Z2DA--657-21-115JC - Correct Heating, Ventilation, and Air Conditioning Systems in Procedure Rooms
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 Network Contract Office 15, is soliciting proposals for HVAC system corrections in procedure rooms at the John Cochran VA Medical Center in St. Louis, MO. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price construction contract. The project aims to upgrade HVAC systems in procedural and isolation rooms within Building 1 to meet current VHA HVAC Design Criteria. Proposals are due by April 7, 2026.
Scope of Work
The contractor will be responsible for providing all necessary materials, labor, and equipment to repair and/or replace various HVAC systems in specific rooms across multiple floors. This includes disconnecting and removing existing components, reconnecting/placing new ones, maintaining existing HVAC in occupied spaces, abating hazardous materials, and finishing spaces for patient care. Additional work in hallways, stairwells, and closets may be required to support the project. All work must comply with solicitation terms, specifications, drawings, and applicable VA TIL and local/national codes. Detailed specifications cover metal fabrications, rough carpentry, gypsum board, painting, thermal insulation, firestopping, joint sealants, HVAC systems (including DDC, testing, adjusting, balancing), plumbing systems, specialty vacuum and gas systems, and electrical systems.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: 580 calendar days after Notice to Proceed (NTP)
- Estimated Cost Magnitude: Between $1,000,000.00 and $5,000,000.00
- NAICS Code: 238220 (Plumbing, Heating, and Air Conditioning Contractors)
- Small Business Size Standard: $19.0 Million
Set-Aside & Eligibility
This procurement is exclusively set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be certified in SBA VetCert (formerly VIP) and registered in SAM.gov. Subcontracting limitations apply: the prime contractor must perform no less than 15% of the General Construction labor, and cannot pay more than 85% of the amount paid by the government to firms that are not certified SDVOSBs or VOSBs.
Submission & Evaluation
- Proposals Due: Tuesday, April 7, 2026, by 2:00 PM CST.
- Submission Instructions: Email, FedEx, UPS, or hand-delivery to NCO 15 Contracting Office, Leavenworth, KS. Two separate binders plus a CD of technical and price information are required.
- Basis for Award: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors for Technical Acceptability: Relevant Past Performance of Prime Contractor, Technical Construction Experience of Prime Contractor, Technical Qualifications of Proposed Staffing, and Prime Contractor Safety Plan.
- Site Visit: Friday, March 6, 2026, at 8:30 AM CST at John Cochran VAMC. Attendance is highly encouraged.
- Questions Due: Friday, March 13, 2026, by 2:00 PM CST. Email questions to Cedric.Graham@va.gov with the specific subject line provided in the notice.
Important Notes
Payment and Performance bonds are required. A bid guarantee (20% of bid price, not to exceed $3,000,000) is also required. Offerors must include all state and local sales or use taxes in their bid or proposal price. The government plans to award without discussions but reserves the right to hold discussions. Offerors are responsible for monitoring beta.sam.gov for amendments.