Z2DA--657-18-115JCA, Replace Various Air Handling Units and Variable Air Volume Units (VA-26-00026953)
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 conducting market research through a Sources Sought Notice for a potential Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside construction project. This effort involves replacing various Air Handling Units (AHUs) and Variable Air Volume (VAV) Units at the VA St. Louis Health Care System, John Cochran Division. The estimated project value is between $2 million and $5 million. Responses are due by February 03, 2026, 2:00 pm Central Time.
Scope of Work
The project entails the disconnection and removal of existing HVAC equipment, followed by the installation of new AHUs and VAVs. This includes installing Government-Furnished Equipment (GFE) such as 34 Fan Coil Units, 12 Air Terminal Units, 1 AHU 57, and 1 Condensate Pump, with the contractor responsible for procuring any additional necessary equipment. The scope also covers installing ductwork for 6 South, removing and replacing drop ceilings, finishing affected walls to a Level 4 standard, and installing gravity-type drain pans (condensate pumps are not permitted). The contractor must protect furniture and equipment, manage hazardous material abatement, construct Infection Control Risk Assessment (ICRA) barriers, and perform work within containment zones. Coordination with VA staff for ward closures and utility shutdowns is critical, ensuring minimal disruption to patient care. All work must comply with VA Technical Information Library (TIL) standards, local/national codes, VA COVID-19 requirements, ICRA, and Interim Life Safety Measures (ILSM). A one-year warranty for all equipment is required.
Contract Details
- Type: Sources Sought (Market Research)
- Estimated Magnitude: $2,000,000.00 to $5,000,000.00
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Size Standard: $45 Million
- Set-Aside: Potential Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside
Submission Requirements
Interested firms must submit a Capability Statement via email to david.sterrett@va.gov by February 03, 2026, 2:00 pm Central Time. The statement, limited to 10 single-sided pages, must include: offeror's contact information (including Unique Entity ID/DUNS), confirmation of interest in bidding, demonstrated capability with at least three comparable project examples from the past five years, Veteran Small Business Certification (VetCert) status, socio-economic status for NAICS 236220, percentage of self-performed labor, Joint Venture information (if applicable), and a bonding capability letter from a Surety. The email subject line and first page of the response must reference "SOURCES SOUGHT: Project 657-18-115JC Replace Various AHU and VAV".
Eligibility & Notes
Firms must be registered in SAM.gov and qualified as an SDVOSB under NAICS 236220. VetCert registration is mandatory by the response date. This notice is for planning purposes only and does not constitute a solicitation or guarantee a contract award. The government will not compensate for information provided, nor will respondents be notified of the analysis results.