Y1DA--Surgical HVAC Systems Replacement 556-23-127
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) is soliciting proposals for the Surgical HVAC Systems Replacement project (Project Number: 556-23-127) at the Captain James A. Lovell Federal Health Care Center (FHCC) in North Chicago, IL. This project is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due electronically by April 21, 2026, at 10:00 AM CDT.
Scope of Work
The contractor shall provide all tools, materials, labor, quality assurance, and supervision for the complete and compliant replacement of AHU-12 Temptrol and AHU-1 Johnson-Marcraft custom Air Handling Units (AHUs) located in Bldg. 133. These AHUs serve Surgical Administration and surgical suites 1-4 (excluding OR-5 and Cystoscopy). The project includes:
- Replacement of AHU-1 and AHU-12 components as detailed in project drawings and specifications.
- Replacement of associated supply air distribution, terminal units, diffusers, and duct accessories.
- Replacement of exhaust fans for AHU-1.
- Modifications to hydronic systems serving AHU-1 and AHU-12.
- Inclusion of architectural, structural, fire protection, plumbing, and electrical scopes to support the HVAC work.
- Compliance with VHA Directive 1192.01 regarding seasonal influenza vaccinations for contractor personnel.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Estimated Project Magnitude: Between $2,000,000 and $5,000,000
- Time for Completion: 388 calendar days after receipt of Notice to Proceed.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Offers Due: April 21, 2026, 10:00 AM CDT
- Virtual Bid Opening: April 21, 2026, 11:30 AM CDT
- Published Date: March 10, 2026
Submission & Evaluation
Award will be made to the responsible bidder submitting the lowest responsive bid, considering the Base Bid and Deduct Alternates in order. A mandatory site visit is scheduled for March 16 and March 17, 2026. Written questions are due by March 30, 2026, 11:00 AM CDT, via email to Lynn.VanderVelde@va.gov and Ryan.McMillin@va.gov. A pre-bid conference will be scheduled, and no questions will be allowed during the event; all inquiries must follow the RFI process.
Eligibility
Offerors must be a CVE verified SDVOSB, a small business under NAICS code 238220 ($19.0 Million size standard), and listed in the SBA certification database. Special trade construction contractors must comply with limitations on subcontracting, not paying more than 75% of the contract amount to firms that are not certified SDVOSBs.
Additional Notes
A bid guarantee (20% of bid price, not to exceed $2,000,000) is required. Performance and Payment Bonds will be required upon award. Wage determinations (IL 20260008 Mod 1) apply to this project.