This government solicitation, 36C24226R0026, is an RFP for professional construction services to upgrade the HVAC system and add an ADA-compliant bathroom in Building 12 at the VA New Jersey Health Care System, Lyons Campus. The project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), has an estimated value between $250,000 and $500,000 and a 180-calendar-day completion time from the Notice to Proceed. Offers are due by January 29, 2026, and will be evaluated based on technical capability, past performance, schedule, and price, with technical capability and past performance being the most important factors. A mandatory site visit is scheduled for December 30, 2025. Contractors must use the VISN 2 Autodesk Build Construction management platform for all project documentation and correspondence.
The Department of Veterans Affairs (VA) is seeking a Service-Disabled Veteran Owned Small Business (SDVOSB) contractor for Project 561A4-22-104: Upgrade Building 12 HVAC & Bathroom at the VA New Jersey Health Care System, Lyons Campus. This firm-fixed-price contract involves demolishing outdated HVAC units, installing new multi-position air handlers with heat pumps, and constructing an ADA-compliant bathroom. The project, valued between $250,000 and $500,000, requires completion within 180 calendar days of the Notice to Proceed. Proposals will be evaluated based on technical capability, past performance, schedule, and price, with technical and past performance being the most important factors. Contractors must be registered in SAM and verified as SDVOSB. A mandatory site visit is scheduled for December 30, 2025, and questions are due by January 12, 2026. Offers, including a cost proposal and breakdown, are due by January 29, 2026. The contractor must utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence and submissions.
The VA NJ Health Care System in Lyons Campus is undertaking a general construction project to upgrade the HVAC system and a bathroom in Building 12, identified as VA Project No. 561A4-22-104. The project involves constructing a new unisex bathing room with plumbing fixtures and a new HVAC system in the living space and chief's office, including split systems (heat pumps). Other work includes asbestos abatement of existing ceiling tiles and steam piping insulation, installation of new ceiling tiles, and replacement of select windows. The project necessitates comprehensive architectural, mechanical, electrical, and plumbing work, including demolition, waste management, safety protocols, and commissioning of new systems. Strict security procedures, utility coordination, and photographic documentation of progress are required, with all work adhering to VA standards and relevant codes. Fellenzer Engineering, LLP is the architect-engineer for this project.
VAAR 852.219-75 outlines the Department of Veterans Affairs’ (VA) limitations on subcontracting for service and construction contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). Offerors must certify they will not exceed specific subcontracting percentages to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction, the limit is 85%; for services, 50%; and for special trade construction, 75%. Materials costs are excluded in construction. This certification is crucial for award consideration, with non-compliant offers deemed ineligible. False certifications carry severe penalties, including criminal prosecution and debarment. Contractors must provide documentation to verify compliance, cooperating fully with VA reviews. Failure to comply can result in remedial action.
This amendment clarifies and corrects information regarding Solicitation Number 36C24226R0026 for the "Upgrade HVAC & Bathroom B-12" project. The amendment addresses a duplicate posting issue, confirming that the correct solicitation is for Project 561A4-22-101 with a response date of January 29, 2026, at 12:00 PM EST. The previous incorrect posting, Y1DA-561A4-22-104, has been canceled. All other terms and conditions of the original solicitation remain unchanged. The Department of Veterans Affairs, Network Contracting Office (NCO) 2, is the contracting office, and Dayna Dickson-Miller is the point of contact.
This document is an amendment to Solicitation Number 36C24226R0026 for the "Upgrade HVAC & Bathroom B-12" project (Project Number 561A4-22-104) at the VHA New Jersey Healthcare System, Lyons Campus. The amendment provides responses to submitted Requests for Information (RFIs). It confirms the correct project number as 561A4-22-104 and reaffirms the proposal due date and time as January 29, 2026, at 12:00 PM EST. All other terms and conditions of the original solicitation remain unchanged.
This amendment to solicitation 36C24226R0026 for Project 561A4-22-104, concerning HVAC and Bathroom B-12 upgrades at the VHA New Jersey Healthcare System, clarifies that the purpose of this amendment is to attach the site visit sign-in sheet. The response date for proposals remains January 29, 2026, at 12:00 PM EST. All other terms and conditions of the original solicitation remain unchanged. The contracting office is the Department of Veterans Affairs, Network Contracting Office (NCO) 2, Albany, NY, with Dayna Dickson-Miller as the point of contact. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC).
This document is Amendment 0004 to Solicitation 36C24226R0026, concerning the upgrade of HVAC and Bathroom B-12 at the VHA New Jersey Healthcare System, Lyons Campus. The amendment provides responses to submitted Requests for Information (RFI) and clarifies several aspects of the proposal submission. Key clarifications include the breakdown of evaluation factors (Technical Capability, Past Performance, Schedule, and Price), confirming that the schedule constitutes a separate evaluation factor (Factor 3). It advises offerors to base their schedule on a Notice to Proceed (NTP) date of 14 calendar days from the award notice. The amendment also specifies that key personnel resumes (Project Manager, Site Supervisor, Quality Control Manager, Site Safety Officer) should be included in the Past Performance section. It confirms a single lump sum Contract Line Item Number (CLIN) for the project, to be entered in box 17 of SF1442, and states that while a detailed cost breakdown is required, no specific format is provided. The response date for proposals remains January 29, 2026, at 12:00 PM EST, with all other original solicitation terms and conditions remaining unchanged.
The “Buy American Certificate” (FAR 52.225-2) provision requires offerors to certify the domestic status of their end products, distinguishing between domestic and foreign items. Offerors must list foreign end products, specifying their country of origin and indicating if they exceed 55 percent domestic content, unless they are commercially available off-the-shelf (COTS) items. Additionally, the provision mandates the separate listing of domestic end products that contain critical components, as defined in FAR 25.105. The government evaluates offers based on Federal Acquisition Regulation part 25, which outlines policies and procedures related to the Buy American Act. This certificate ensures compliance with regulations promoting the procurement of American-made goods.
The document outlines the
The document is a site visit sign-in sheet for the VA Healthcare System Lyons Campus, specifically for project number 561A4-22-104, which involves upgrading HVAC and the B12 Bathroom. The site visit took place on Tuesday, December 30, 2025. It lists various companies and their representatives who attended, along with their contact information. The document also specifies that all questions related to the walk-through or otherwise must be submitted in writing to the VA contracting representative, Dayna Dickson-Miller, at Dayna.Dickson-Miller@va.gov. All questions are due as outlined in the solicitation email. This record serves as an attendance log for a pre-bid site visit, a common requirement for government contracts to ensure potential bidders understand the project scope.
This government file, General Decision Number NJ20250042, establishes prevailing wage rates and labor regulations for building construction projects in Somerset County, New Jersey, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed). The document lists specific wage rates and fringe benefits for various trades, including asbestos workers, bricklayers, carpenters, electricians, elevator mechanics, power equipment operators, ironworkers, laborers, painters, plasterers, plumbers, roofers, sprinkler fitters, sheet metal workers, and truck drivers, often differentiating rates by specific geographic areas within Somerset County. It also outlines additional pay for hazardous work, high-altitude work, and specific tasks like welding. Paid holidays and vacation policies are detailed for certain crafts. The file concludes with information on Executive Order 13706 regarding paid sick leave for federal contractors and procedures for appealing wage determinations, including contacts for the WHD Branch of Wage Surveys and the WHD Branch of Construction Wage Determinations.