Z1DA--NRM-CONST 526-23-133 Improve OR and SPD HVAC

SOL #: 36C24226B0027Solicitation

Overview

Buyer

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

Place of Performance

NY

NAICS

Plumbing (238220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

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

Timeline

1
Posted
Dec 18, 2025
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Feb 18, 2026, 3:00 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), Network Contract Office 02, is soliciting bids for Project Number 526-23-133, "Improve OR and SPD HVAC" at the James J. Peters VA Medical Center in Bronx, NY. This project involves comprehensive upgrades to the Heating, Ventilation, and Air Conditioning systems in the Operating Room (OR) and Sterile Processing Department (SPD) areas. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Bids are due by Wednesday, February 18, 2026, at 10:00 AM EST.

Scope of Work

The project encompasses site preparation, demolition, and new construction to enhance HVAC system performance and reliability. Key elements include:

  • Chilled Water Systems: Installation of new rooftop chilled water systems, including a 290-ton system for OR AHU-16 (replacing a 190-ton unit) and a new 140-ton system for SPD AHU-02. Two backup chillers are required, capable of variable chilled water flow and meeting ASHRAE standards. Motorized automatic changeover valves will be installed.
  • AHU Replacement/Modification: Complete removal and replacement of the existing AHU, ductwork, and exhaust fans in Mechanical Room 2E-11. AHU-16 refurbishment is eliminated, with full replacement now specified. Modifications to AHU-16 and AHU-02 cooling coils and components, including heat pipe recovery systems and propylene glycol for freeze protection.
  • Structural & Architectural: Construction of new roof dunnage, reinforcement of steel beams, new concrete housekeeping pads, roofing, firestopping, sealing, fireproofing repairs, and painting.
  • Electrical: Installation of new electrical panels and feeders for chillers and pumps.
  • Flooring: Application of specialized resinous urethane and epoxy mortar flooring (RES-6) and epoxy base with vinyl chip broadcast (RES-2) systems, including integral cove bases, with specific performance and installation requirements.
  • Exhaust Fans: Installation of new EF 20 (main exhaust) and WF-12 (wall fan) exhaust fans.

Contract Details

  • Contract Type: Invitation for Bid (IFB)
  • Magnitude of Construction: Estimated between $5,000,000 and $10,000,000.
  • Period of Performance: 360 Calendar Days from Notice to Proceed, excluding equipment lead times.
  • NAICS Code: 238220 - Plumbing and Air-Conditioning Contractors, with a size standard of $19 Million.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be verified as SDVOSB in the SBA Small Business Search at the time of bid submission.

Submission & Requirements

  • Bid Due Date: Wednesday, February 18, 2026, at 10:00 AM EST.
  • Submission Method: All bids must be emailed to Akkil Kurian, Contracting Officer, at akkil.kurian@va.gov. Hand-carried or mailed bids will not be accepted.
  • Bid Opening: Will be conducted virtually via Microsoft Teams.
  • Mandatory Documents: Bidders must submit a completed Buy American Certificate and VA Limitations on Subcontracting Certificate with their bid.
  • Personnel: A full-time site superintendent and a Project Manager, each with a minimum of 5 years of HVAC project experience, are required.
  • Project Management Platform: Contractors are required to utilize the VISN 2 Autodesk Build Construction management platform (ACC) for all project correspondence and submissions. Training will be provided.
  • Bonds: Bid, Payment, and Performance bonds are required for contracts exceeding $150,000.
  • Brand Name or Equal: Templates are provided for specifying "Brand Name or Equal" products for items like the York Air Cooled Scroll Chiller Unit and Armstrong Twin Centrifugal Chilled Water Pump.

Key Clarifications & Updates

Recent amendments and RFI answers clarify that AHU-16 refurbishment is eliminated in favor of full replacement. Detailed specifications for resinous flooring and new work plans (M-121) have been provided. Duct smoke detectors are to be replaced in kind, with JCI handling wiring and controls.

People

Points of Contact

Akkil A KurianContract SpecialistPRIMARY

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
View
Download

Versions

Version 7
Award Notice
Posted: Mar 2, 2026
View
Version 6Viewing
Solicitation
Posted: Feb 11, 2026
Version 5
Solicitation
Posted: Feb 11, 2026
View
Version 4
Solicitation
Posted: Feb 4, 2026
View
Version 3
Solicitation
Posted: Jan 8, 2026
View
Version 2
Solicitation
Posted: Jan 8, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 18, 2025
View
Z1DA--526-23-133 - IMPROVE OR AND SPD HVAC | GovScope