Z2DA--657A4-21-800, TF - FCA - Remove and Replace End-of-Life HVAC Infrastructure Building 1
ID: 36C25525R0009Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Oct 31, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals from qualified contractors for the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) infrastructure at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project, designated as VA Project No. 657A4-21-800, aims to modernize critical HVAC systems to enhance operational efficiency and safety within the facility, with a contract value estimated between $10 million and $20 million. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to supporting veteran-owned enterprises in federal contracting. Interested bidders must submit their proposals by April 15, 2025, and are encouraged to contact Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or 913-758-9912 for further information.

Point(s) of Contact
Files
Title
Posted
Feb 14, 2025, 3:06 PM UTC
The document outlines the solicitation for Project 657A4-21-800 TF, focused on removing and replacing the end-of-life HVAC infrastructure at the John J. Pershing VA Medical Center in Poplar Bluff, MO. The work encompasses general construction necessary for upgrading the air conditioning systems, with a construction contract set aside exclusively for service-disabled veteran-owned small businesses. The contract is structured as a firm fixed price, estimated between $10 million and $20 million, with a performance period of 900 days after the notice to proceed, potentially reduced to 540 days for a deductive alternative. Key aspects include required submissions from bidders, such as technical proposals and price proposals, along with adherence to strict standards for past performance, technical qualifications, and safety plans. Mandatory attendance at a site visit is also specified. Additional regulations include provisions for bonding, taxes, labor rates under the Davis-Bacon Act, and contractor safety measures. The document emphasizes a detailed evaluation process based on factors like past performance and technical expertise, highlighting the government’s commitment to maintain operational continuity at the medical center during construction. This solicitation reflects federal efforts to enhance facility infrastructure while supporting veteran-owned businesses within the construction industry.
Mar 31, 2025, 9:05 PM UTC
The document outlines the solicitation for Project 657A4-21-800 TF, focused on removing and replacing the end-of-life HVAC infrastructure at the John J. Pershing VA Medical Center in Poplar Bluff, MO. The work encompasses general construction necessary for upgrading the air conditioning systems, with a construction contract set aside exclusively for service-disabled veteran-owned small businesses. The contract is structured as a firm fixed price, estimated between $10 million and $20 million, with a performance period of 900 days after the notice to proceed, potentially reduced to 540 days for a deductive alternative. Key aspects include required submissions from bidders, such as technical proposals and price proposals, along with adherence to strict standards for past performance, technical qualifications, and safety plans. Mandatory attendance at a site visit is also specified. Additional regulations include provisions for bonding, taxes, labor rates under the Davis-Bacon Act, and contractor safety measures. The document emphasizes a detailed evaluation process based on factors like past performance and technical expertise, highlighting the government’s commitment to maintain operational continuity at the medical center during construction. This solicitation reflects federal efforts to enhance facility infrastructure while supporting veteran-owned businesses within the construction industry.
Mar 31, 2025, 9:05 PM UTC
The Department of Veterans Affairs (VA) is issuing a presolicitation notice for Contract 657A4-21-800, concerning the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) systems in Building 1 at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project involves general construction services, including alterations, hazardous material removal, and site utilities, with a contract duration of 900 calendar days. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated project cost between $10 million and $20 million. The contract will be awarded through a Best Value Lowest Price Technically Acceptable process. Interested vendors must register in the System for Award Management (SAM) under the appropriate NAICS code (236220) and adhere to specific subcontracting guidelines that limit payments to non-SDVOSB firms. Vendors are encouraged to monitor the SAM website for updates, as the solicitation documents are expected to be available by December 9, 2024. An organized site visit will be scheduled, and vendors are advised to direct inquiries via email to the designated VA representatives, ensuring proper project identification in communications.
Mar 31, 2025, 9:05 PM UTC
This document pertains to a modification of a prior notice regarding the contract for removing and replacing end-of-life HVAC infrastructure at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, MO. The solicitation number for this project is 36C25525R0009, and the deadline for responses is set for January 16, 2025, at 2:00 PM Central Time. The NAICS code has been updated to 238220, which encompasses Plumbing, Heating, and Air-Conditioning Contractors, and establishes a small business size standard of $19.0 million. The modifications specify that this contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The point of contact for any inquiries is Contract Specialist Lucia Cowsert. This modification underscores the commitment to maintain and upgrade essential HVAC systems while promoting opportunities for small businesses, particularly those owned by service-disabled veterans within the federal contracting framework.
Mar 31, 2025, 9:05 PM UTC
The Department of Veterans Affairs is modifying a previous notice regarding the solicitation for the removal and replacement of end-of-life HVAC infrastructure at Building 1 of the John J. Pershing VA Medical Center. The primary purpose of this modification is to update the timeline for the posting of the solicitation package, which will now be available for download on or before February 28, 2025. The solicitation falls under the service code Z2DA and is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Responses to the solicitation are due by March 13, 2025, at 2:00 PM Central Time. The modification includes contact information for the contract specialist, Lucia Cowsert, and an additional agency contact, Arnold J. Payne. This update is pertinent for interested contractors and businesses seeking participation in federal contracting opportunities.
Mar 31, 2025, 9:05 PM UTC
The government document outlines the solicitation for Project 657A4-21-800, concerning the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) infrastructure at Building 1 of the Department of Veterans Affairs. This project, estimated to range between $10 million and $20 million, is exclusively open to Service-Disabled Veteran Owned Small Businesses. The completion timeline for the project is set between 540 to 900 calendar days, contingent upon the awarded Contract Line Item Number (CLIN). The document specifies a pre-bid conference scheduled for February 25, 2025, to address contractual and project requirements. Key highlights include mandatory provisions such as a 20% bid bond, compliance with the Davis-Bacon Act, and the Buy American Act, alongside a detailed outline of proposal submission guidelines and evaluation criteria under the Lowest Price Technically Acceptable (LPTA) source selection process. The document emphasizes the necessity for bidders to submit a comprehensive breakdown of labor and material costs, safety plans, and to acknowledge all amendments to the solicitation to avoid technical rejections of their proposals. Overall, the document serves to ensure transparency and clarity in the bidding process while ensuring compliance with federal contracting standards.
Mar 31, 2025, 9:05 PM UTC
The document outlines an amendment to solicitation 36C25525R0009 for the Remove and Replace End-of-Life Heating, Ventilation, and Air Conditioning Infrastructure project at the Poplar Bluff VA Health Care System. The amendment addresses various inquiries from bidders, provides updated wage determinations, and includes additional attachments like an asbestos and lead inspection report, revised specifications, and drawings. Key issues clarified include equipment and material compliance with the Buy American Act, payment structures for contractors, and the temporary modular building requirements. Furthermore, the document emphasizes the importance of contractor coordination with the Contracting Officer and details concerning subcontractor reliance under SBA guidelines. The amendment clarifies technical aspects related to engineering design, material specifications, and construction standards while confirming that all terms and conditions of the original solicitation remain unchanged. This procurement initiative exemplifies the VA's commitment to upgrading healthcare facilities while ensuring compliance with federal regulations and labor standards.
The 2018 Asbestos and Lead Inspection Report for the John J. Pershing VA Medical Center in Poplar Bluff, MO, outlines a comprehensive reinspection of buildings for hazardous materials. The report confirms compliance with the Asbestos Hazard Emergency Response Act (AHERA) through visual inspections, bulk sampling, and evaluations of asbestos-containing materials (ACM) in twelve buildings. It identifies friable and non-friable ACMs, provides management recommendations, and establishes removal priorities based on current conditions and the potential for disturbance. The report also includes findings from a limited lead paint inspection utilizing X-ray fluorescence (XRF) technology to assess painted surfaces for lead-based paint, summarizing the materials present across the buildings. Overall, the report's findings guide future abatement efforts and highlight the need for worker training and protocol adherence to mitigate health risks. The document serves both as a crucial safety resource and as a regulatory compliance tool for ongoing facility management and planning within the VA system.
Mar 31, 2025, 9:05 PM UTC
This Addendum #1 for the VA Poplar Bluff project, IMEG #17002131.14, details revisions to mechanical and plumbing specifications and drawings for the removal and replacement of an end-of-life HVAC system. In the mechanical section, revisions include modifications to steam and condensate piping as indicated in the accompanying drawing. In plumbing, adjustments involve adding and removing descriptions for specific plumbing items (P-528, P-708, P-709) and revising multiple plumbing fixture schedules and tags in various drawings. These updates ensure compliance with project specifications and improve the effectiveness of the plumbing design. The addendum emphasizes precise changes necessary for the construction process, aimed at enhancing facility functionality and maintaining regulatory standards. Overall, it reflects the careful oversight and detailed planning required in government RFPs related to building upgrades and maintenance.
Mar 31, 2025, 9:05 PM UTC
This document is a Surety Form related to the federal government Request for Proposal (RFP) for the removal and replacement of end-of-life heating, ventilation, and air conditioning infrastructure in Building 1, identified as 36C25525R0009. Contractors are instructed to complete this form and submit it to their Surety for completion by April 15, 2025. It includes sections for the contractor’s details, the Surety’s information, and inquiries regarding the contractor's bonding history, insurance status, and any past issues with subcontractor payments. The completed form must be sent to the Department of Veterans Affairs’ Network Contracting Office 15, ensuring compliance with bonding requirements necessary for the bidding process. This document underscores the importance of bonding in construction projects, particularly within federal funding parameters, and aims to mitigate risk by assessing contractor reliability.
Mar 31, 2025, 9:05 PM UTC
The document outlines a construction project at the John J. Pershing Veterans' Administration Medical Center in Poplar Bluff, Missouri, focusing on the replacement of outdated heating, ventilation, and air conditioning (HVAC) systems. Key tasks include providing heat tracing for piping and relocating existing condensing units and piping as needed to align with new duct layouts. The scope of work requires thorough coordination with existing equipment, like the elevator machine room, and adherence to manufacturer recommendations for piping routes and sizes. Multiple firms, including Alesia Architecture P.C. and AMI Environmental Inc., are involved in this project, which follows specific design and regulatory standards set by the U.S. Department of Veterans Affairs. The document serves as a blueprint for contractors responding to the invitation for bids and emphasizes the importance of detailed planning and compliance in executing the mechanical renovations of the facility. It typifies the comprehensive nature of federal RFPs directed at improving healthcare infrastructure for veterans.
The document details plumbing symbols and related annotations for a construction project at the John J. Pershing Veterans' Administration Medical Center in Poplar Bluff, Missouri. It outlines various symbols representing plumbing fixtures, pipe types, and connections, facilitating clear communication among contractors and engineers. Additionally, the document includes general and mechanical notes, addressing system installation, maintenance access, and coordination with other trades throughout the project. Specific instructions cover demolition, installation of new plumbing systems, and compliance with safety and building regulations. Safety protocols, such as sealing openings and ensuring fire ratings, are emphasized. The document serves as a guide for contractors involved in the project, ensuring they are aware of both the plumbing technicalities and the safety standards required for successful completion. Overall, this file is crucial for maintaining efficiency, consistency, and compliance within federal construction guidelines as part of government-funded upgrades to VA facilities.
Mar 31, 2025, 9:05 PM UTC
The document outlines specifications for plumbing fixtures as part of the Veterans Affairs (VA) Project 657A4-21-800, focusing on the removal and replacement of outdated HVAC systems. It details the requirements necessary for a complete plumbing installation, such as fixture types, associated accessories, materials, and certifications needed to meet health and safety standards. Key sections include general descriptions, applicable publications and standards, and submittals. The document stresses compliance with regulations notably related to lead content in potable water systems and sustainable construction practices. Additionally, it specifies high-quality materials to be used, including stainless steel for fixtures and ensures accessibility in line with the Americans with Disabilities Act. Installation procedures are clearly outlined, mandating clean and secure fixture setups, whereas quality assurance measures include submitting updated operation and maintenance manuals. As part of the commissioning process, training for VA personnel on system operation and maintenance is required. This project highlights the government's commitment to modernizing infrastructure in line with regulatory standards and improving the functionality and safety of VA healthcare facilities.
The document outlines the removal and replacement of outdated heating, ventilation, and air conditioning (HVAC) systems at the John J. Pershing VA Medical Center under Project No. 657A4-21-800. This extensive project, which spans approximately 900 days and is divided into five phases, requires careful planning to ensure the continued operation of the medical center during construction. Key components include safety requirements, site preparation, demolition, and the installation of new HVAC systems. The contractor must develop a phasing schedule to minimize disruption to medical services, including temporary relocations and utility management. Security protocols and operational guidelines are highlighted, ensuring adherence to VA standards and regulations throughout the construction process. The successful bidder is responsible for detailed documentation, including as-built drawings and a warranty management plan for the Government's review. The emphasis on safety, coordination with ongoing medical operations, and compliance with federal environmental standards reflects the project's complexity and the critical nature of the facility involved. This initiative signifies the VA's commitment to maintaining modernized and efficient healthcare environments for veterans while prioritizing service continuity during upgrades.
The document outlines the specifications for the removal and replacement of aging HVAC systems at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. It details the project’s scope, key contacts, and the roles of various professionals involved, including architects and engineers. The specifications are structured into multiple sections covering general requirements, existing conditions, materials, and various construction divisions from openings to mechanical systems. The project aims to ensure compliance with VA standards and improve comfort and efficiency at the facility, emphasizing the importance of safety, quality control, and sustainable practices. Each section meticulously outlines material specifications, performance criteria, and installation procedures for door hardware, access panels, and more. The document reinforces the need for submittals, certifications, and compliance with relevant codes, focusing on details that facilitate the project’s completion while adhering to regulatory requirements. Overall, this file serves as a comprehensive guide for contractors in the context of government RFPs, federal grants, and compliance, showcasing the VA's intent to modernize essential infrastructure within its medical facilities.
The document outlines a project to remove and replace outdated heating, ventilation, and air conditioning (HVAC) systems at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, under VA Project No. 657A4-21-800. It details the specifications and requirements for the renovation. Key components include adherence to relevant codes such as those from the National Fire Protection Association (NFPA), which govern installation practices for mechanical systems, fire suppression, and plumbing. The project includes collaboration among teams from various engineering disciplines—architectural, civil, electrical, and mechanical—and mandates submission of detailed drawings and data sheets from contractors, which must reflect previous regulatory inspections and approvals. Quality assurance is emphasized, ensuring that all materials meet VA standards and that construction complies with local regulations. The renovations aim to enhance safety, efficiency, and reliability of the facility while ensuring that any necessary phasing or accessibility for maintenance is carefully planned. The project exemplifies federal efforts to improve veteran healthcare facilities through modernized infrastructure, adhering to high safety and compliance standards.
The project titled "Remove and Replace End of Life Heating, Ventilation and Air Conditioning" at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, aims to upgrade outdated HVAC systems. The project, designated as VA Project No. 657A4-21-800, is overseen by Alesia Architecture and coordinated with various engineering teams. It involves thorough planning and execution across multiple divisions, including electrical, plumbing, and HVAC. Key requirements include adherence to safety regulations, industry standards, and proper installation methods, ensuring that all materials and systems meet the latest codes, such as the National Electrical Code (NEC). The document outlines the comprehensive scope of work, including the removal of existing systems, installation of new HVAC components, and ensuring structural and electrical compatibility. Furthermore, it emphasizes the importance of testing and quality assurance throughout the project lifecycle. This upgrade reflects the government's effort to maintain high operational standards in veteran healthcare facilities by replacing aging infrastructure with modern, efficient systems.
The document outlines a phased renovation project at the John J. Pershing Veterans' Administration Medical Center in Poplar Bluff, Missouri, focusing on the removal and replacement of infrastructure, specifically heating, ventilation, and air conditioning (HVAC) systems. It emphasizes the use of a Temporary Modular Building Complex (MBC) to facilitate continued operations during construction, detailing the relocation of laboratory functions and necessary infrastructure work. The project is divided into four phases, starting with relocating existing labs and conducting asbestos remediation, progressing to the renovation of ground and first-floor areas that include installing new air handling units (AHUs) and ductwork. A critical component involves thorough planning and coordination to ensure minimal disruption in VA operations, including the movement of essential services to the modular complex. Each phase highlights specific tasks like replacing existing roofs and ductwork, significant utility connections, and maintaining operational readiness. The document serves as a procedural and logistical framework for contractors involved in the renovation, illustrating a commitment to improving medical facilities while maintaining safety and compliance with federal regulations. The outlined approach ensures that necessary precautions and preparations are made for successful project execution.
The document outlines the specifications for a renovation project at the John J. Pershing Veterans' Administration Medical Center, focusing on the removal and replacement of aging heating, ventilation, and air conditioning (HVAC) systems. Key objectives include ensuring compliance with the Americans with Disabilities Act (ADA), maintaining operational continuity of existing utilities during construction, and adhering to safety protocols. The scope includes demolition plans for reducing existing walls, updating mechanical systems, fire stopping, and coordinating construction work across various departments. Emphasis is placed on adhering to precise measurements for door clearances and ensuring proper transitions of utilities and pathways to meet both functionality and safety standards. The project is also structured to minimize disruption in clinical areas, with clear stipulations regarding temporary relocations and equipment handling. Overall, the document serves as a guide for contractors to execute the renovation under strict regulatory oversight, ensuring the facility's alignment with modern healthcare standards while prioritizing safety and accessibility for veterans.
The document outlines the specifications and plans for renovations at the John J. Pershing Veterans' Administration Medical Center in Poplar Bluff, Missouri. Key aspects of the project include the removal and replacement of outdated heating, ventilation, and air conditioning systems, along with upgrades to various building infrastructure. The facility, which is an eight-story, fully sprinklered Type II structure with a gross area of 177,500 square feet, emphasizes fire and smoke barriers to ensure safety compliance. Architectural details include modifications to various departmental spaces, such as exam rooms, storage areas, and administrative offices. The project requires coordination among contractors to maintain ongoing operations during construction, utilizing a temporary modular building complex as necessary. Key players involved in the project include Alesia Architecture P.C. and AMI Environmental Inc., among others. The renovation aims to modernize facility infrastructure while adhering to VA standards and ensuring minimal disruption to services. Comprehensive plans for fire safety and structural integrity are pertinent, reflecting the government's commitment to upgrading veteran care facilities and enhancing operational efficiency within healthcare environments.
The document outlines the construction and phasing plans for a temporary modular building complex (MBC) at the John J. Pershing Veterans Administration Medical Center in Poplar Bluff, Missouri. The project involves the general contractor assuming responsibility for the layout and design of modular buildings as part of a delegated design delivery system, which requires collaboration with the medical center. The modular units will temporarily house laboratory operations and other departments being displaced during renovation work on the main facility. The project is divided into multiple phases, starting with the design and installation of the MBC and covered walkways. Subsequent phases involve relocating existing departments, demolishing outdated HVAC systems, and renovating lab spaces. Each phase requires careful planning, coordination with various stakeholders, and compliance with safety regulations, particularly regarding fire safety and health standards. Overall, this initiative exemplifies the VA's strategic approach to facility upgrades, focusing on ensuring continuity of medical services while enhancing infrastructure and workplace safety. The document serves as a guide for contractors and engineers to execute the necessary renovations and relocations effectively.
The document outlines the structural design and construction guidelines for a project involving the Modular Building Complex (MBC) and a connector ("Link") between an existing hospital and the MBC, as mandated by the U.S. Department of Veterans Affairs. It specifies adherence to the 2018 International Building Code and various referenced standards for structural integrity, load requirements, seismic resistance, safety, and fire protection. Key design loads include dead loads, live loads, snow and wind loads, along with detailed seismic criteria. Provisions for temporary structures, demolition, and the contractor's responsibilities for structural safety and bracing are emphasized. Additionally, the document details fire-resistive ratings and material specifications for concrete, reinforcing steel, structural steel, and cold-formed metal framing. It calls for compliance with special inspection protocols to ensure construction quality and safety, reflective of the government’s commitment to regulatory adherence in federal construction projects. This comprehensive guideline enhances structural safety and functionality in compliance with governmental standards.
The attached Past Performance Questionnaire transmittal letter is intended for references of a contractor submitting a proposal to the Network Contracting Office 15 (NCO 15) for a federal contract. It outlines the evaluation process mandated by the Federal Acquisition Regulations (FAR), requesting references to complete the enclosed questionnaire regarding the contractor's past performance. Throughout the letter, it stresses confidentiality in the feedback provided and emphasizes the importance of thorough responses to assist in the evaluation. The questionnaire itself consists of a series of performance metrics categorized by letter grades, ranging from exceptional (E) to unsatisfactory (U), along with narrative explanations for lower ratings. Respondents are asked to assess the contractor's management abilities, adherence to quality control plans, problem resolution skills, project supervision, and compliance with safety protocols among other criteria. Conclusively, it aims to gather comprehensive performance data to inform the awarding decision for the construction-related contract, highlighting the critical role of past performance in federal procurements.
The document outlines the requirements for a Performance Relevancy Survey related to the project "Remove and Replace End-of-Life Heating, Ventilation, and Air Conditioning Infrastructure Building 1" under the contract 36C25525R0009. It requests information from offerors on their previous projects, which can include both ongoing and recently completed contracts within the last five years. The structure necessitates detailed input regarding the offeror's role (prime or subcontractor), contract values, completion dates, relevancy of work performed, and a point of contact for verification by the contracting officer. The relevancy of past performance must be assessed on a scale of "Very Relevant" to "Not Relevant," considering the scope and complexity pertinent to the current solicitation. This thorough evaluation aims to ascertain the offeror's capacity to meet project demands and the expected quality of service. The information provided will help in assessing the suitability of contractors for the modernization of HVAC systems within government facilities, underlining the importance of prior performance in similar projects.
Mar 31, 2025, 9:05 PM UTC
The document is a Surety Form related to a federal request for proposal (RFP) concerning the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) infrastructure in Building 1 for the Department of Veterans Affairs, reference number 36C25525R0009. It outlines instructions for offerors to complete the form and submit it to their surety for verification. Key points include details such as the contractor's name, address, and contact information, along with specific queries about the surety's relationship with the contractor, including bonding history, project completion experience, and any past liability or payment issues. The surety is required to provide their name, address, bonding limits, and relevant experience, returning the completed form by January 16, 2025. The purpose of this document is to ensure that contractors participating in the RFP have reliable surety backing, which is essential for the proper execution of government contracts. The information documented here aids the Department of Veterans Affairs in assessing the financial and operational reliability of contractors bidding for federal projects.
Mar 31, 2025, 9:05 PM UTC
The document outlines a detailed project proposal format designed to guide submissions related to federal and state/local Requests for Proposals (RFPs), focusing on construction and infrastructure projects. It includes sections for itemizing labor, material, equipment costs, and overhead, profit, and bond fees, with specified maximum percentage limits for each: overhead not exceeding 25%, profit capped at 10%, and bond percentages capped at 5%. The structure is segmented into various categories, such as general requirements, concrete, masonry, metals, and HVAC, among others, with space allocated for detailed cost breakdowns for each category. This comprehensive approach facilitates clarity in bidding and ensures adherence to budgetary constraints. By emphasizing systematic cost representation, the proposal format aims to streamline the evaluation and approval processes in line with government fiscal regulations, promoting transparency and accountability in public contracting. Overall, the document is a vital tool for contractors seeking to navigate governmental funding processes while complying with established financial guidelines.
Mar 31, 2025, 9:05 PM UTC
The document is an amendment to a solicitation from the Department of Veterans Affairs, specifically regarding the project to remove and replace outdated heating, ventilation, and air conditioning (HVAC) infrastructure at Building 1 of the Poplar Bluff VA Health Care System in Missouri. The primary purpose of this amendment is to extend the deadline for proposals from April 1, 2025, to April 15, 2025, at 2:00 PM Central Daylight Time. No other terms or conditions of the solicitation have been altered. This amendment is administered by the Network Contracting Office (NCO) 15, and the contractor or offeror is required to acknowledge receipt of the amendment to maintain compliance with the solicitation process. The document highlights the importance of clear communication and deadlines in federal contracting, ensuring prospective bidders have ample time to prepare their proposals for this critical infrastructure project.
Mar 31, 2025, 9:05 PM UTC
This document amends the solicitation for a project related to the removal and replacement of end-of-life Heating, Ventilation, and Air Conditioning (HVAC) systems at Building 1 in the Poplar Bluff VA Health Care System. The primary purpose of the amendment is to provide clarifications to previous questions raised by bidders and to introduce a new question regarding contractor responsibilities. Notably, the document emphasizes that the contractor is responsible for moving and reassembling any VA property, including equipment and loose furniture, without placing any laundry equipment inside the modular building complex. The amendment also refers to specific equipment drawings to outline further logistics. Overall, the document maintains all original terms and conditions while ensuring that bidders have clear directives for project execution and responsibilities, reflecting adherence to federal contracting standards.
Mar 31, 2025, 9:05 PM UTC
The document details a pre-bid walkthrough for the replacement of aging HVAC infrastructure at Building 1 of the John J. Pershing VA Medical Center, scheduled for February 25, 2025. Attendance includes representatives from the Department of Veteran Affairs and the Marion VA Health Care System, highlighting participation by key stakeholders in the proposal process. The focus on this project indicates a significant effort to upgrade and maintain the facility’s critical environmental control systems, ensuring comfort and safety for patients and staff. The attendees' contact information is provided, fostering communication as bidders prepare for the upcoming contract. Overall, this document reflects the government's commitment to enhancing healthcare facilities in alignment with Veterans Affairs standards and operational needs.
Similar Opportunities
Z2DA--657-23-108JC, FCA - Repair Air Handler AC-1 (VA-25-00052824) John J. Cochran Veterans Hospital
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to undertake the repair of Air Handler AC-1 at the John J. Cochran Veterans Hospital in St. Louis, MO. This project, identified as 657-23-108JC, involves significant construction work, including the replacement of a steam humidifier, addressing duct leakage, and replacing approximately 68 variable air volume boxes, with an estimated total cost between $2,000,000 and $5,000,000 and a project duration of around 550 days. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing compliance with local codes and VA regulations, particularly regarding COVID protocols. Interested contractors must register in the System for Award Management (SAM) and the Veteran Small Business Certification database, with proposal submissions expected to begin around March 30, 2025, and due by May 12, 2025. For further inquiries, contractors can contact David Sterrett, Contract Specialist, at david.sterrett@va.gov or (913) 946-1146.
Z1DA--Project 667-25-185 CON Install VAV Boxes Surgery Storage
Buyer not available
The Department of Veterans Affairs is soliciting proposals for Project 667-25-185, which involves the installation of Variable Air Volume (VAV) boxes in the Surgery Storage area at the Overton Brooks VA Medical Center in Shreveport, Louisiana. 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 project value estimated between $50,000 and $100,000. Proposals are due by April 29, 2025, at 2:00 PM, and interested parties should contact Contracting Officer Beth A. Cook at Beth.Cook@va.gov or 228-354-7576 for further information.
679-22-106 Replace HVAC Various Buildings
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of HVAC systems in various buildings at the Tuscaloosa VA Medical Center, specifically under project number 679-22-106. This project involves the removal, replacement, and installation of new HVAC systems in Buildings 2 and 46, with a focus on enhancing operational efficiency and compliance with safety standards. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated budget between $1 million and $5 million, and a completion timeline of 365 days from the notice to proceed. Interested contractors should direct inquiries to William Barton or Joyce Powers via email and ensure their proposals are submitted by the extended deadline of April 17, 2025, at 1:00 PM CDT.
Z2DA--STX Upgrade HVAC ALMD Lab 671-22-190
Buyer not available
The Department of Veterans Affairs (VA) 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. This project entails general construction services, including alterations and the removal of existing utilities, with a contract value estimated between $1 million and $2 million. The 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). The solicitation is expected to be released on SAM.gov around April 30, 2025, with bid openings anticipated for July 30, 2025. Interested bidders must ensure compliance with specific requirements, including a current VETS 4212 report and registration in SAM and SBA's VetCert platform, to have their proposals deemed responsive. For further inquiries, contact Cheryl Clark, Contract Specialist, at cheryl.clark4@va.gov.
Y1DZ--618-25-202, Replace Chiller #4
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of Chiller 4 at the Minneapolis VA Health Care System, specifically within Building 69. This project involves the removal of the existing chiller and installation of a new 1,100-ton centrifugal liquid chiller, along with necessary updates to associated equipment such as pumps and filters, all while ensuring compliance with environmental regulations and operational compatibility. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated project cost ranging from $1,000,000 to $2,000,000, and a performance period of 190 calendar days following the notice to proceed. Interested contractors must submit their proposals electronically by April 28, 2025, and can direct inquiries to Contract Specialist Trevor W Keyworth at Trevor.Keyworth@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 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 healthcare setting, ensuring minimal disruption to patient care services during the installation process. Interested contractors must submit their proposals by 12:00 PM PDT on May 2, 2025, following a site visit scheduled for April 8, 2025, and are encouraged to contact Contract Officer Helen Woods at Helen.Woods@va.gov for further inquiries.
Y1DA--589A5-25-192 REPLACE B1 STEAM TRAPS, EK
Buyer not available
The Department of Veterans Affairs is seeking proposals for the project titled "Replace B1 Steam Traps" at the Colmery-O’Neil VA Medical Center in Topeka, Kansas. The objective of this procurement is to replace steam traps in Building 1, with an estimated project cost ranging from $25,000,000 to $100,000,000, and a performance period of 60 days from the notice to proceed. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested contractors must submit their proposals by April 10, 2025, at 2:00 PM Central Time, and are encouraged to attend a mandatory site visit on March 25, 2025. For further inquiries, potential bidders can contact Contracting Officer Tim Fitzgerald at timothy.fitzgerald@va.gov or by phone at 913-946-1145.
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.
Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
Buyer not available
The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project, identified as number 556-23-104, requires contractors to provide all necessary labor, materials, and equipment, with a focus on adhering to safety and operational standards within a healthcare environment. The estimated contract value ranges from $1,000,000 to $2,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested bidders must submit their proposals via email by 10:00 AM local time on April 15, 2025, with a virtual bid opening scheduled for the same day at 11:00 AM. For further inquiries, potential bidders can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
Y1DA--CON NRM 653-25-101 Replace Bldg 65 Chillers
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of chillers in Building 65 at the Roseburg VA Medical Center. The project involves comprehensive renovations, including the replacement of three chillers, roof leak repairs, and upgrades to the chemical feed control system, all while adhering to strict safety and compliance regulations. This initiative is crucial for enhancing the facility's mechanical infrastructure and ensuring efficient cooling to meet healthcare standards for veterans. Proposals are due by April 30, 2025, with an estimated contract value between $2,000,000 and $5,000,000, and interested parties should contact Contract Specialist Toni J. Knight at Toni.Knight@va.gov for further details.