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), Network Contract Office 15, is soliciting proposals for HVAC System Corrections in procedure and isolation rooms at the John Cochran VA Medical Center in St. Louis, MO. This Firm-Fixed-Price construction project, valued between $1M and $5M, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due April 7, 2026, by 2:00 PM CST.
Scope of Work
The project, identified as Solicitation 36C25526R0059, involves the comprehensive repair, replacement, and upgrade of heating, ventilation, and air conditioning (HVAC) systems within Building 1's procedural and isolation rooms. The goal is to bring these systems into compliance with current VHA HVAC Design Criteria. Key tasks include:
- Disconnecting and removing existing HVAC components, and installing new ones.
- Maintaining HVAC in occupied spaces throughout the construction period.
- Abating hazardous materials and finishing patient care spaces.
- Performing associated work in hallways, stairwells, and closets.
- Detailed specifications cover metal fabrications, rough carpentry, gypsum board, painting, thermal insulation, firestopping, joint sealants, and comprehensive HVAC, plumbing, and electrical systems. This includes electrical demolition and new electrical installations.
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.
- Set-Aside: This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14), pursuant to 38 USC 8127(d).
- NAICS Code: 238220 (Plumbing and Air Conditioning Contractors), with a small business size standard of $19.0 Million.
- Subcontracting: The successful prime contractor must perform no less than 15% of the General Construction labor. Subcontracting to non-SDVOSB/VOSB firms is limited to 85% of the amount paid by the government.
Submission & Evaluation
- Proposals Due: Tuesday, April 7, 2026, by 2:00 PM CST.
- Submission Method: Proposals must be submitted via email, FedEx, UPS, or hand-delivery to the NCO 15 Contracting Office in Leavenworth, KS. Submissions require two separate binders plus a CD containing technical and price information.
- Basis for Award: Lowest Price Technically Acceptable (LPTA).
- Technical Evaluation Factors: Relevant Past Performance of the Prime Contractor, Technical Construction Experience of the Prime Contractor, Technical Qualifications of Proposed Staffing, and the Prime Contractor Safety Plan.
- Mandatory Requirements: Offerors must be registered in SAM.gov and certified in SBA VetCert. A bid guarantee (20% of bid, max $3M) and Payment/Performance bonds are required.
Key Dates & Notes
- Site Visit: A pre-bid site visit was held on Friday, March 6, 2026, at 8:30 AM CST. The attendance roster has been posted via Amendment 0001.
- Questions Due: Friday, March 13, 2026, by 2:00 PM CST.
- Offerors are responsible for monitoring Sam.gov for all amendments and must acknowledge their receipt. The government intends to award without discussions but reserves the right to hold them.
- Contact: Cedric Graham, Contract Specialist, Cedric.Graham@va.gov.