J041--HVAC & Plumbing Repair
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 VA Nebraska Western Iowa Health Care System, is soliciting quotes for HVAC and Plumbing Repair and Upgrade services at the Omaha VAMC. This is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation is conducted using FAR Part 13 (Simplified Acquisition Procedures) as a Request for Quotes (RFQ). Quotes are due by April 7, 2026, at 10:00 AM CST.
Scope of Work
The contractor will provide comprehensive HVAC and plumbing services, including:
- Predictive analysis and maintenance/repair of domestic water pumps.
- Diagnostic testing and component replacement for the Emergency Department's rooftop unit (RTU).
- Replacement of steam valves and actuators for the ACC Domestic Hot Water Heat Exchanger.
- Replacement of a steam to hot water converter in the Main Hospital (Building 1).
- Repair or replacement of condensation pans for the Air Handler Humidifier in the Physical Therapy (PT) building.
- Installation of a bypass system with new three-way valves for heating and chilled water lines serving the PT air handler.
- Replacement of condensation pans and chilled water coil for Air Handler #1 in the Research Building (Building 15).
- Replacement of the chilled water coil and roll filter in the Animal Research Facility's (ARF) air handler.
- Replacement of Variable Frequency Drives (VFDs) for specific equipment (P5, P15, P17, P19, P6, P26).
- A feasibility study for adding a DX coil and associated split system to the Inpatient Pharmacy RTU (Building 25).
Contract & Timeline
- Contract Type: One firm-fixed-price contract.
- Period of Performance: May 1, 2026, to April 30, 2027 (or Notice to Proceed + 240 Calendar Days for specific tasks).
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 238220, with a size standard of $19 million.
- Place of Performance: Nebraska Western Iowa VA Medical Center, 4101 Woolworth Ave, Omaha, NE 68105.
- Technical Questions Due: April 2, 2026, by 12:00 PM CST via email to arielle.lifto@va.gov.
- Site Visit: March 31, 2026, at 10:00 AM CST.
- Quotes Due: April 7, 2026, by 10:00 AM CST.
Evaluation Factors
Award will be based on Price, Veterans Status, Past Performance, and Technical capability. Technical and Past Performance are considered equal in importance.
Special Requirements
- Offerors must be registered and current in the System for Award Management (SAM) database.
- Required certifications include OSHA "Competent Person" (OSHA 30, 3 years' experience), NATE certified technicians (EPA 608, 2 years' experience), and appropriate plumber licenses.
- Contractors must be certified to work with existing Schneider Electric and Andover building management systems.
- Work hours must be coordinated to minimize impact on patients and staff, requiring 28-day advance notice for system outages.
- Compliance with federal labor laws, including the Service Contract Act Wage Determination #2015-5005 (Revision #27), is mandatory for specified counties in Iowa and Nebraska.
- Strict adherence to safety regulations (USACE EM 385-1-1, OSHA, NFPA) is required, along with Job Hazard Analyses (JHAs) and Pre-Construction Risk Assessments (PCRAs)/Infection Control Risk Assessments (ICRAs).
- All personnel requiring physical access must obtain a VA-issued PIV badge.
Contact Information
For inquiries, contact Arielle Lifto, Contracting Specialist, at arielle.lifto@va.gov.