Y1DA--CON 668-21-100 Upgrade AHUs 18-20-22 Mechanical Systems
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 Veterans Health Administration, Regional Procurement Office West, is conducting a Sources Sought for market research to identify qualified Small Business firms for a Mechanical Systems Upgrade project at the Mann-Grandstaff VA Medical Center in Spokane, WA. This notice aims to gather capabilities and qualifications to potentially shape the acquisition strategy for upgrading Air Handling Units (AHUs) 18, 20, and 22. Responses are due by February 5, 2026, at 10:00 AM PDT.
Project Scope
The project involves the replacement of existing Air Handling Units (AHUs) 18, 20, and 22 with new units (3 existing AHUs replaced by 4 new ones, with AHU 20 becoming AHU 20A and 20K for the 1st-floor kitchen). This comprehensive upgrade includes the installation/replacement of associated electrical panel boards, breakers, cables, conduit, steam piping, chill water piping, and hydronic piping. The scope also covers integration and programming of DDC upgrades, exhaust fans, and control systems with the existing building automation system (BAS). Further work includes replacing ducts, trunks, and variable air volume (VAV) terminal boxes, demolition, commissioning services, and providing a temporary air handler during phased replacements. The contractor will be responsible for all necessary personnel, supervision, materials, equipment, and services, including a one-year warranty. The estimated period of performance is 650 calendar days.
Opportunity Details
This is a Sources Sought announcement for market research purposes only; it is not a request for proposals, and no contract will be awarded from this notice.
- Estimated Magnitude: Between $5,000,000 and $8,000,000.
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors).
- Small Business Size Standard: $19.0 million.
- Set-Aside: The decision to set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) will be based on responses to this Sources Sought. Firms are asked to indicate their eligibility for various small business programs.
Submission Requirements
Interested firms must submit responses via email to Quyen.Mai@va.gov by February 5, 2026, 10:00 AM PDT. The email subject line must be "36C26026R0044". Responses are limited to two (2) pages and should include:
- Contact information (Name, address, SAM.gov UEI, points of contact).
- Business size/classification (indicating eligibility for SB, HUBZone, 8(a), SDB, WO, SDVOSB, VOSB).
- A capabilities statement demonstrating relevant experience and bonding capability consistent with the estimated magnitude.
- Estimated total project time in days.
- Identification of any supplies/products that may conflict with Buy American requirements or have long lead times.
- Past performance information for up to three similar contracts completed within the last five years.
- SDVOSB or VOSB businesses must include a statement on compliance with VAAR 852.219-75 and 852.219-76. All other socio-economic businesses must state compliance with FAR 52.219-14.
Key Considerations
This notice is for market research only. Not responding does not preclude participation in future solicitations, but failure to respond may deem a firm non-responsive for this market research. Draft documents (SOW, Exhibits, Specifications) are subject to change. Buy American requirements will apply to any subsequent procurement action.