N045--Replace Fire and Smoke Dampers
ID: 36C24625B0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

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 for the replacement of fire and smoke dampers at the Asheville VA Medical Center in North Carolina. This project, identified as Solicitation 36C24625B0002, involves the removal of approximately 64 old dampers and the installation of around 66 new ones, with a focus on enhancing safety and compliance with fire regulations within the facility. The contract is set aside for service-disabled veteran-owned small businesses (SDVOSB) and has an estimated budget between $500,000 and $1,000,000, reflecting the VA's commitment to supporting veteran enterprises. Interested contractors must submit their bids by April 23, 2025, and can direct inquiries to Contract Specialist Shirley L. Gregory at Shirley.Gregory@va.gov.

    Point(s) of Contact
    Shirley L GregoryContract Specialist
    Shirley.Gregory@va.gov
    Files
    Title
    Posted
    The government solicitation 36C24625B0002 invites bids for the replacement of fire and smoke dampers at the Asheville, NC VA Medical Center, focusing on Project 637-21-102. The work involves removing approximately 64 old dampers and installing around 66 new ones in the occupied hospital Building 47. The project budget is estimated between $500,000 and $1,000,000, making it a set-aside for service-disabled veteran-owned small businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and are required to provide performance and payment bonds. The bidding process includes a pre-bid site visit scheduled for January 23, 2025, and requires interested parties to submit offers by March 6, 2025. Key documents include the Standard Form 1442, which must be fully completed, and compliance with construction wage rate requirements. The solicitation outlines the importance of maintaining high safety and accessibility standards and incorporates provisions regarding affirmative action for equal opportunity employment. Overall, this project signifies the VA's commitment to enhancing facilities while promoting small business participation in government contracting.
    The Department of Veterans Affairs is seeking contractors for a project to replace fire and smoke dampers at the Asheville VA Medical Center, with a solicitation number of 36C24625B0002. The project, tagged as 637-21-102, requires the complete removal of approximately 64 old dampers and installation of 66 new ones in Building 47. The contractor is responsible for all aspects of the project, including materials, labor, and site preparation, with a total project duration of 235 calendar days. The estimated construction cost is between $500,000 and $1,000,000, classified under NAICS code 238220, which covers plumbing and HVAC contractors. The solicitation is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), emphasizing the requirement for interested bidders to register with specific websites and attend a pre-bid site visit scheduled for January 15, 2025. Potential offerors must confirm their attendance via RSVP and ensure they are registered in the System for Award Management (SAM). This presolicitation notice serves as preliminary information, with no obligation to issue a formal solicitation, underscoring the importance of compliance with registration requirements for eligibility.
    Amendment 0007 to Solicitation 36C24625B0002 addresses the replacement of fire and smoke dampers at the Asheville VA Medical Center. Issued by the Department of Veterans Affairs’ Network Contracting Office 6, this amendment incorporates several key updates, including a complete set of revised drawings, Drawing Addendum #1, a summary of drawing revisions, additional questions and responses from bidders, and full text provisions that were previously included as references only. Changes related to the Class Deviation from the FAR concerning Executive Orders 14168 and 14173 are also included. Contractors must acknowledge all amendments in their bid packages to ensure compliance. All other terms and conditions of the solicitation remain unchanged. Relevant attachments, detailing the revised drawings and clarifications, are provided for reference in the amendment documentation.
    Amendment 0001 to Solicitation 36C24625B0002 pertains to the replacement of fire and smoke dampers at the Asheville VA Medical Center. The primary purpose of this amendment is to incorporate site visit sign-in sheets and specify the deadline for responding to Request for Information (RFI) questions, which is set for 10:00 AM EST on January 30, 2025. The document emphasizes the importance of acknowledging receipt of all amendments on Standard Form 1442 as part of the bidding process. The amendment maintains that although the deadline for questions is established, the government does not guarantee responses to inquiries made after this time. Finally, the amendment reiterates that all other terms and conditions from the original solicitation remain unchanged and in full effect. This process is essential to ensure a coherent procurement strategy for the necessary renovations while maintaining compliance with federal contracting regulations.
    Amendment 0002 to Solicitation 36C24625B0002 pertains to the replacement of fire and smoke dampers at the Asheville VA Medical Center under project number 637-21-102. The amendment serves to incorporate responses to questions raised during a site visit and extends the deadline for receipt of offers. All offerors must acknowledge this amendment as part of their bid package. This document is managed by the Department of Veterans Affairs, specifically by the Network Contracting Office 6 in Virginia. The amendment outlines the requirement for bidders to confirm receipt either through their proposal submissions or by electronic communication, emphasizing that failure to do so may result in rejection of their offers. The fundamental purpose of this document is to clarify changes to the solicitation process and include relevant information derived from interactions with potential bidders. Effective communication and proper acknowledgment are critical in maintaining the integrity of the bidding process for federal procurement.
    This document is Amendment 0003 to Solicitation 36C24625B0002, which pertains to the replacement of fire and smoke dampers at the Asheville VA Medical Center. It is issued by the Department of Veterans Affairs Network Contracting Office 6, detailing significant changes to the procurement timeline. The amendment extends the Request for Information (RFI) question due date to February 27, 2025, and the bid submission deadline to March 26, 2025, both at 10:00 AM EST. Offerors are required to acknowledge receipt of this amendment as part of their bid submission, ensuring compliance with the updated solicitation terms. Overall, this amendment emphasizes the government's ongoing commitment to facilitating the bidding process while ensuring safety and regulatory standards are met in VA facility upgrades.
    Amendment 0004 to Solicitation 36C24625B0002 addresses updates for the project titled "Replace Fire and Smoke Dampers" at the Asheville VA Medical Center. This amendment was issued by the Department of Veterans Affairs' Network Contracting Office 6 and includes several important modifications. Key changes encompass responses to follow-up questions, an attachment detailing site maps for temporary facilities, and revised drawings reflecting a phased plan along with a narrative of modifications. Additionally, it alters the Veteran’s Small Business Certification requirement, redirecting potential bidders to the appropriate Small Business Administration resources. Offerors are instructed to acknowledge all amendments when submitting their bids, with specific attachments referenced for further clarity. This amendment plays a crucial role in ensuring that potential contractors have the most current information and requirements necessary for their proposals.
    Amendment 0005 of Solicitation 36C24625B0002 pertains to the replacement of fire and smoke dampers at the Asheville VA Medical Center. The primary purpose of this amendment is to extend the bid opening date to April 2, 2025, at 10:30 AM EDT, allowing bidders additional time to prepare and submit their offers. All other terms and conditions of the solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment, either by returning copies of the amendment or by including acknowledgment on their offer submissions. This action reflects the government’s standard procedures in managing federal contracts and ensuring participation from potential bidders, particularly in the context of projects related to veteran healthcare infrastructure improvements.
    The document represents Amendment 0006 to Solicitation 36C24625B0002, concerning the project to replace fire and smoke dampers at the Asheville VA Medical Center. The amendment primarily serves to extend the bid submission deadline to April 23, 2025, at 10:30 AM EDT, ensuring that all potential bidders are notified of upcoming drawing revisions and an asbestos report dated December 6, 2024. Bid submissions received after 5:00 PM the day prior to the new deadline will be considered non-responsive. All offers must acknowledge receipt of this amendment, which does not alter any other terms and conditions of the solicitation. This extension allows for further refinements and access to relevant safety documents, underscoring the government’s diligence in ensuring compliance with health and safety regulations during the project. The amendment emphasizes transparency and adherence to procedural requirements in the federal contracting process.
    Amendment 0008 to Solicitation 36C24625B0002 concerns the replacement of fire and smoke dampers at the Asheville VA Medical Center. Issued by the Department of Veterans Affairs, this amendment extends the deadline for offers to April 23, 2025, at 14:00 EDT, and modifies the bid opening location from Asheville to Hampton, Virginia. It also incorporates VAAR Clause 852.222-71 in accordance with Executive Order 13899. Contractors are instructed to acknowledge receipt of this amendment through various specified methods to ensure their offers are accepted. The purpose of this document is to maintain transparency in the procurement process while ensuring compliance with federal regulations. All other terms and conditions of the solicitation remain unchanged.
    Amendment 0009 to Solicitation 36C24625B0002 concerns the replacement of fire and smoke dampers at the Asheville VA Medical Center. The amendment updates the address for hard copy bid submissions to the Hampton VA Medical Center, specifying the attention to Keith Hunter in Building 27. Additionally, it states that electronic offers must be submitted via email no later than 5:00 PM EDT one day before the bid opening date. All other terms and conditions related to the original solicitation remain unchanged. This amendment is part of the procurement process to ensure that all potential bidders are informed of the updated submission procedures, enhancing clarity and efficiency in the bidding process. The document is structured systematically, featuring sections to document the amendment details, contractor information, and acknowledgment requirements.
    The document presents an award notice for a government contract related to the replacement of fire and smoke dampers. Issued by the Department of Veterans Affairs (VA), the notice includes essential details such as the solicitation number (36C24625B0002), the awarded amount of $812,242.97, and the award date set for July 1, 2025. The contract is designated as a service-disabled veteran-owned small business (SDVOSB) set-aside, reflecting a commitment to supporting veteran enterprises. The contractor awarded the project is Hamilton Pacific Chamberlain LLC, located in Waldorf, Maryland. Notably, the contracting office is Network Contracting Office 6, based in Hampton, Virginia. The award indicates a focus on improving infrastructure and safety within VA facilities, adhering to federal guidelines for procurement and contractor designation. The document concludes with links to the agency's resources for further information about the VA and its contact details, facilitating communication for stakeholders involved in this initiative.
    The document outlines the procedures and requirements for a construction project involving the installation of fire/smoke dampers at a VA facility. It details that work on the building can proceed in separate phases, although complete simultaneous work on all levels is not permitted. A phasing plan has been provided, with an anticipated overall project duration of 235 days following the notice to proceed. Each work area must be equipped with HEPA negative air machines, while air pressure monitors are not required. Ceiling heights range from 8 to 17.5 feet in various areas, and specific ceiling types must be considered for temporary barriers. The HVAC system needs to be shut down for approximately 3 hours for the dampers' installation, but if multiple dampers are in a single area, completing them on the same day is preferred but not mandatory. Some tasks are designated for after-hours work to minimize disruption. The document serves as a guide for contractors responding to the RFP, emphasizing compliance with safety protocols and efficient project management.
    Affinity Environmental Consulting, LLC conducted an asbestos re-inspection of the Charles George Veterans Affairs Medical Center (VAMC) in Asheville, North Carolina, on December 3, 2024. The report assesses the condition and presence of previously identified asbestos-containing materials (ACMs) across various buildings on the campus, updating findings from previous inspections. It emphasizes the safety of personnel and the public, advising against disturbing suspect materials without testing. Key recommendations include repairing or abating any damaged ACMs, especially in specific buildings like Building 15, which has deteriorated floor tiles, and Building 12, with localized damage in steam pipe insulation. The report identifies materials requiring attention and provides guidelines for compliance with regulatory agencies prior to any demolition or maintenance activities. Additionally, certain buildings were noted to have no identified ACMs, while several others posed a low potential for disturbance. The findings and recommendations aim to aid in ensuring a safe environment for veterans and staff at the facility, clearly highlighting the importance of ongoing asbestos management and compliance with environmental regulations.
    The document details the construction project titled "Replace Fire and Smoke Dampers" at the Charles George VA Medical Center in Asheville, NC. Issued on December 15, 2023, and set for completion by April 1, 2025, this initiative focuses on replacing existing fire and smoke dampers to enhance safety and compliance with fire regulations. The project consists of multiple phases, segregated into demolition and new floor plans across various mechanical and electrical levels, each with its own designated drawings and specifications. Incorporating guidelines for Infection Control Risk Assessment (ICRA), the project mandates specific procedures to minimize dust and maintain air quality during construction. Temporary barriers and meticulous protocols are outlined to protect sensitive areas within the medical facility, particularly regarding infection control for immunocompromised patients. The plan includes detailed demolition notes, requiring careful removal and disconnecting of electrical devices associated with fire and smoke detection systems. Emphasizing safety measures, the document articulates responsibilities for contractors, ensuring existing systems remain functional throughout the project. The overarching goal is to modernize the facility's fire safety systems while adhering to strict regulatory requirements.
    The Charles George Veterans Affairs Medical Center is initiating a project to replace fire and smoke dampers, with plans for significant electrical demolition work. The intent is to clearly define the scope and responsibilities related to the electrical demolition process. The contractor must assess existing conditions, ensuring that systems serving adjacent areas remain operational throughout the project, minimizing service disruptions. Key elements include the removal of existing electrical devices and equipment associated with the dampers, updating the fire alarm system, and addressing any necessary structural modifications. The document specifies the various responsibilities, including salvaging removal items, maintaining existing electrical systems, and coordinating with other trades to facilitate the work. Additionally, it emphasizes proper disposal protocols for any removed items, as well as maintaining compliance with safety regulations. This undertaking underscores the VA’s commitment to maintaining and enhancing facility safety while ensuring that essential systems function seamlessly during alterations.
    The document details revised construction drawings (47-E-100 to 47-E-106), specifically noting alterations in the demolition scope related to 120-volt dampers. Each drawing includes a revised keynote that highlights this change, indicating that adjustments have been made to the initial demolition plans. The revisions are essential for ensuring compliance with updated project requirements and facilitating necessary modifications. This documentation reflects the procedural updates common in federal RFPs and grants, which often require precise detailing of project changes to maintain clarity and compliance throughout construction phases. The focus on specific electrical components suggests a targeted effort to ensure that all aspects of the project align with regulatory standards and technical specifications for safety and functionality.
    The document discusses concerns regarding a federal project’s electrical work scope, primarily highlighting deficiencies in the design specifications necessary for contractors to submit accurate bids. Key issues include the lack of panel locations for tying into electrical systems, missing panel load calculations, and the absence of detailed specifications for electrical breakers, wires, and conduits. Contractors argue that without proper engineering from an Architectural/Engineering (AE) firm, they are left to guess critical specifications, risking contract adjustments. Additionally, it addresses the requirement for bid bonds, clarifying that while standard practice may call for a 20% bond, the Contracting Officer (CO) has the authority to set a higher bond amount, which in this case is 100%. This document underscores the importance of precise engineering designs in federal contracts, emphasizing the need for thoroughness to avoid significant changes mid-project and to ensure compliance with federal standards for bidding and execution.
    The document serves as a detailed cost breakdown for a construction project bid, outlining labor and material costs associated with various trade divisions. It includes sections for the base bid and an alternate bid but currently lacks specific cost entries, indicating that the details are yet to be filled in. The project encompasses a variety of construction elements, categorized into divisions such as General Requirements, Concrete, Masonry, Metals, and Mechanical systems including HVAC and Plumbing. The breakdown specifies the expected costs in terms of labor and materials, excluding overhead, profit, and bond percentages, which are currently noted as zero. Overall, this document is structured to facilitate compliance and clarity in the bidding process, highlighting essential areas for cost estimation in a government Request for Proposal (RFP) context, ensuring transparency and systematic budgeting for potential contractors.
    The document outlines contractor obligations under Executive Order 13899, which focuses on combating anti-Semitism and aligns with the Civil Rights Act of 1964. Contractors are required to report any credible evidence of violations related to this Executive Order by their employees, agents, or subcontractors to the Contracting Officer in a timely manner. Additionally, it mandates that the terms and conditions of this clause must be incorporated into all subcontracts and purchase orders to ensure compliance across the supply chain. This initiative reinforces the government's commitment to upholding civil rights and addressing discrimination effectively within federal contracts and subcontracts.
    The document outlines the Annual Representations and Certifications (as of January 2025) required for federal solicitations. It defines essential components, including the North American Industry Classification System (NAICS) code and small business size standards applicable to contractors. It specifies conditions under which businesses can classify as small, particularly in relation to subcontracting and procurement frameworks like HUBZone and 8(a) set-asides. It discusses the provisions for submitting electronic self-certifications through the System for Award Management (SAM), outlining the importance of maintaining current records. Various clauses regarding labor standards, including wage determination, compliance requirements for subcontracts, and potential grounds for contract termination or debarment are included. The document emphasizes adherence to statutory labor regulations and highlights the importance of wage transparency and fair pay on construction projects. These stipulations aim to ensure that laborers are justly compensated and that contract compliance is maintained throughout the life of the agreements. Overall, the document is a comprehensive guide for contractors bidding on federal projects, ensuring clarity on representation requirements and labor laws critical to government contracting.
    The document outlines changes to Solicitation 36C24625B0002 related to a Class Deviation from the Federal Acquisition Regulation (FAR) in response to Executive Orders 14173 and 14168. Specifically, it details the removal of various FAR clauses that pertain to equal employment opportunity and affirmative action compliance. The clauses omitted include those addressing apprentices and trainees, segregation of facilities, previous compliance reports, and on-site evaluations for construction-related affirmative actions. This modification showcases an adjustment in federal contracting requirements, likely aimed at streamlining processes or redefining compliance standards in line with recent executive directives. Overall, the document reflects ongoing efforts to adapt federal procurement practices regarding workforce diversity and equality regulations.
    The document outlines the construction project for the replacement of fire and smoke dampers at the Charles George Veterans Affairs Medical Center located in Asheville, NC. Issued by the Office of Construction and Facilities Management, the project includes comprehensive plans detailing mechanical, electrical, and architectural components necessary for the renovation. Key elements of the plan involve demolition floor plans, installation guidelines, and strict adherence to infection control measures during construction. The document specifies the requirements for temporary construction barriers to ensure safety and minimize dust and contamination in sensitive areas. Additionally, the project includes detailed ICRA (Infection Control Risk Assessment) guidelines based on the risk levels associated with different areas within the medical facility. To ensure comprehensive oversight, the plans require coordination among various stakeholders, including architects, engineers, and contractors, emphasizing a commitment to safety, efficacy, and compliance with hospital regulations throughout the construction process. This initiative underscores the VA's dedication to enhancing healthcare facilities while safeguarding patient well-being and operational functionality.
    The document provides instructions for accessing the Small Business Administration's (SBA) Dynamic Small Business Search (DSBS) site, a resource for accessing company profiles essential for federal RFPs, grants, and local procurement opportunities. The steps outline how to search for a specific company using its Unique Entity Identifier (UEI) number or name. After entering the required information, users are instructed to click on the company's name in the search results to obtain a PDF version of its SBA profile. This profile serves as a critical component for organizations seeking to participate in federal funding and contracting processes, ensuring they meet eligibility and compliance requirements. The document emphasizes the importance of the DSBS profile as a tool for both small business owners and federal agencies in the procurement landscape.
    The document addresses a series of requests for information (RFIs) related to a construction project at a VA Medical Center. Key clarifications include the requirement for a dedicated superintendent and Safety and Health Officer (SSHO) for each project, confirming after-hours work regulations for specific locations (fire dampers in surgical suite), and terms regarding bond premium overruns. The submission contains contact information for relevant contractors and specifies access limitations to mechanical and electrical systems, with the expectation that contractors will rely on provided plans. The document also clarifies that no walls will be removed per existing plans and emphasizes the importance of accurate facility drawings, outlining procedures for accessing these documents. Overall, it serves as a guidance document for contractors to navigate project specifications and requirements effectively, revealing the complexities involved in government contracting for construction projects.
    The document outlines the Ambulatory Care Addition project at Asheville Medical Center, part of the Department of Veterans Affairs in North Carolina. Its primary focus is to enhance healthcare facilities for veterans by expanding the ambulatory care services available. The layout details various building functions, including patient parking lots, administration, maintenance, and mental health services, showcasing a comprehensive plan for efficient operation and patient care. Included are specifics about site management features such as designated areas for dumpsters, temporary power connections, and construction offices, ensuring minimal disruption during project execution. The initiative aligns with government objectives to improve veterans' healthcare accessibility and overall experience within VA facilities. This expansion underscores the commitment to providing adequate support and resources for veteran health services, adhering to regulatory standards and enhancing the existing infrastructure.
    The document outlines the construction plans for the Charles George Veterans Affairs Medical Center’s fire and smoke damper replacement project. This project aims to upgrade the mechanical systems within the facility to improve safety and compliance with applicable fire regulations. The plans detail various areas of the medical center, including zones designated for classrooms, medical areas, storage, and administrative offices. Key components specify the need for new fire dampers in various phases, with particular emphasis on areas like the South Wing Chase and East/West Wing Chases, indicating a structured approach towards upgrading mechanical systems. Demolition plans and existing systems to remain are clearly marked, ensuring clarity for contractors regarding what systems are affected. There are general construction notes highlighting site safety and contractor responsibilities, emphasizing the necessity for rigorous planning and execution of safety measures. In conclusion, this project underlines the VA's commitment to enhancing facility safety while ensuring proper mechanical system functionality through meticulous planning and execution of the replacement and upgrade of fire and smoke dampers within the hospital infrastructure. This aligns with governmental priorities for maintaining healthcare service standards and operational safety.
    The proposal request dated March 6, 2025, outlines the project titled "VA Asheville Replace Fire/Smoke Dampers" (Project #21121). The project involves modifying mechanical sheets to incorporate phasing notes, indicating that construction will progress in four distinct phases, determined at the project kickoff. The phases are organized by location: the ground floor is designated as Phase A, with subsequent phases addressing work in the south (B), east (C), and west (D) wing chases. All work on the first floor, as well as specific tasks in Staff Room A272, is mandated to occur after hours to minimize disruption. The provided details reference amendments made to various mechanical sheets (47-M-200 to 47-M-206), adding necessary phasing and after-hours work requirements. Importantly, any modifications impacting contract price, scope, or schedule must be actioned through a written change order request. This document underscores the structured approach to evaluating and executing mechanical upgrades, aligning with federal guidelines for safety and operational procedures. The request was submitted by Nick Cesmat of Specialized Engineering.
    The project specified in the RFP 36C24625B0002 pertains to the replacement of fire and smoke dampers at the Asheville VAMC. The document outlines essential questions and answers related to project execution, clarifying procedures across various roles. Key points include the requirement for separate Quality Control Manager (QCM) and Site Safety and Health Officer (SSHO) roles, as the superintendent cannot assume both responsibilities, potentially increasing project costs. Moreover, subcontractors can perform some functions, but SSHO must maintain a consistent on-site presence during operations. Compliance with safety regulations and scheduling work to avoid disrupting hospital operations is crucial. The RFP also addresses logistical aspects such as parking, onsite material storage, use of facilities (like restrooms), access to temporary utilities, and necessary background checks for contractors. Several specifications for material handling, ductwork modifications, and certification of fire alarm systems are provided, assuring proper measures during construction. The overarching purpose is to ensure the project's timely completion while adhering to safety, compliance, and operational standards of the VA healthcare system.
    The purpose of this Statement of Work (SOW) is to outline the requirements for the replacement of fire and smoke dampers in Building 47 at the Asheville VA Medical Center. The contractor is responsible for all aspects of the project, including materials, labor, and compliance with federal, state, and local codes. Major tasks include the demolition of existing dampers, installation of approximately 66 new fire dampers, and modifications needed where dampers are no longer required by fire code. Moreover, the contractor must manage site security, submit a Project Management Plan within 60 days, and maintain a detailed project schedule utilizing the Critical Path Method. The SOW emphasizes quality control, environmental protection, and waste management throughout the process. The contractor must hold necessary permits, ensure worker health through tuberculosis screening, and uphold records management standards. Compliance with safety directives, attendance at regular progress meetings, and submission of status reports are mandated. The document outlines governance regarding government-furnished equipment, as well as the protocols for inspections and documentation required to certify work completion. This project reflects the VA's commitment to ensuring safe and compliant operations in federal construction projects.
    The VA Asheville Medical Center is set to undertake the "Replace Fire/Smoke Dampers" project, with the goal of enhancing safety infrastructure. This initiative involves complete preparation of the site for demolition and installation of new fire and smoke dampers, including necessary asbestos abatement. The project demands strict adherence to safety, scheduling, and environmental protocols, with a significant focus on minimizing disruption to ongoing medical operations. The designated architects and engineers will oversee specific divisions of the project, with essential oversight from the Department of Veterans Affairs. Project documentation, including a detailed list of drawings and specifications, outlines responsibilities related to project security, material disposal, and the prevention of damage to existing structures and systems. Moreover, the contractor is expected to maintain all utilities during construction and has to request prior approval for any service interruptions. In addition, a comprehensive warranty management plan will be established to ensure maintenance and operational continuity of newly installed systems. The project's complexity requires that all alterations be documented, preserving as-built drawings for future reference. Through this project, the VA is committed to providing a safe environment that meets modern safety standards while ensuring minimal impact on medical facilities.
    Lifecycle
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@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.
    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.
    Y1JZ--558-23-155 Generator Exhaust Modification GC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Generator Exhaust Modification project at the Durham VA Medical Center, specifically aimed at enhancing the exhaust system for three diesel generators located in Building 18. The project entails general construction, alterations, and the installation of new rooftop exhaust fans, with a focus on rerouting exhaust away from air handling unit intakes and building windows to address existing deficiencies. This initiative is crucial for maintaining operational safety and compliance with various federal and local codes, ensuring minimal disruption to the medical center's ongoing operations. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should note that bids are due by February 5, 2026, with an estimated construction budget between $500,000 and $1,000,000. For further inquiries, contact Elaine B. Belber at Elaine.Belber@va.gov.
    Y1DA--Replace Kitchen Exhaust Fans Building 200 at Northport VA Medical Center 79 Middleville RD, Northport, NY 11768
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of kitchen exhaust fans in Building 200 at the Northport VA Medical Center in New York. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), involves the removal of two existing kitchen exhaust fans and the installation of new units that will integrate with the building's control system, adhering to various safety and construction standards. The estimated contract value ranges from $250,000 to $500,000, with a mandatory completion period of 250 calendar days from the notice to proceed. Interested bidders must attend a mandatory site visit on December 19, 2025, and submit their electronic bids by January 20, 2026, while ensuring compliance with subcontracting limitations and the Buy American Act. For further inquiries, contact Contract Specialist Yingjie Yeung at Yingjie.Yeung@va.gov.
    Y1DA--528A6-24-612 Connect PIVs to Fire Alarm System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Project No. 528A6-24-612, which involves connecting Post Indicator Valves (PIVs) to the fire alarm system and upgrading fire zones in Building 78 at the Bath VA Medical Center in New York. The project requires the installation, testing, and commissioning of PIV supervision and protection, along with the addition of voice alarms and the expansion of fire zones from one to eleven, all while adhering to NFPA standards and VA regulations. This initiative is crucial for enhancing the safety and operational efficiency of the facility, which serves as a nursing home for veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 22, 2025, with a project budget estimated between $250,000 and $500,000, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further details.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    R425--Construction Program Management and Related Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Construction Program Management and Related Services (CPMRS) to support its construction programs in Asheville, North Carolina. The procurement requires a range of professional roles, including Project Managers, Engineers, and Quality Assurance Representatives, to assist with tasks such as pre-design, design, procurement, and construction management. This contract is crucial for ensuring effective oversight and execution of construction projects, with an estimated value of $25.5 million and a contract period starting from February 1, 2026, through January 31, 2027, with four optional renewal years. Interested parties should contact Contract Specialist Harold McQuillia at harold.mcquillia@va.gov for further details.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.