J041--HVAC System Controls PM (VA-26-00034531)

SOL #: 36C26326Q0515Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 23 (36C263)
Saint Paul, MN, 55101, United States

Place of Performance

Omaha

NAICS

Plumbing (238220)

PSC

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

Set Aside

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

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
May 5, 2026
3
Submission Deadline
May 18, 2026, 3:00 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), Network Contract Office 23, is soliciting quotes for HVAC System Controls Preventive Maintenance and Operations at the NWI Health Care System in Omaha, NE. This requirement covers the maintenance of existing Andover/Schneider Electric EcoStruxure automation equipment and other HVAC services. This is a Firm-Fixed-Price contract with a base year and four option years. Quotes are due May 18, 2026.

Scope of Work

The contractor will be responsible for the maintenance and operations of the existing hybrid system with Andover/Schneider Electric EcoStruxure automation equipment. Key tasks include:

  • Building automation system analysis and work per manufacturer's specifications.
  • Examination, cleaning, and recalibration of sensors, controls, and actuators.
  • Performance verification of temperature controls equipment.
  • Lubrication of specified components and inspection of automatic temperature control valves.
  • Ensuring proper operation of all mechanical, electrical, and control systems in accordance with various standards (manufacturer, OSHA, EPA, ASHRAE, VA regulations).
  • Providing monthly updates on work performed, findings, adjustments, and corrective actions.
  • Performing annual point-to-point checklists for Air Handling Units (AHUs) and Rooftop Units (RTUs).
  • Potential for additional control service tasks and website graphic design for HVAC systems monitoring.
  • Emergency callout services with a response time not exceeding four (4) hours.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: Base year (May 25, 2026 - May 24, 2027) with four one-year option periods.
  • Place of Performance: Department of Veterans Affairs NWI Health Care Systems, 4101 Woolworth Ave, Omaha, NE 68105.
  • NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a size standard of $19 million.
  • Product Service Code: J041 (Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment).

Eligibility & Set-Aside

This procurement is a Total Small Business Set-Aside. Offerors must be registered and current in the System for Award Management (SAM) database. A special standard of responsibility requires offerors to be a Schneider Electric EcoXpert Factory Authorized Partner. A minimum of two (2) past performance references within the last five (5) years are also required.

Submission & Evaluation

  • Technical Questions Due: May 8, 2026, by 10:00 AM CST via email to amanda.patterson-elliott@va.gov.
  • Quotes Due: May 18, 2026, by 10:00 AM CST via email to amanda.patterson-elliott@va.gov.
  • Evaluation Criteria: Award will be based on the lowest price, provided the quoted price is reasonable and does not exceed available funding. Price is the sole evaluation factor.
  • Required Submissions: Quotes must include pricing in accordance with Section B.3, covering all labor, overhead, profit, materials, shipping, and associated costs. Failure to submit required information may result in rejection.

Additional Notes

This is a combined synopsis/solicitation conducted using FAR Subpart 12.6 and FAR Part 13 (Simplified Acquisition Procedures). Wage Determination 2015-5005 applies to this acquisition, outlining minimum wage rates and fringe benefits for the specified geographic area. FAR provisions 52.212-1, 52.212-2, 52.212-3 and FAR clauses 52.212-4, 52.212-5 are applicable. No site visit is scheduled.

People

Points of Contact

Amanda Patterson-ElliottContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
View

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: May 5, 2026
Version 1
Special Notice
Posted: Mar 30, 2026
View