PRESOLICITATION NOTICE: HVAC Maintenance Requirement at the Sacramento Valley National Cemetery, which is located at 5810 Midway Road, Dixon, CA 95620 -- J041
ID: QSE--36C78625Q50084Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

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 contractors to provide HVAC maintenance services at the Sacramento Valley National Cemetery, with the solicitation number 36C78625Q50084. The contract includes a base year and four optional renewal years, requiring a comprehensive HVAC Maintenance Plan that encompasses scheduled inspections and maintenance tasks to ensure optimal performance of the HVAC systems. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the federal government's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by February 4, 2025, and can direct inquiries to Ralph Crum at ralph.crum@va.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document consists of a visitor sign-in sheet for contractors attending an HVAC maintenance walkthrough. It includes spaces for visitors' names, their respective companies, and contact emails. The format suggests a structured approach to logging participants involved in the project, ensuring accountability and communication among contractors. This walkthrough is likely part of a larger initiative related to government contracting for HVAC services. The purpose of such events aligns with federal and local RFP processes, as they often require contractors to demonstrate compliance with maintenance standards and collaborative coordination. This sign-in sheet is a crucial element for tracking stakeholder engagement and ensuring the project's effective execution under government guidelines, emphasizing accountability and systematic oversight in public sector contracting.
    This document serves as an addendum to FAR 52.212-1, providing instructions for offerors participating in a competitive solicitation for government contracts. It outlines general guidance for proposal preparation, emphasizing the necessity for completeness and compliance with solicitation requirements. Incomplete submissions may be disqualified, and offers must remain firm for 60 days post-closing. A crucial post-award/pre-performance conference is scheduled for attendees to discuss contract details, and a pre-proposal conference will take place at the Sacramento Valley National Cemetery on January 27, 2025. Offerors must submit proposals via email by January 31, 2025, with specific submission guidelines outlined. Evaluation of offers will focus on Past Performance, Technical Capability, and Price, with past performance weighted most heavily. Offerors are required to provide a detailed HVAC maintenance plan, a list of subcontractors, relevant experience, and qualifications. The government may evaluate options but is not obligated to exercise them. This addendum emphasizes the importance of following instructions in federal procurement processes, ensuring proposals are complete, timely, and address all specified factors for consideration in the competitive award decision.
    The document outlines the heating system specifications for the PIC Building and the Maintenance Building within a government project. It details the installation of various HVAC units, including three 5-ton heat pumps, one 6-ton heat pump, and two mini-split systems on the roof of the PIC Building. Additionally, the Maintenance Building will receive one heat pump split system and one mini-split system. This project focuses on upgrading heating systems to meet efficiency and performance standards, which may fall under federal or state funding opportunities for infrastructure improvements or green initiatives. Overall, the specifications provided are critical for contractors responding to the RFPs related to HVAC upgrades, indicating the project's scope and equipment requirements.
    The government document pertains to federal and state grant opportunities, specifically focusing on funding available through Requests for Proposals (RFPs) and grants aimed at various initiatives. It outlines the guidelines and eligibility criteria for organizations seeking financial support for their projects. Key topics include the types of projects that qualify for funding, the application process for grants, deadlines for submissions, and the criteria used for evaluating proposals. Additionally, the document emphasizes the importance of compliance with federal regulations and guidelines throughout the grant application and execution process. It serves as a comprehensive resource for stakeholders and organizations aiming to leverage government funds to address community needs, enhance services, and foster development initiatives. The format maintains clarity, ensuring that potential applicants understand the necessary steps and requirements to successfully procure government funding.
    The Statement of Work outlines the requirements for HVAC maintenance services at the Sacramento Valley National Cemetery, administered by the National Cemetery Administration (NCA). The contract encompasses a base year with four optional renewal years, mandating a comprehensive HVAC Maintenance Plan that details scheduled monthly, quarterly, and annual maintenance tasks. Key tasks include inspections, filter replacements, coil cleaning, and system checks, with findings reported to the Contracting Officer Representative (COR) within three business days. Additionally, the contractor must adhere to strict operational standards reflective of the cemetery's solemn mission, including maintaining decorum, preventing disturbances during burial ceremonies, and preserving the cleanliness of the grounds. Quality control measures mandate adherence to all applicable federal, state, and local codes, and inspections will be conducted regularly by government personnel. The contractor is responsible for ensuring employee conduct aligns with the cemetery's standards, including proper dress, behavior, and cleanliness on site. Compliance with safety regulations and timely reporting of maintenance activities is critical to uphold the operational integrity of this national shrine.
    The Past Performance Questionnaire (PPQ) is designed to evaluate contractors' performance on government contracts as part of the procurement process for federal and state grants and RFPs. It requires contractors to provide their information, contract details, project descriptions, and the percentage of work performed. The client completes sections regarding their role, provides a rating of the contractor's performance, and comments on various performance aspects, including quality, schedule, customer satisfaction, management, cost management, safety, and general compliance. The evaluation uses a rating scale from Exceptional (E) to Unsatisfactory (U), focusing on performance in quality of work, timeliness, customer relations, financial management, and safety adherence. The document encompasses both quantitative and qualitative assessments, ensuring a comprehensive evaluation of contractor reliability and effectiveness. It plays a critical role in determining contractors’ eligibility and suitability for future projects, emphasizing the importance of accountability and performance transparency in government contracting. Overall, the PPQ serves as an essential tool ensuring contractors meet governmental standards while safeguarding taxpayer interests.
    The document is an amendment to the solicitation for HVAC maintenance services at the Sacramento Valley National Cemetery, issued by the Department of Veterans Affairs. The amendment, effective from January 31, 2025, modifies certain clauses related to limitations on subcontracting for service contracts. Specifically, it changes the subcontracting obligations from a previous notation to indicate a 75% limit on payments to firms that are not Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Additionally, the closing date for submitting offers is extended to February 4, 2025, to allow vendors adequate time to review the new specifications. The document includes a reference to an attached vendor site visit sign-in sheet and emphasizes the importance of acknowledging this amendment to avoid rejection of offers. Overall, this amendment aims to ensure compliance with federal regulations concerning veteran business participation in service contracts while providing necessary logistical updates for potential contractors.
    The document outlines a Request for Proposal (RFP) from the National Cemetery Administration for HVAC maintenance services at the Sacramento Valley National Cemetery. The contract will commence on February 3, 2025, and includes a base year with four option years, requiring the contractor to develop a detailed HVAC maintenance plan. Services will encompass monthly, quarterly, and annual inspections and maintenance tasks for various heat pump systems on-site. The contractor must ensure compliance with local, state, and federal regulations while maintaining the cemetery’s integrity and respect for the veterans interred there. Key requirements include submitting maintenance reports, managing property damage, and ensuring worker conduct reflects the cemetery’s memorial character. The contract is set aside exclusively for small businesses, particularly service-disabled veteran-owned small businesses (SDVOSBs). Compliance with federal regulations related to contracting is emphasized, including limitations on subcontracting and mandatory electronic invoice submissions. The overall aim is to ensure optimal performance of the HVAC equipment, ensuring comfort and functionality for the National Cemetery’s administrative and visiting functions while upholding the decorum necessary for such a sacred space.
    This document is an amendment to solicitation number 36C78625Q50084, concerning HVAC maintenance services at the Sacramento Valley National Cemetery. The amendment, effective January 31, 2025, alters the subcontracting limitations specified under VAAR 852.219-75, modifying the provision from section (a)(1)(i) to (a)(1)(iii). The solicitation closing date has been extended to February 4, 2025, at 15:00 PST, allowing vendors additional time to review the changes. The document includes a vendor site visit sign-in roster and highlights several contractual modifications, such as updates to clause references and noted removals. Key points include the contractor's obligation to comply with new subcontracting limitations that restrict payouts to non-VIP-listed small businesses and the necessity for adherence to stipulated compliance documentation regarding subcontracting. This amendment seeks to ensure the integrity of the procurement process while providing transparency and maintaining regulatory standards. Overall, it underscores the federal government's commitment to involve small businesses in government contracts while defining clear limitations on subcontracting practices.
    The Quality Assurance Surveillance Plan (QASP) outlines the strategies for overseeing HVAC maintenance at the Sacramento Valley National Cemetery, ensuring contractor adherence to performance standards. Its purpose is to provide systematic methods for monitoring performance and evaluating whether the contractor meets established service levels as specified in the Statement of Work (SOW) and the contractor’s quality control plan. The QASP delineates the roles of key personnel, including the Contracting Officer (CO) and the Contracting Officer’s Representative (COR), responsible for technical oversight and compliance monitoring. Performance management involves the contractor's quality assurance efforts, with the government representative reviewing performance metrics to determine compliance and incentives. Surveillance techniques include random sampling, complete inspections, and periodic assessments, while documentation through monitoring forms enables tracking of contractor performance. Non-compliance leads to corrective actions and possible stoppage of work until issues are resolved. The document emphasizes the importance of maintaining quality standards and outlines necessary corrective and preventive measures to ensure service levels are met to support mission success and contractual obligations.
    Similar Opportunities
    Combined Synopsis Solicitation - 36C78626Q50013 - HVAC and BMS Maintenance Services for Calverton National Cemetery -- J041
    Buyer not available
    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.
    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.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Buyer not available
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@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.
    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.
    Stockton Outpatient Clinic Boiler Plant Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for boiler plant maintenance services at the Stockton Outpatient Clinic, part of the VA Northern California Health Care System. The contractor will be responsible for comprehensive maintenance, including burner management systems, boiler inspections, preventative maintenance, and emergency call-back services, ensuring compliance with NFPA codes, TJC standards, and OSHA regulations. This maintenance is crucial for the safe and efficient operation of the facility's heating systems, which include specific Cleaver Brooks and Intellihot boiler models. The contract period begins on February 1, 2026, and extends through January 31, 2031, with a total of four option years. Interested parties should contact David J. Alvarez at david.alvarez4@va.gov for further details and must acknowledge receipt of the solicitation amendment by the specified deadline to remain eligible for consideration.
    Boiler / Chiller Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    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--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.
    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.