity issues, ensuring a safe and functional environment for medical procedures. Eligible contractors must be certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be evaluated based on qualifications, past performance, and pricing, with a contract value estimated between $50,000 and $100,000. Proposals are due by the specified deadline, and interested parties should contact Contracting Officer Beth A. Cook at Beth.Cook@va.gov or 228-354-7576 for further information.
Z2DA--STX Upgrade HVAC ALMD Lab 671-22-190
Buyer not available
The Department of Veterans Affairs, through Network Contracting Office 17, is preparing to issue an Invitation for Bids (IFB) for the upgrade of HVAC systems in the 1st Floor Lab of the Audie L. Murphy VA Hospital located in San Antonio, Texas. The project entails comprehensive construction services, including general construction, utility alterations, and the removal of existing systems, with an estimated contract value between $1 million and $2 million. This initiative is part of the VA's commitment to enhancing healthcare facilities for veterans and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220. The solicitation is expected to be published on SAM.gov around May 23, 2025, with bids due by July 30, 2025. Interested bidders must ensure they are registered in SAM and have a current VETS 4212 report on file to be eligible for consideration. For further inquiries, contact Cheryl Clark at cheryl.clark4@va.gov.
Z2DA--657-21-114JC - Correct HVAC Systems for VHA Directive 1116.2, JC
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified contractors to correct HVAC systems at the John J. Cochran VA Medical Center in St. Louis, Missouri, under project number 657-21-114JC. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to perform repairs and replacements of HVAC systems in compliance with VHA Directives, ensuring all necessary labor, materials, and testing are included. The project is critical for enhancing healthcare infrastructure and operational standards within the facility, with a performance period of 550 calendar days post-award. Interested contractors must submit their proposals by May 29, 2025, and can contact Contract Specialist Matthew Finley at 913-946-9916 or via email at abby.monroe2@va.gov for further information.
NTX Replacement of Steam Coils
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide HVAC services for the Dallas VA Medical Center, specifically for the replacement of steam coils. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the Plumbing, Heating, and Air-Conditioning Contractors industry. The deadline for submission of offers has been extended to April 28, 2025, at 11 AM CDT, as per Amendment 0001 to the solicitation number 36C25725Q0463. Interested parties should acknowledge receipt of the amendment and can contact Joseph A. Leyte at joseph.leyte@va.gov or by phone at 210-694-6315 for further information.
Z1DA--FY25 36C25725AP2590 | Cons-New | Bldg. 60 VAV Box Replacement | PND 5-26-2025
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement of 76 Variable Air Volume (VAV) Boxes at Building 60 of the Dallas VA Healthcare System. This project, identified under solicitation number 36C25725R0048, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the agency's commitment to supporting veteran-owned enterprises. The estimated contract value ranges from $500,000 to $1,000,000, with a response deadline of June 10, 2025. Interested vendors must verify their SDVOSB status through the Dynamic Small Business Search database and can contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732 for further details.
J041--Kitchen Hood & Duct Work Cleaning Small Business Set - A- Side
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide Kitchen Hood and Duct Work Cleaning Services at the Tomah VA Medical Center, with a contract structure that includes a Base Year and four option years. The procurement requires contractors to perform annual and quarterly cleaning in compliance with NFPA 96 standards, ensuring fire safety in commercial cooking operations, which is critical for maintaining facility safety and cleanliness. Interested small businesses, particularly veteran-owned entities, are encouraged to participate, with a site visit scheduled for April 17, 2025, and proposals due shortly thereafter. For further inquiries, contractors can contact Contract Specialist Della C Bond at della.bond@va.gov.