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 NETWORK CONTRACT OFFICE 7 (36C247), has issued a Solicitation (RFP 36C24726R0013) for the replacement of five Air Handling Units (AHUs) at the Joseph Maxwell Cleland Atlanta VA Medical Center in Decatur, GA. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by March 12, 2026, at 1:00 PM ET.
Scope of Work
The project, titled "Replace AHUs 2,3,5,17, and 19," involves replacing five mechanically deficient AHUs (1A-AH02, BA-AH03, 1A-AH05, 4A-AH17 with ERU 4A-AH26, and A4-AH19 with ERU 6A-AH28) located in Building A. The scope includes associated demolition, structural modifications, and replacement of plumbing, electrical, mechanical, and controls. Contractors must adhere to VA Standards, PG-18-1, ICRA Class III measures, and conduct lead-based paint abatement where identified (AHUs in rooms 1A147 and 6A104). Temporary HVAC equipment is required during the replacement process. No asbestos was found in sampled materials.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: 550 Calendar Days from Notice to Proceed (NTP), including submittals and punch list items (extended from original 365 days by Amendment 0003).
- Estimated Magnitude: Between $5,000,000.00 and $10,000,000.00.
- NAICS Code: 238220 (Installation Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment), with a Small Business Standard of $19 Million.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be registered in SAM.gov and certifications.sba.gov.
- Subcontracting Limitations: Per VAAR 852.219-75, general construction contractors cannot pay more than 85% of the contract amount to non-SDVOSB/VOSB firms.
- Guarantees: A bid guarantee (20% of bid price or $3,000,000.00, whichever is less) and an offer guarantee bond are required.
Submission & Evaluation
- Proposal Due Date: March 12, 2026, at 1:00 PM ET (extended by Amendment 0003).
- Submission Method: Electronic proposals via email to gregory.snyder@va.gov. Subject line must include "Company Name, RFP number, Project Title." Proposals are limited to 10 MB.
- Evaluation Factors: Past Performance (significantly more important) and Price.
- Required Forms: Offerors must submit an Experience Modification Rate Form, VAAR 852.219-75 Certificate of Compliance, a Past Performance Questionnaire, and an Itemized Cost Breakdown.
- Invoicing: Mandatory electronic invoicing through the Veterans Affairs Financial Services Center (VAFSC) via Tungsten Network.
Key Dates & Actions
- Original RFP Posted: January 13, 2026.
- Amendment 0003 Posted: February 26, 2026, providing RFI answers, supplemental attachments (revised Drawings, SOW, ICRA, Hazardous Materials Survey), and extending the proposal due date.
- Second Site Visit: Scheduled for March 3, 2026, at 10:00 AM ET at the Atlanta VAMC (details in Attachment 0003A).
- Proposal Due Date: March 12, 2026, at 1:00 PM ET. Offerors must acknowledge all amendments.