Z2JZ--504-22-107 Replace CLC Air Handling Equipment and Upgrade Controls, Bldg. 29
ID: 36C25724B0023Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the replacement of air handling equipment and the upgrade of controls in Building 29 at the Thomas E. Creek VA Medical Center in Amarillo, Texas. This project, identified as solicitation number 36C25724B0023, aims to enhance the facility's HVAC systems, ensuring compliance with federal standards while maintaining uninterrupted medical operations during construction. The contract is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), with a project value estimated between $2 million and $5 million. Bids are due by November 12, 2024, at 11:00 AM CST, with a virtual bid opening scheduled for the same day at 3:00 PM CST. Interested parties can contact Contract Specialist Nicholas L. Smith at Nicholas.Smith21@va.gov for further information.

    Point(s) of Contact
    Nicholas L SmithContract Specialist
    Nicholas.Smith21@va.gov
    Files
    Title
    Posted
    The document details a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) aimed at installing new air handlers at the Thomas E. Creek VA Medical Center in Amarillo, TX. This project, valued between $2 million and $5 million, is strictly set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The contractor is responsible for providing all necessary labor, materials, and supervision within a timeline of 270 days from the notice to proceed. Key components include installation of two air handling units (AHUs) to efficiently heat, cool, and humidify the facility, along with necessary infrastructure upgrades. A pre-bid site visit is scheduled for October 3, 2024, followed by a deadline for questions. Bidders are required to submit various documentation, including a bid guarantee and evidence of relevant certifications, to ensure compliance and performance standards. In addition to the construction requirements, the document stipulates safety regulations, environmental compliance, and the need for an experienced workforce. All bidding must occur electronically by October 28, 2024, at which point a public bid opening will take place. This RFP embodies the government's commitment to engaging veteran-owned businesses while ensuring quality and safety in construction projects.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for a project to replace air handling equipment and upgrade controls in Building 29 at the Thomas E. Creek VA Medical Center in Amarillo, Texas. The contractor will be responsible for installing two new air handling units (AHUs) in accordance with the project specifications. This procurement is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $2 million and $5 million. Interested contractors must verify their SDVOSB status through the VA’s Center for Verification and Evaluation (CVE) before submitting proposals. Proposals must be submitted by 10:00 AM CST on October 31, 2024. The contract specialist for this project is Nicholas L. Smith, who can be reached via the provided email address. This initiative demonstrates the VA's commitment to supporting veteran businesses while improving medical facility infrastructure.
    The document pertains to Amendment 0001 of a solicitation issued by the Department of Veterans Affairs for the Central Texas Veterans Health Care System. The main purpose of this amendment is to add the sign-in sheet from a recent site visit conducted for the corresponding solicitation 36C25724B0023. It emphasizes that all other terms and conditions outlined in the original document remain unchanged. Offerors and bidders are required to acknowledge receipt of this amendment prior to the deadline specified, through various means including direct acknowledgment on submitted offers or separate communication. The document also includes administrative details such as contact information, coding, and signature lines for the contracting officer. This amendment process is standard in government RFPs to ensure transparency and maintain proper record-keeping while providing bidders with necessary updates related to the solicitation process.
    The document outlines Amendment 0002 for solicitation number 36C25724B0023, issued by the Department of Veterans Affairs, Central Texas Veterans HCS. The primary purpose of this amendment includes the addition of responses to Requests for Information (RFI) and a rescheduling of the bid due date from October 28, 2024, to November 5, 2024, with bids due by 11:00 AM CST and the bid opening conducted virtually at 3:00 PM CST on the same day. Attendance at the bid opening is encouraged but not obligatory. The amendment reassures that all other terms and conditions of the original solicitation remain unchanged. Further details can be found in the attached document, which includes RFIs with responses regarding the installation of new air handlers at Building 29. This amendment represents a critical communication to potential bidders ensuring clarity and transparency in the bidding process while adhering to established government procedures.
    The document is an amendment (0003) to a solicitation issued by the Department of Veterans Affairs, specifically the Central Texas Veterans Health Care System. Its primary purpose is to extend the bid due date and bid opening for the solicitation numbered 36C25724B0023 from November 5, 2024, to November 12, 2024. Bids must be submitted by 11:00 AM CST on that date, with the bid opening scheduled for the same day at 3:00 PM CST, to be held virtually. The amendment also emphasizes that attendance at the bid opening is optional and highlights the importance of acknowledging receipt of the amendment to avoid bid rejection. No other modifications to the solicitation's terms and conditions have been made. This communication reflects standard practice in federal RFP processes to ensure clarity and adherence to timelines, signaling the government's commitment to transparency and fairness in procurement activities.
    The document outlines the abstract of offers for the construction project aimed at replacing air handling equipment in Building 29 at the Thomas E. Creek VA Medical Center in Amarillo, Texas. Issued under solicitation number 36C25724B0023, the offer process involved multiple bids from various contractors, with a total of three bids received along with their financial details and acknowledgment of amendments. The estimated government cost for the project was $3,315,255.00, with bids ranging significantly higher, reflecting the competitive nature of construction procurement. Notably, some bidders submitted performance and payment bonds, while others did not. The document is structured to include identification of the project, offerors, bid security details, amendments, and estimated pricing, facilitating transparency in governmental contracting processes. This solicitation serves as part of broader government efforts to upgrade facilities and equipment in support of veteran services, aligning with federal and local compliance requirements.
    This document outlines a pre-bid site visit for a federal project aimed at replacing the air handling units (AHUs) in Building 29 of the Amarillo VA Medical Center (VAMC). The listed participants include multiple representatives from construction companies and VA personnel, detailing their contact information. The meeting is scheduled for October 3, 2024, allowing interested parties to tour the site and understand the project's requirements. The purpose of this visit is to familiarize bidders with the project scope and existing conditions, ensuring they can submit informed proposals. The emphasis is on collaboration and compliance within the federal contracting framework, critical for maintaining quality and safety standards in the rehabilitation of VA facilities. This event represents the federal government's ongoing commitment to modernize its infrastructures through strategic partnerships with construction firms.
    The document outlines the construction project for replacing the Centralized Heating, Ventilation, and Air Conditioning (HVAC) units at the Thomas C. Creek Veterans Affairs Medical Center in Amarillo, Texas. It includes a detailed plan and set of specifications for the renovation of Building 29, focusing on safety, phasing, and project compliance. Key phases of the work are specified, emphasizing that contractors must adhere to existing standards, examine conditions before work, and coordinate with the Veterans Health Administration (VHA) for approvals and clarifications. Life safety plans indicate fire resistance requirements, while construction barriers for infection control must be observed during work phases. Additionally, special attention is given to demolition procedures, particularly regarding hazardous materials which require abatement. The overall aim is to ensure that all constructions meet specified safety and structural standards while maintaining operational integrity throughout the project. The thorough planning and guidelines ensure compliance with government construction expectations and safety regulations, demonstrating the VA's commitment to providing improved facilities for veterans.
    The document outlines a project by the Department of Veterans Affairs focusing on the replacement of the CLC Air Handling Units (AHUs) in Building 29 of the Amarillo Health Care System. It encompasses complete construction documents and specifications dated June 8, 2023. The project entails detailed safety requirements, general construction guidelines, security measures for personnel on-site, and careful management of existing medical operations. Notably, it emphasizes maintaining uninterrupted services throughout the project's duration, with phased alterations to accommodate the operational needs of medical staff and patients. Contractors are mandated to manage waste properly and adhere to safety and quality control standards while documenting the project through as-built drawings and warranty management plans. The overarching aim is to enhance the facility's air handling systems while safeguarding its ongoing health care operations and adhering to stringent federal guidelines.
    The document pertains to a Request for Information (RFI) related to the installation of new air handlers in Building 29 as part of a government construction project. It addresses several operational and procedural inquiries from potential contractors regarding project specifics. Key points include confirmation that the project is sales tax exempt, clarification of responsibilities between the Owner and General Contractor (GC), and requirements for subcontractors and safety measures. The government confirms no price escalation for materials will be considered due to tariffs, emphasizing a Firm Fixed Price contract. Compliance with recent Buy American requirements is assured, and environmental hazards are expected to be minimal. Furthermore, the document outlines the need for temporary HVAC, establishes ICRA levels for construction phases, and sets parameters for fire suppression system modifications. The RFI reflects rigorous procurement processes typical within government contracts, ensuring transparency and adherence to established regulations while highlighting the challenges and necessary conditions for project execution. This summary encapsulates the essence of the RFI, focusing on operational guidelines, compliance issues, and contractor responsibilities within the context of federal procurement procedures.
    The document outlines engineering and architectural plans for the renovation of Building 29 at the Thomas E. Creek VA Medical Center in Amarillo, Texas, as part of project number 504-22-107. Detailed AutoCAD drawings specify dimensions and layouts for various rooms, including bedrooms and restrooms, while providing comprehensive terminal unit schedules for HVAC systems. Measurements in the drawings utilize scaled representations, such as inches to feet, facilitating accurate construction. Key elements include specifications for reheat coils, airflow capacities (CFM), and heating water requirements, reflecting the project's focus on mechanical systems that comply with VA standards. The drawings are labeled with specific project information and revisions, emphasizing the organizational structure for clarity during implementation. The document is significant within the context of federal RFPs as it embodies compliance with federal building regulations and operational standards for health facilities, ensuring an optimal environment for veteran care. The careful planning indicated in the drawings demonstrates a commitment to upgrading infrastructural elements crucial for effective medical services.
    The VHA Infection Control Risk Assessment (ICRA) document provides a structured template for assessing infection risks during construction, renovation, and maintenance activities within healthcare facilities. It outlines four activity categories (A, B, C, D), defined by the scope and duration of work, ranging from minor maintenance to large-scale renovations. Each category determines the necessary level of infection prevention and control precautions based on the related patient risk (Low, Medium, High, or Highest). The assessment incorporates multiple tables guiding users to identify activity categories, affected areas, patient risk levels, and required infection control measures. Specific control measures escalate with risk levels, from basic dust prevention to comprehensive barrier and monitoring systems. A permit form is included for Level III and Level IV activities, reflecting compliance with infection control protocols. This document serves as a crucial resource for healthcare construction projects, ensuring that patient safety and infection control are prioritized, adhering to federal regulations and best practices in environmental health within healthcare settings.
    The VHA Infection Control Risk Assessment (ICRA) template serves as a guide for assessing infection risks associated with construction, renovation, and maintenance activities within healthcare facilities. The document outlines a structured approach, requiring users to categorize the type of activity and assess patient risk to determine necessary infection control precautions. It divides activities into four categories (A, B, C, D), with specific criteria for each regarding duration, patient access, and dust generation. The assessment includes procedures for identifying affected areas and their associated patient risk levels, ultimately dictating the required level of infection prevention measures (I-IV). Control measures increase with activity and patient risk categories, ensuring robust infection control practices are in effect during and after project completion. Essential steps include maintaining negative air pressure in workspaces, using physical barriers, and cleaning protocols post-activity. Overall, this document is crucial for safeguarding patient health and safety during facility improvements, reinforcing the commitment of the Veterans Health Administration to uphold stringent infection control standards in healthcare settings.
    The VHA Pre-Construction Risk Assessment (PCRA) document provides a structured approach for evaluating risks associated with construction, renovation, and maintenance activities in healthcare settings. It outlines minimum requirements for categorizing activities by type and associated safety risks to safeguard patients, employees, and contractors. The assessment necessitates a meticulous review of project statements and drawings, incorporating specific control measures prior to commencing work. It emphasizes the importance of communication and coordination, particularly in adjacent areas potentially affected by ongoing activities. The PCRA covers three main activity types: Inspection/Upkeep, Small-scale, and Large-scale construction, each with defined control measures that must be adhered to throughout the project. Additionally, infection control measures are highlighted, underscoring the requirement for an Infection Control Risk Assessment (ICRA) if needed. A fillable permit form is included to be displayed at the project site, ensuring compliance with developed safety plans. The PCRA template allows customization to address site-specific needs and alerts stakeholders of significant risks, reinforcing commitment to safety during construction in healthcare environments.
    Similar Opportunities
    CTX Building 202 Cooling Tower Media Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cooling tower media at Building 202 of the Central Texas Veterans Health Care System in Temple, Texas. This project, identified by solicitation number 36C25725Q0336, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to manage all aspects of the project, including labor, materials, and compliance with federal, state, and local regulations. The total award amount for this federal contract is $19 million, with a performance period of 120 days from the award date, and proposals must be submitted via email to Contract Specialist Taminie Panich by March 13, 2025, at 11:00 AM Central Time. Interested bidders are encouraged to submit technical questions by March 7, 2025, and must ensure active registration in the System for Award Management and certification by the Small Business Administration in Veteran Small Business Certification.
    Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the HVAC system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days following the notice to proceed. The project is critical for enhancing healthcare services within the facility, ensuring a safe and efficient environment for patient care, particularly in the hemodialysis unit. Interested contractors must submit their proposals by March 13, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042 for further information.
    Z1DA--Replace and Correct Roof Building 44 504 Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement and correction of the roof on Building 44 at the Amarillo VA Medical Center in Texas. This project, set aside for 100% Service Disabled Veteran Owned Small Businesses, requires contractors to provide all necessary labor, materials, and equipment to replace the existing flat roofing system, including new flashing and drainage solutions. The initiative is crucial for maintaining the facility's operational integrity and safety, ensuring compliance with federal contracting regulations while supporting veteran-owned businesses. Interested bidders should note that the estimated construction cost ranges between $500,000 and $1,000,000, with a bid opening scheduled for March 26, 2025. For further inquiries, contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    679-22-106 Replace HVAC Various Buildings
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of HVAC systems in various buildings at the Tuscaloosa VA Medical Center in Alabama. The project aims to enhance the heating, ventilation, and air conditioning systems to ensure compliance with safety and quality standards while minimizing disruptions to patient care operations. This initiative reflects the government's commitment to improving healthcare environments for veterans and supporting veteran-owned businesses in federal contracting. Interested contractors must submit their proposals by April 10, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joyce Powers at joyce.powers1@va.gov.
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.
    Refrigerant for Chiller 3
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting bids for the procurement of ten cylinders of R-134A refrigerant for the Thomas E. Creek VA Medical Center in Amarillo, Texas. The contract, identified by reference number 36C25725Q0384, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires delivery of the refrigerant within 14 days post-award, including all necessary materials and labor. This procurement is crucial for maintaining the operational capabilities of the VA's medical facilities, ensuring they can provide effective services to veterans. Interested parties must submit their offers by March 19, 2025, at 1:00 PM CDT, and can contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further information.
    4120--CTX BAS OEM Replacement Parts
    Buyer not available
    The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide OEM replacement parts for the Central Texas Veterans Health Care Facility in Temple, Texas. The procurement includes the supply of certified parts such as 8 PT VAV actuators and differential pressure sensors, with a focus on compliance with safety regulations and industry standards. This contract, which spans from April 1, 2025, to August 31, 2025, underscores the VA's commitment to supporting veteran-owned businesses while ensuring high-quality service delivery. Interested parties must submit their proposals by March 21, 2025, and can contact Contract Specialist Abduel Sanford at abduel.sanford@va.gov or 254-922-1975 for further information.
    Z2DA--657A4-21-800, TF - FCA - Remove and Replace End-of-Life HVAC Infrastructure Building 1
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) systems 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 the facility's HVAC infrastructure, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated value between $10 million and $20 million, and a performance period of 540 to 900 days following the notice to proceed. Interested parties must submit their proposals by March 13, 2025, and can direct inquiries to Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or by phone at 913-758-9912.
    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.
    C1DA--PN: 636-25-306, Upgrade Surgery Air Handlers (OM) PN: 636-25-502, AHU Replacement (GI) - Full Brooks Act 36C263-25-AP-1138
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for upgrading air handling units at the Omaha VA Medical Center and the Grand Island Community Based Outpatient Clinic. The projects involve replacing existing rooftop units and enhancing HVAC systems to meet current healthcare standards while ensuring minimal disruption to medical operations during construction. These upgrades are crucial for maintaining high air quality and compliance with VA HVAC codes, thereby supporting the overall healthcare environment for veterans. Interested firms, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their qualifications via SF 330 forms by April 7, 2025, with an estimated project budget ranging from $2 million to $5 million and a total duration of 245 calendar days from the Notice to Proceed. For further inquiries, contact Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.