Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
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 257-Network Contract Office 17, is soliciting proposals for the Upgrade Building Automation System (BAS) project (Project No. 674-22-805) at the Temple and Waco Veterans Affairs Medical Centers (VAMCs). This Firm Fixed-Price construction opportunity, estimated between $10,000,000.00 and $20,000,000.00, involves upgrading HVAC and related systems to a digital control system on the Metasys BACNET MSTP network. The solicitation is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Proposals are due by April 24, 2026, at 8:00 PM Z.
Scope of Work
The project requires the replacement of existing HVAC control devices with Johnson Controls (JCI) Metasys devices, installation of new PCs and portable operator terminals (POT), and provision of new control cabinets. It also includes replacing existing wall-mounted fan coil units and pressure-dependent dual duct VAVs with their controls, and updating fire alarm panel programming as needed. The contractor is responsible for all labor, materials, equipment, supervision, testing, and commissioning. A Justification and Approval (J&A) confirms this as a "Brand-Name Only" acquisition for Johnson Controls' Metasys N2 protocol control devices due to the need to integrate with the existing BAS and avoid substantial duplication of cost and delay.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: 548 calendar days after Notice to Proceed
- Estimated Value: Between $10,000,000.00 and $20,000,000.00
- NAICS Code: 236220 - Commercial and Institutional Building Construction ($45,000,000.00 size standard)
Set-Aside & Eligibility
This is a Competitive 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Offerors must be verified as an SDVOSB under NAICS Code 236220 and have an Experience Modification Rating (EMR) less than or equal to 1.00, newer than 12 months.
Submission & Evaluation
- Proposals Due: April 24, 2026, 8:00 PM Z
- Submission Method: Via email to Horacio.Fernandez@va.gov
- Proposal Structure: Four volumes are required: Technical Acceptability (Vol. I), Past Performance (Vol. II), Price (Vol. III), and Solicitation, Offer, & Award Documents (Vol. IV).
- Evaluation: A Past Performance, Price Tradeoff (PPTO) process will be used, with past performance being significantly more important than price.
Key Requirements & Clarifications
- Personnel Vetting: Amendment 0008 incorporates updated VAAR Clause 852.204-70 (Personal Identity Verification) and inserts VAAR Clause 852.204-72 (Personnel Vetting and Credentialing). Bidders must review these.
- Technical Specifications: Addendum 01 (dated February 5, 2026, and re-issued April 13, 2026) adds specifications for Firestopping, Joint Sealants, Earthwork, and Planting.
- RFI Responses: Clarifications address VAV box power (manufacturer recommended), BACnet integration (existing RTUs lack BACnet, BLDG 226 to be replaced), after-hours work coordination, phasing (GC submits post-award), staffing (SSHO must be separate from Superintendent/QCM), infection control (1-hour gypsum walls, HEPA carts), and the contractor's responsibility to hire the Commissioning Agent (CxA).
- Missing VAV Box Schedules: Contractors must verify existing equipment and include all reasonably inferable work in their base bid.
- Attachments: Bidders must utilize the provided Price Breakout Worksheet and adhere to VHA Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) requirements. Detailed drawings and specifications are also provided.
Contact Information
For inquiries, contact Horacio Fernandez, Contract Specialist, at Horacio.Fernandez@va.gov.