J041--B44 Air Handler Repairs

SOL #: 36C24126Q0205Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States

Place of Performance

White River Junction, VT

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment (J041)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 5, 2026
2
Submission Deadline
Feb 18, 2026, 10:00 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), specifically the White River Junction VAMC, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Air Handler Repair Services for Building B44. This combined synopsis/solicitation (RFQ) covers the replacement of a steam coil and outdoor air dampers for Air Handling Units (AHU) 2 and 3. Quotes are due by February 18, 2026, at 5:00 PM EST.

Scope of Work

The project involves critical repairs to the air handling systems in the research building at the White River Junction VA Medical Center. Key tasks include:

  • Steam Coil Replacement: Replace the leaking steam heating coil in AHU-3. This requires careful disassembly, reassembly with zero air/steam leakage, and testing for proper operation. Crane utilization is necessary for this task, requiring a detailed Lift Plan for approval.
  • Outdoor Air Damper Replacement: Replace seized outdoor air dampers on both AHU-2 and AHU-3. Functional testing is required to ensure complete sealing. The work must be conducted within an occupied healthcare facility, necessitating strict adherence to Infection Control Risk Assessment (ICRA) measures and maintaining NFPA 101 Life Safety Code egress routes. The contractor is responsible for site investigation (to be included in the cost proposal), all materials, construction debris removal (including providing a dumpster and HEPA carts), and repairing any damage to VA property. Submittals for new construction or components must be approved by the VA.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) Request for Quotation (RFQ).
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 Million small business size standard.
  • PSC Code: J041 (Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment).
  • Period of Performance: Not to exceed sixty (60) calendar days from the Notice to Proceed.
  • Place of Performance: White River Junction VAMC, 163 Veterans Drive, White River Junction, VT 05009.
  • Work Schedule: Normal hours are 7:30 AM - 4:30 PM; after-hours/weekend work is allowed with 48-hour notice to the VA COR.

Submission Requirements

Offerors must submit:

  1. A Firm Fixed Price Quote.
  2. A completely filled and signed Limitation of Subcontracting form (VAAR 852.219-75). This form is critical, and failure to submit will render the offer ineligible.
  3. A technical capability statement or descriptive literature demonstrating the ability to meet the Statement of Work requirements. Quotes should be clearly indexed, logically assembled, and include company name, date, and solicitation number. A statement of agreement with the solicitation's terms and conditions is required. Registration in SAM.gov is mandatory.

Evaluation Criteria

Award will be based on a comparative evaluation using Simplified Acquisition Procedures (FAR 13.106-2 (b)(3)). The Government will consider the most advantageous quotation, not necessarily the lowest price, but the final award will be made to the responsible vendor whose quotation is technically acceptable and offers the lowest evaluated price. Evaluation factors include:

  • Technical: Ability to meet and/or exceed requirements.
  • Past Performance: Assessment of risk based on past record (CO knowledge, surveys, CPARS).
  • Price: Total of all line-item prices.
  • Certifications: Acceptable/unacceptable compliance with industry standards.

Key Dates

  • Questions Due: Wednesday, February 11, 2026, by 5:00 PM EST.
  • Quote Submission Due: Wednesday, February 18, 2026, by 5:00 PM EST.

Contact Information

All questions and quotes must be submitted via email to Kenya.Mitchell1@va.gov.

People

Points of Contact

Kenya R MitchellContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
J041--B44 Air Handler Repairs | GovScope