Y1DZ--NRM - CONSTR PROJ - 630-26-102 Design Build HVAC Bldgs. 4 and 5

SOL #: 36C24226R0034Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

New York, NY

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Hospital Buildings (Y1DZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 16, 2025
2
Last Updated
Apr 30, 2026
3
Submission Deadline
May 6, 2026, 7:00 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), specifically the NETWORK CONTRACT OFFICE 02 (36C242), is seeking proposals for a Design-Build HVAC Upgrade Project for Buildings 4 and 5 at the New York Harbor VA Medical Center in New York, NY. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The project aims to upgrade AC Plants, install new chillers and cooling towers, and address ventilation issues. Proposals are due May 6, 2026, at 3:00 PM EST.

Scope of Work

This two-phase design-build project involves upgrading HVAC systems in Buildings 4 (4,650 sq ft) and 5 (10,045 sq ft). Key deliverables include:

  • Design and construction services for HVAC system upgrades, including the installation of three new chillers and associated cooling towers.
  • Implementation of cooling solutions for new variable frequency drive cabinets, with spot cooling for specific electrical drives in the chiller plant (max 85-90°F in summer) and freeze prevention in winter.
  • Upgrade of electrical switchgear to provide minimum cooling to the Main Hospital and support two existing 1200-ton chillers.
  • Development of complete construction documents (architectural, plumbing, fire protection, mechanical, electrical). AutoCAD is sufficient for design.
  • Compliance with VA specifications, applicable codes, and EPA regulations.
  • Mandatory use of the VISN 2 Autodesk Build Construction management platform (ACC) for all project submissions and official correspondence.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Magnitude of Construction: Estimated between $2,000,000 and $5,000,000.
  • Performance Period: 850 calendar days from Notice to Proceed (90 days for A/E design, 760 days for construction).
  • Bonds: Performance and payment bonds are required.
  • Liquidated Damages: $719.53 per calendar day for inexcusable delays.

Eligibility & Submission

  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered in SAM and verified/certified as SDVOSB in the SBA Small Business Search at the time of bid/offer submission and before award. Annual Vets4212 Report submission is required.
  • NAICS Code: 236220 (Small Business Standard: $45 Million).
  • Two-Phase Procurement:
    • Phase I: Open to all SDVOSB offerors. Evaluation factors include Technical Approach, Technical Qualifications (Specialized Experience and Capability to Perform), and Past Performance. Up to three offerors will advance.
    • Phase II: Open only to selected Phase I offerors. Proposals will include Design Concepts, Management Approach, Schedule, and Price. Award will be made using a "Best Value" tradeoff process.
  • Key Requirements:
    • FAR 52.225-2 Buy American Act Certificate required with proposal.
    • Compliance with Limitation on Subcontracting (General Construction: no more than 85% to non-VIP-listed SDVOSBs/VOSBs, excluding materials).
    • Mandatory safety requirements, including an Accident Prevention Plan (APP), Activity Hazard Analyses (AHAs), and qualified Site Safety and Health Officers (SSHO).
    • Offerors must have an Experience Modification Rate (EMR) equal to or less than 1.0 and no more than three serious OSHA/EPA violations in the past three years.
    • Mandatory privacy training for personnel.
    • Bids should reflect New York State sales tax exemption for materials incorporated into VA real property.
  • Response Date: May 6, 2026, 3:00 PM EST.
  • Site Visit: Details for a site visit on April 27, 2026, were provided in Amendment 0003. The original RFP stated a mandatory pre-proposal site visit.

Contact Information

People

Points of Contact

Kim GomezContract SpecialistPRIMARY
Les GriffithSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View

Versions

Version 8
Solicitation
Posted: Apr 30, 2026
View
Version 7
Solicitation
Posted: Apr 29, 2026
View
Version 6Viewing
Solicitation
Posted: Apr 24, 2026
Version 5
Solicitation
Posted: Apr 20, 2026
View
Version 4
Solicitation
Posted: Feb 26, 2026
View
Version 3
Solicitation
Posted: Feb 3, 2026
View
Version 2
Solicitation
Posted: Feb 2, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 16, 2025
View