J041--AHU PM & Filter Evaluation (VA-26-00019604)
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 23, is soliciting quotes for Air Handling Unit (AHU) Preventative Maintenance (PM) and Filter Evaluation services for the VA Nebraska Western Iowa Health Care System at its Omaha and Grand Island Medical Centers. This is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Quotes are due by April 20, 2026, at 5:00 PM CST.
Opportunity Details
This combined synopsis/solicitation (RFQ 36C26326Q0146) is issued under FAR Subpart 12.6 and FAR Part 13 (Simplified Acquisition Procedures). The NAICS code is 238220 (HVAC and Other Building Equipment Contractors) with a $19 million size standard. The VA anticipates awarding one firm-fixed-price contract.
Scope of Work
The contractor will provide comprehensive HVAC services, including routine and emergency filter replacements, preventative maintenance, inspection, cleaning, and testing of AHU equipment. Key tasks involve:
- MERV filter replacement in specialized clinical and administrative spaces.
- AHU filter inspection, replacement, and static pressure differential measurement.
- AHU coil cleaning and inspection.
- AHU airflow and performance testing.
- Annual AHU inspections (visual, fan/motor maintenance, drainage system, damper/actuator, electrical/controls testing).
- AHU humidifier planned maintenance and induction unit maintenance.
- Installation of isolation valves and supply of filtration for HVAC equipment. Deliverables include written inspection reports, documentation of humidity readings and HEPA filtration efficiency, and recommendations for repairs or upgrades, along with a list of deficiencies and cost estimates.
Contract & Eligibility
This will be a Firm-Fixed-Price contract with a 5-year ordering period, from May 1, 2026, to April 30, 2031. This procurement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Prospective offerors must be registered and current in the System for Award Management (SAM) database and certified in the SBA database at the time of offer and award.
Submission & Key Dates
- Technical questions are due: April 10, 2026, by 5:00 PM CST.
- Quotes are due: April 20, 2026, by 5:00 PM CST.
- All submissions must be emailed to Erica Miller, Contract Specialist, at erica.miller5@va.gov.
- Site visits are scheduled for April 8, 2026 (Omaha VAMC) and April 9, 2026 (Grand Island VAMC).
Evaluation Criteria
Award will be made to the responsible quoter whose quotation is most advantageous to the Government, considering factors such as Technical or Quality, Past Performance, Veterans Involvement, and Price.
Important Notes
Required certifications for personnel include OSHA "Competent Person" (CP) with OSHA 30 and 3 years of experience, and NATE certified staff with EPA 608 credentials and 2 years of experience. Contractors must comply with numerous federal, state, and local regulations, including OSHA, EPA, ASHRAE, NFPA, EM 385-1-1, and specific VA requirements. Preconstruction Risk Assessment (PCRA) and Infection Control Risk Assessment (ICRA) are required, and contractor employees must complete VA Privacy Training (TMS 20939). Two wage determinations (WD 2015-5771 and WD 2015-5005) are attached, providing critical information on minimum wage rates and fringe benefits for labor cost calculations.