4130--Campus Energy Management System

SOL #: 36C24626B0018Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
246-NETWORK CONTRACTING OFFICE 6 (36C246)
HAMPTON, VA, 23667, United States

Place of Performance

Salisbury, NC

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

Refrigeration And Air Conditioning Components (4130)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Feb 19, 2026
3
Response Deadline
Jan 29, 2026, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA), Network Contracting Office 6 (NCO 6) is conducting market research through a Sources Sought Notice to identify potential sources for Construction services to provide a Campus Energy Management System (Project #659-22-100) at the W. G. Hefner VA Medical Center Campus in Salisbury, North Carolina. This is for market research only and does not constitute a request for proposals. Responses will inform the acquisition strategy, which is anticipated to be a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Responses are due by Thursday, January 29, 2026, at 3:00 PM EDT.

Scope of Work

The project involves the installation and integration of a new Campus Energy Management System. Key tasks include:

  • Network & User Interface: Modifications to existing network and cabling (Ethernet & MSTP) for integration, including new Desigo panels.
  • Terminal Unit Controls: Replacement of Tridium/Niagara controls with BACnet, Siemens Desigo compatible controllers and sensors.
  • System Upgrades: Installation of a new Siemens server, Front-End Graphical User Interface modifications (including new floor plans for Building 2), main equipment panel and controller installations/modifications, and Ethernet/BACnet MSTP networking modifications.
  • Pneumatic System: Replacement of pneumatic terminal-unit controllers and removal of the compressed air system serving control components.
  • Comprehensive Integration: All necessary hardware, software, installation, wiring, cabling, programming, graphics, alarm setup, scheduling, trending, and networking to integrate into the new Siemens server, adhering to VA standards.

Contract Details

  • Opportunity Type: Sources Sought (Market Research)
  • Proposed NAICS: 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing), size standard 1,250 employees.
  • Proposed PSC: 4130 (Refrigeration and Air Conditioning Components).
  • Anticipated Magnitude of Construction: Between $2,000,000 and $5,000,000.
  • Anticipated Period of Performance: 365 days from the Notice to Proceed.
  • Set-Aside: While this is market research, future acquisition is anticipated to be a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. All businesses are encouraged to respond to help determine the final acquisition strategy.

Submission Requirements & Evaluation

Interested parties should use the attached Sources Sought Questionnaire and email completed responses to Contract Specialist Mark Griffin at mark.griffin2@va.gov. No telephone inquiries will be accepted. Required information includes:

  • Company name, address, point of contact (email/phone).
  • SAM Unique Entity ID (UEI).
  • Company Socio-Economic SIZE (e.g., large, small, SDVOSB, VOSB, WOSB).
  • Proposed NAICS/PSC (if different).
  • Capabilities statement, including experience with similar scope and magnitude.
  • Explanation of compliance with limitations on subcontracting (if applicable).
  • Responses to specific questions regarding information needed for a quote, project completion time, reasonableness of anticipated performance period and construction magnitude, and any deterrents to responding. Responses will be reviewed to determine potential sources and inform the acquisition strategy and set-aside requirements.

Key Dates

  • Response Due: Thursday, January 29, 2026, at 3:00 PM EDT.
  • Published: January 21, 2026.

People

Points of Contact

Mark GriffinContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Feb 19, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 4, 2026
View
Version 1Viewing
Sources Sought
Posted: Jan 21, 2026