4130--Campus Energy Management System Solicitation Amendment Notice
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) has issued an amendment for the Campus Energy Management System solicitation (Notice ID: edbae0c4b4344301bebc7a6f17ab8d1a) at Salisbury, NC. This amendment publishes responses to Requests for Information (RFIs) and extends the bid opening date. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are now due March 24, 2026, at 1:00 PM EST.
Amendment Details
This amendment's primary purpose is to provide comprehensive responses to contractor questions (RFIs) concerning the EMS Salisbury VAMC project (Solicitation # 36C24626B0018). Additionally, it extends the deadline for offer submissions.
Key Clarifications from RFI Responses
- As-Built Documentation: Contractor selects third-party testing, subject to VA approval; cost must be factored into bids.
- Commissioning Agent: Contractor selects and hires the CxA, subject to VA approval.
- Work Hours: After-hours work is generally permitted, depending on the area; government escort is usually not required.
- System Survey: Contractor is responsible for a full field survey and identifying all unknown system components.
- Equipment Re-Use: The Statement of Work (SOW) mandates evaluation of all existing components for reuse.
- IT/Network Coordination: VA will provide IP addresses and network configuration; VA OI&T approval/cybersecurity review is required before commissioning.
- Wireless Sensors: The base contract requires wired CAT6 cabling. Wireless sensor proposals (e.g., LoRaWAN) must be submitted as a formal Variation Request and are not acceptable under the current design.
- ICRA Requirements: Hard barriers and negative air pressure are required for Infection Control Risk Assessment (ICRA) per Specification 01 35 26.
- Phasing: Work must adhere to VA-mandated phasing sequences (Phases I-IV), though simultaneous work may be proposed with COR approval.
- Personnel: A minimum of three dedicated, full-time onsite management personnel are required: GC Superintendent, SSHO, and CQC System Manager.
Contract & Timeline
- Opportunity Type: Solicitation (Amendment)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Product Service Code: 4130 - Refrigeration And Air Conditioning Components
- Place of Performance: Salisbury, NC 28144, United States
- Response Due: March 24, 2026, at 1:00 PM EST
- Published Date: March 17, 2026
Action Items
Offerors must acknowledge receipt of this amendment and carefully review the RFI responses to ensure their proposals accurately reflect the government's expectations and requirements. Submissions are due by the extended deadline.