TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL Solicitation
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 Network Contract Office 8 (36C248), has issued a Solicitation for the replacement of deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24 at the Malcolm Randall VA Medical Center in Gainesville, FL. This project, identified as 573-21-705, is a tiered set-aside procurement primarily for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The estimated magnitude of construction is between $50,000,000 and $100,000,000. Proposals are due by March 5, 2026, at 1300 EST.
Scope of Work
The contractor will provide all labor, materials, and supervision to replace the specified AHUs. This includes comprehensive site preparation, demolition and removal of existing structures, and installation of new AHUs and associated systems. The work encompasses architectural, structural, mechanical, electrical, and fire protection systems, including exhaust fans, ductwork, controls, heat exchangers, heat recovery units, chilled/hot water piping, humidification devices, variable frequency drives, and electrical systems. All work must adhere to detailed design drawings and specifications. A detailed phasing schedule and narrative are required within ten calendar days of Notice to Proceed (NTP).
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: 1095 calendar days from NTP.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45 Million.
- Set-Aside: Tiered evaluation approach, prioritizing SDVOSBs, then VOSBs, other small businesses, and finally large businesses.
- Registration: Offerors must be actively registered in SAM and VSBA at the time of proposal submission and award.
- Wage Determination: DBA FL20260194 applies to this project.
- Funding: Award is contingent upon the availability of appropriated funds.
Key Dates
- Site Walk: February 19, 2026, at 1300 EST (Room EB87-1 Engineering Department, basement floor).
- RFI Due: February 23, 2026, at 1300 EST.
- Proposals Due: March 5, 2026, at 1300 EST.
Evaluation & Submission Requirements
Proposals will be evaluated using a Best Value Continuum Tradeoff Source Selection Process, considering Technical Approach, Project Planning/Safety/IC/QC, Project Schedule, and Past Performance, with price being a significant factor. No discussions are anticipated. A bid bond (20% of bid price or $3M, whichever is less) is required. Offerors must submit a Safety and Environmental Record Form (Exhibit C) and have an Experience Modification Rate (EMR) of 1.0 or less, or provide a detailed explanation. Past Performance Questionnaires (Exhibit F) and Performance Relevancy Surveys (Exhibit E) are critical for evaluation. A Price Matrix (Exhibit I) must be completed.
Contact Information
Contracting Officer: Amber Milton, amber.milton@va.gov, 727-251-2899.