Z1DA--531-24-104 | Replace HVAC B23-B45 - Construction
ID: 36C26026R0026Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a construction project to replace HVAC systems in Buildings 23 and 45 at the Boise VA Medical Center in Idaho. This project, designated as 531-24-104, involves significant upgrades including the installation of fan coil units, heat exchangers, and a closed heating loop utilizing geothermal water, with a contract value estimated between $500,000 and $1,000,000. The procurement is set aside for small businesses, and proposals are due by December 11, 2025, at 12:00 PM MT, with a performance period of 180 calendar days from the Notice to Proceed. Interested contractors should contact Alan Perez at Alan.Perez@va.gov or 360-690-1832 for further details.

    Point(s) of Contact
    Alan PerezContract Specialist
    (360) 690-1832
    Alan.Perez@va.gov
    Files
    Title
    Posted
    Amendment 0001 to solicitation 36C26026R0026 extends the proposal due date and provides critical information to offerors. The new deadline for proposal submissions is December 11, 2025, at 12:00 PM MT. This amendment also includes responses to questions asked during the Request for Information (RFI) period, which are provided as Attachment 1. Additionally, an addendum to the Fan Water Coil Piping information, designated as Attachment 2, has been issued in response to RFI questions. All other terms and conditions of the original solicitation remain unchanged. This amendment ensures that all potential bidders have the necessary information and extended time to submit their offers.
    This government solicitation (36C26026R0026) is a Request for Proposal (RFP) for construction services to replace HVAC systems in Buildings 23 and 45 at the Boise VA Medical Center. This 100% Small Business Set-Aside project, with a magnitude between $500,000 and $1,000,000, involves replacing fan coil units and fin tube radiators, installing heat exchangers, pumps, and valves to create a closed heating loop, and utilizing raw geothermal water for heating. The project has a performance period of 180 calendar days from the Notice to Proceed. Proposals are due by December 8, 2025, at 12:00 PM (MST) and must include a completed SF 1442, a bid guarantee (SF 24), a technical proposal (Volume I) demonstrating HVAC project experience, and a price proposal (Volume II). The award will be a Firm-Fixed-Price contract based on a "Best Value" tradeoff process, where technical factors are more important than past performance, and both are significantly more important than price. SDVOSB and VOSB offerors receive price evaluation preferences. A formal site visit is scheduled for November 14, 2025.
    The Department of Veteran Affairs (VA) is issuing a pre-solicitation notice for a competitive Request for Proposals (RFP) to replace HVAC systems in Buildings 23 and 45 at the Boise VA Medical Center in Boise, ID. This fixed-price construction project, estimated between $500,000 and $1,000,000, involves installing heat exchangers, pumps, and valves to create a closed heating loop, utilizing existing geothermal water to reduce wear on equipment. The scope includes replacing fan coil units and fin tube radiators, installing new piping, and integrating the system with the existing DDC system. Contractors are responsible for all testing, including HVAC test and balance. This project is 100% set-aside for Small Businesses, requiring a bid bond. All solicitation documents will be available on sam.gov, and offerors must be registered in SAM. The government is also accepting industry comments on the specifications.
    The project involves replacing HVAC fan coil and fin tube radiator units in Buildings 23 and 45 at the Boise, Idaho VA Medical Center. The scope includes architectural, mechanical, plumbing, and electrical work. Key requirements include coordinating equipment, traffic, utility work, and construction phasing with the Contracting Officer's Representative (COR). All hospital access points and exits must remain clear. Hazardous materials found must be reported immediately. Fire-rated barrier penetrations require qualified firestop contractors, with temporary fire protection at the end of each workday. The project adheres to OSHA regulations, with superintendents requiring 30-hour OSHA training. The contractor is responsible for protecting existing utilities, verifying site conditions, and resolving discrepancies. All work must comply with VA TIL Guidelines and applicable building codes.
    The Department of Veterans Affairs in Boise, Idaho, is undertaking a project (531-24-104) to replace HVAC systems in Buildings 23 and 45. This federal RFP outlines comprehensive general requirements, safety protocols, and construction procedures. Key aspects include strict security measures for personnel and sensitive information, meticulous site preparation, demolition, and restoration of disturbed areas. The contractor is responsible for professional surveying, layout of work, and maintaining as-built drawings. The document details a robust warranty management plan with defined response times for various issues and protocols for temporary utility use. Coordination with the Medical Center and Cemetery Director is crucial to minimize disruption, especially during burial activities and holidays. The project emphasizes adherence to VA master specifications, ensuring quality control, safety, and environmental protection throughout the construction process.
    This Department of Veterans Affairs document outlines the master specifications for the "Replace HVAC, Bldgs. 23 & 45" project in Boise, Idaho. It details a wide range of construction requirements across various divisions, including general requirements, existing conditions, concrete, masonry, metals, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, special construction, conveying equipment, fire suppression, plumbing, HVAC, integrated automation, electrical, communications, electronic safety and security, earthwork, exterior improvements, utilities, transportation, and electrical power generation. Key aspects cover safety, security (including personnel identification, access control, and document handling), site operations, utility management (including service interruptions and abandoned lines), coordination with medical center operations, and disposal/retention of materials. The document emphasizes adherence to VA security protocols, OSHA requirements, and detailed scheduling to minimize disruption at the operational medical center.
    Project 531-24-104 outlines the replacement of HVAC systems in Buildings 23 and 45 at the Boise, Idaho VA Medical Center (BVAMC). The project aims to upgrade the existing geothermal pump, piping, and radiator heating system, along with localized chiller-fed fan coil units for cooling. Key improvements include installing heat exchangers, pumps, and valves to create a closed heating loop, utilizing raw geothermal water to heat this loop and reduce wear on equipment. The contractor is responsible for providing all necessary tools, equipment, labor, materials, and supervision, ensuring a fully functional system integrated with the existing station DDC. Work must prioritize the Medical Center's mission, with activities potentially restricted during normal business hours due to noise, fumes, or vibrations. The contractor is also responsible for testing, material disposal, site security, and adherence to infection control measures. The buildings are over 100 years old and contain lead paint, requiring proper safety precautions if disturbed. The contract period is 180 calendar days, with performance monitoring by a Contracting Officer's Representative (COR).
    VAAR 852.219-75 outlines the limitations on subcontracting for VA contracts, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Offerors certify compliance with specific subcontracting limits: 50% for services, 85% for general construction, and 75% for special trade construction, with exclusions for direct costs and materials in certain cases. The certification is subject to federal fraud statutes, and non-compliance can lead to penalties including fines, debarment, and prosecution. Contractors must provide documentation to VA for compliance verification and understand that failure to comply or provide requested records may result in remedial action. This certification is mandatory for offer consideration.
    This document outlines responses to Requests for Information (RFIs) concerning the RFI Boise VA Replace HVAC B23 - B45 Project #531-24-104. Key clarifications include staffing requirements, confirming that while three management positions (Superintendent, Quality Control Manager, and Site Safety and Health Officer (SSHO)) can be distinct, a minimum of two separate individuals is acceptable, with the SSHO and Quality Control Manager potentially combined, provided the Superintendent is a sole role. The project schedule must be cost-loaded, and while no specific scheduler certifications are required, competent individuals must collaborate on its development. All existing valve and damper actuators must be replaced with new ones, and the Mechanical Contractor is responsible for furnishing and installing all control hardware. The VA will handle furniture removal and replacement, while heating/cooling shutdowns require 10 days' notice and are limited to non-critical periods, primarily 8 PM to 5 AM in the off-season (March-June), with the VA providing temporary heat if needed. Other responses address liquidated damages (none), hazardous material abatement (VA responsibility), lead paint (assumed present, contractor safety measures required), Buy American Act applicability (yes), and the requirement for hard piping with temperature sensors and balancing valves for fan coil units.
    The provided document details the piping diagram for a Fan Coil Unit (FCU) at Boise VAMO, outlining essential components and installation requirements. It includes shut-off valves, strainers, a drain pan, a manual air vent, isolation valves, temperature indicators, a 3-way modulating control valve, and a circuit setter balance valve. A key note specifies that manufactured flex lines are not acceptable for piping to the water coil (heating and chilled water); hard piping is explicitly required. This document likely serves as a technical specification or instruction within a government Request for Proposal (RFP) or a construction project for a federal facility, ensuring standardized and durable plumbing installations for HVAC systems.
    This document, "EXHIBIT A – PAST PERFORMANCE REFERENCE FORM," is a crucial component of government RFPs, specifically RFP 36C26026R0026 for replacing HVAC systems in Buildings B23-B45. It instructs offerors to provide detailed past performance reference information for projects not documented in government databases like CPARS. The form requires offerors to furnish comprehensive contact information for a reference, including company name, address, point of contact, phone number, and email. Additionally, it requests specific project details such as the reference project title, contract period of performance, contract number, dollar value, a description of the work performed, and the contractor's role (prime, sub-contractor, or key personnel). The purpose of this form is to enable the VA to gather essential past performance data to evaluate an offeror's capabilities and experience for the HVAC replacement project.
    The document outlines comprehensive guidelines for government solicitations, covering federal, state, and local RFPs and grants. It details various aspects of these processes, including submission requirements, evaluation criteria, and compliance standards. Key sections appear to address the structure of proposals, the importance of clear communication, and the need for adherence to specified formats. The document also touches upon the legal and regulatory frameworks governing these solicitations, emphasizing fairness and transparency. Furthermore, it appears to provide guidance on the technical and administrative components of successful applications, from initial submission to final award. The fragmented text suggests a focus on ensuring proper procedures and detailed documentation for all government procurement and funding opportunities.
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@va.gov.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Y1DA--561A4-26-503 Replacement Coils for Buildings 4,53,54,57,135,143
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of chilled water and steam coils in various buildings at the VA New Jersey Healthcare Systems Lyons Campus. This project, identified as Solicitation Number 36C24226B0022, involves the furnishing and installation of Original Equipment Manufacturer (OEM) coils, along with the installation of VA-provided coils, across buildings 4, 52, 54, 57, 135, and 143. The work is critical for maintaining the HVAC systems within these facilities, ensuring optimal performance and compliance with health standards. The estimated cost for this project ranges from $250,000 to $500,000, with a performance period of 90 calendar days following the Notice to Proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in SAM.gov and veterans.certify.sba.gov, with the official solicitation expected to be released around December 12, 2025. For further inquiries, contact Contract Officer Lateisha Robinson at Lateisha.Robinson@va.gov or (718) 584-9000 ext 4334.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    J045--HVAC Maintenance and Service Veterans Health Care System of the Ozarks (VHSO) Fayetteville, Arkansas
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for HVAC maintenance and service at the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, under solicitation number 36C25626Q0165. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses a base year plus four option years, requiring comprehensive maintenance services for various HVAC/R systems, including chillers, cooling towers, and boilers, with specific attention to preventative maintenance schedules and emergency service protocols. This procurement is critical for ensuring the operational efficiency and safety of healthcare facilities, with a focus on compliance with safety and security standards. Interested parties must submit their offers by December 11, 2025, at 10 AM CST, and direct any inquiries to Diyonne Williams at diyonne.williams@va.gov or by phone at 601-206-6956.
    Pharmacy B201 Chiller One time Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the one-time repair of the Pharmacy Chiller located in Building 201 at the VA Southern Oregon Rehabilitation Center and Clinics in White City, Oregon. The project involves a comprehensive repair that includes recovering refrigerant, replacing the Electronic Expansion Valve (EEV), installing new filter dryers, conducting pressure tests, recharging the system, and addressing any software-related issues to ensure the chiller operates efficiently. This contract, valued at up to $19 million, is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a performance period from December 3, 2025, to March 3, 2026. Interested contractors must submit their proposals by December 10, 2025, at 10:00 AM PST, and can contact Alan C. Perez or Helen Woods for further information.