508-24-102 | Replace AHUs 2,3,5,17, and 19
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), specifically the VETERANS AFFAIRS, DEPARTMENT OF / 247-NETWORK CONTRACT OFFICE 7 (36C247), has issued a Solicitation (RFP 36C24726R0013) for the replacement of five Air Handling Units (AHUs 2,3,5,17, and 19) at the Joseph Maxwell Cleland Atlanta VA Medical Center in Decatur, GA. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by March 4, 2026, at 1:00 PM ET.
Scope of Work
The project entails the replacement of five mechanically deficient AHUs (1A-AH02, BA-AH03, 1A-AH05, 4A-AH17 with ERU 4A-AH26, and A4-AH19 with ERU 6A-AH28) in Building A. The scope includes associated limited demolition, structural modifications, and replacement of plumbing, electrical, mechanical, and controls. Key requirements involve compliance with VA Standards, PG-18-1, Infection Control Risk Assessment (ICRA) Class III measures, lead-based paint abatement, OSHA 10/30-hour training, a Comprehensive Safety Plan, and a Contractor Quality Control Plan (CQCP). Deliverables include O&M Manuals, As-Built drawings, and training.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: 365 Calendar Days from Notice to Proceed (NTP), including submittal phase and punch list items.
- Estimated Construction Magnitude: Between $5,000,000.00 and $10,000,000.00.
- NAICS Code: 238220 (Commercial and Institutional Building Construction); Small Business Standard: $19 Million.
- Product Service Code: N041 (Installation Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment).
Set-Aside & Eligibility
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be 51% or more owned and controlled by service-connected veterans, registered in SAM.gov, certifications.sba.gov, and comply with VETS 4212 reporting. A mandatory certification form (VAAR 852.219-75) regarding subcontracting limitations (85% for general construction) must be submitted.
Submission & Evaluation
Proposals are due by 1:00 PM ET on March 4, 2026. Electronic proposals must be emailed to gregory.snyder@va.gov with a subject line including "Company Name, RFP number, Project Title." Proposal files are limited to 10 MB. Evaluation will prioritize Past Performance (significantly more important) and Price. Offerors must submit an Experience Modification Rate (EMR) Form (Attachment 1) and facilitate Past Performance Questionnaires (PPQ) (Attachment 3) from previous clients. A bid guarantee (20% of bid price or $3,000,000.00, whichever is less) is required.
Key Dates & Contacts
- RFP Posted: January 13, 2026
- Site Visit: January 21, 2026, at 10:00 AM ET (Attendance sheet posted via Amendment 0001).
- Requests for Information (RFIs) Due: January 29, 2026, by 1:00 PM ET.
- Proposal Due Date: March 4, 2026, by 1:00 PM ET (Extended by Amendment 0002).
- Primary Contact: Gregory Snyder, gregory.snyder@va.gov, 762-333-4273.
- Secondary Contact: Joyce Powers, joyce.powers1@va.gov.