Z2DA--Install Humidification Monitoring and Control for Pharmacy Cache

SOL #: 36C25926Q0166Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 19 (36C259)
Greenwood Village, CO, 80111, United States

Place of Performance

Greenwood Village

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)

Set Aside

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

Timeline

1
Posted
Dec 31, 2025
2
Last Updated
Mar 3, 2026
3
Submission Deadline
Mar 16, 2026, 4:00 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 Contracting Office 19, has issued a Solicitation for the installation of humidification monitoring and control systems for the Pharmacy Cache at the Rocky Mountain Regional VA Medical Center in Aurora, CO. This project aims to modify existing HVAC systems to maintain required relative humidity levels. This is a Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due March 16, 2026, at 10:00 AM MT.

Scope of Work

The contractor will provide all labor, materials, and equipment for the project, which includes:

  • Demolition and replacement of a section of supply ductwork with a steam dispersion manifold and associated piping.
  • Installation of low-pressure steam, condensate, and drain lines with necessary valves and fittings.
  • Installation of control system components (controllers, sensors, valves) and electrical power/control wiring.
  • Integration of controls with the existing Building Automation System (BAS), including configuration and graphics development.
  • Replacement of existing thermostats with combination thermostat/humidistats in Pharmacy Cache rooms KS-130 and KS-131.
  • Adherence to strict safety regulations, including Class II dust containment (ICRA), OSHA requirements (Competent Person with 30-hour OSHA, 10-hour for all employees), and VA standards.
  • Minimizing downtime of air handling equipment and providing O&M training for VA personnel.
  • Providing redlined shop drawings for as-built updates.

Contract & Timeline

  • Opportunity Type: Solicitation
  • Project Magnitude: Between $100,000.00 and $250,000.00
  • NAICS Code: 236220 - Commercial and Institutional Building Construction (Small Business size standard: $45M)
  • Product Service Code: Z2DA - Repair or Alteration of Hospitals and Infirmaries
  • Period of Performance: Ninety (90) days from Notice to Proceed (NTP), including 30 days for administrative tasks.
  • Published Date: February 17, 2026
  • Questions Due: March 2, 2026, at 10:00 AM MT (via email to Timothy.Verburgt@va.gov)
  • Site Visit: February 25, 2026, at 11:00 AM MT at the Rocky Mountain Regional VA Medical Center. Attendance may be required.
  • Proposal Due: March 16, 2026, at 10:00 AM MT

Eligibility & Submission

  • Set-Aside: Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be VISIBLE and VERIFIED in the SBA certification database at the time of offer submission and contract award. Joint ventures must be registered and verified in VETCERT.
  • SAM Registration: Contractors must be registered in the System for Award Management (SAM) prior to solicitation close.
  • Submission Method: Electronic submission via email to Timothy.Verburgt@va.gov (max 15 MB, one email for entire proposal), including a signed SF 1442.
  • Bid Guarantee: Required for proposals over $150,000 (20% of offer price, not to exceed $3,000,000).
  • Required Forms: Offerors must complete and submit a Past Performance Questionnaire (PPQ), VAAR 852.219-75 "Limitations on Subcontracting" certification, and a "Self-Performed and Subcontracted Worksheet" demonstrating at least 15% self-performed personnel costs. A "Prime and Sub Contractor Construction Breakdown" spreadsheet is also required for cost proposals.

Evaluation Factors

Award will be based on a best value determination considering:

  1. Past Performance: Three relevant projects (minimum $25k, within the last 5 years), submitted via CPARS or PPQ.
  2. Compliance Requirements: Adherence to OSHA/EPA regulations (EMR <= 1.0), and VAAR 852.219-75.
  3. Price.

Additional Notes

Numerous FAR and VAAR clauses are incorporated. Contractor personnel require VA identification PIV-I badges. Work hours are typically 7:30 AM - 4:00 PM, Monday-Friday, excluding Federal Holidays. Strict adherence to Infection Control Risk Assessment (ICRA) and Interim Life Safety Measures (ILSM) is required.

People

Points of Contact

Timothy R Verburgt (CS)Contract SpecialistPRIMARY

Files

Files

View
Download

Versions

Version 3
Solicitation
Posted: Mar 3, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 17, 2026
Version 1
Pre-Solicitation
Posted: Dec 31, 2025
View