TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
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) is soliciting proposals 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 is a tiered set-aside evaluation, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals are due by March 23, 2026, at 1:00 PM EST.
Scope of Work
The project, identified as Project Number 573-21-705, requires the contractor to provide all labor, materials, and supervision for the complete replacement of the specified AHUs. This includes extensive site preparation, demolition and removal of existing structures, and installation of new AHUs, exhaust fans, ductwork, controls, heat exchangers, heat recovery units, chilled water and hot water piping, humidification devices, variable frequency drives, and electrical systems. All work must comply with VA specifications, design drawings, and industry standards (e.g., EPA, OSHA, ADA, NFPA, NEC, SMACNA, ASHRAE, LIFE SAFETY CODE, IBC).
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: 1095 calendar days from the Notice to Proceed (NTP).
- Magnitude of Construction: Between $50,000,000.00 and $100,000,000.00.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45 Million.
- Wage Determination: DBA FL20250002 (initially) and FL20260194 (latest) apply.
Set-Aside & Eligibility
This procurement utilizes a tiered set-aside evaluation approach as per 38 U.S.C. § 8127, prioritizing:
- SDVOSB concerns
- VOSB concerns
- Other small business concerns
- Large business concerns Offerors must be actively registered in SAM.gov and the Veteran Small Business Administration (VSBA) at the time of proposal submission and award. Award is contingent upon the availability of funds.
Submission & Evaluation
Proposals will be evaluated using a Best Value Continuum Tradeoff Source Selection Process, considering factors such as Technical Approach, Project Planning/Safety/IC/QC, Project Schedule, and Past Performance, with price being a significant factor. A bid bond (20% of bid price, not exceeding $3M) and performance/payment bonds (100% of award) are required. Offerors must submit a Safety and Environmental Record Form (Exhibit C) and provide their Experience Modification Rate (EMR).
Amendment 0002 provided responses to Requests for Information (RFIs), clarifying aspects like logistics, security, parking, phasing, staffing roles, asbestos, AHU installation, and subcontracting limitations. It also extended the proposal due date.
Key Dates & Contacts
- Proposals Due: March 23, 2026, at 1:00 PM EST.
- Contracting Officer: Amber Milton, amber.milton@va.gov.