H141--Building Energy Maintenance Services Base+4

SOL #: 36C26026Q0209Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
260-NETWORK CONTRACT OFFICE 20 (36C260)
VANCOUVER, WA, 98661, United States

Place of Performance

Spokane, Washington

NAICS

Plumbing (238220)

PSC

Quality Control Services: Refrigeration, Air Conditioning, And Air Circulating Equipment (H141)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 29, 2026
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Feb 12, 2026, 8:00 PM

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), Mann-Grandstaff VA Medical Center in Spokane, WA, is soliciting proposals for Building Energy Maintenance Services. This Total Small Business Set-Aside opportunity seeks a contractor to provide comprehensive maintenance for HVAC control systems. Offers are due by February 12, 2026, at 12:00 PM Pacific Time.

Scope of Work

The contractor will provide all necessary labor, materials, software, and test equipment for the maintenance of HVAC control systems. Key services include calibration, tuning, preventive maintenance, inspection, and testing. The contractor is responsible for correcting HVAC and Direct Digital Control (DDC) system deficiencies, with response times ranging from 4-24 hours for critical issues (life safety, infection control, critical care) to 3-10 days for others. Remote technical assistance and system analysis for VAMC Spokane HVAC personnel are also required. The scope includes ensuring prompt retrieval and restoration of Schneider Electric Intelligent Automation (I/A) system components, updating building graphics and system software, and archiving software, firmware, and as-built documentation. Online technical assistance must be available 24/7. Approximately 10% of the system remains pneumatic.

Contract Details

This is a Firm-Fixed-Price contract with a base year from March 1, 2026, to February 28, 2027, followed by four (4) one-year option periods.

  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors)
  • Small Business Size Standard: $19 Million

Submission & Evaluation

Offers must be submitted via email to Sangmi.Kim@va.gov and Dennis.Einarson@va.gov.

  • Questions Deadline: February 4, 2026, 12:00 PM Pacific Time. Questions must be emailed to Sangmi.Kim@va.gov. No questions will be accepted or answered after this date.
  • Offer Deadline: February 12, 2026, 12:00 PM Pacific Time.
  • Evaluation Factors: Technical Capabilities, Past Performance, and Price. Award will be made to the responsible offeror representing the best value to the Government.

Key Clarifications & Requirements

Bidders must acknowledge all amendments. Contractors are responsible for stocking all necessary NEW PARTS, including specific Schneider Electric I/A components, from Day 1, as no Government-Furnished Equipment (GFE) parts inventory is available. Contractors will develop and maintain their own equipment repair and upgrade history; historical data from previous contracts will not be provided. The estimated average monthly service call volume is 6 for "Emergency" and 25 for "Routine" calls. CLIN 0002 is a pre-priced $40K for emergency services. Onsite emergency services require 24/7/365 response, with an on-call/mobile model being acceptable. Contractor employees will be escorted for intermittent access, and no background investigation is required.

Additional Notes

Offerors must have an active registration in SAM.gov at the time of submittal. The solicitation incorporates clauses/provisions by reference, accessible at acquisition.gov/far and va.gov/oal/library/vaar. Offerors are responsible for monitoring SAM.gov for any amendments. Direct contact with VA Medical Center representatives regarding this solicitation is prohibited. A Wage Determination (No. 2015-5537, Revision No. 27) for Spokane and Stevens Counties, WA, applies, outlining minimum wage rates and fringe benefits for Service Contract Act covered work.

People

Points of Contact

Sangmi KimContract SpecialistPRIMARY

Files

Files

Download
Download

Versions

Version 4
Award Notice
Posted: Feb 24, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
View