Z2DA--Remediate Temperature Controls 539-21-108
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 10, is soliciting bids for Remediate Temperature Controls (Project No. 539-21-108) at the Cincinnati VA Medical Center, OH. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity involves comprehensive upgrades to the building automation and HVAC control systems. Bids are due by January 23, 2026, at 2:00 PM EST.
Scope of Work
This project requires general contracting, electrical, controls, and mechanical expertise to install new temperature control systems within an occupied facility. The scope includes replacing existing Johnson Controls NAEs with new JACE BACnet routers, integrating existing controls into a new Tridium head-end system, and ensuring all building automation controls reside on VLAN 39. Significant revisions have been made to control sequences for various Air Handling Units (AHUs), including supply fan control, static pressure setpoint reset, supply air temperature reset (following ASHRAE 36 and humidity-based logic), and relief air damper control. The commissioning agent will be hired and paid by the prime contractor.
Contract Details
- Type: Firm-Fixed-Price (FFP) Invitation for Bids (IFB)
- Estimated Magnitude: Between $5,500,000.00 and $7,500,000.00
- Period of Performance: 730 calendar days from Notice to Proceed
- NAICS Code: 238220 (Plumbing, Heating and Air Conditioning Contractors)
- Size Standard: $19 million
- Bonds: Bid guarantee, performance, and payment bonds are required.
Key Updates & Amendments
This solicitation has undergone several amendments. The latest, Amendment 0004 (posted January 12, 2026), provided significant updates including:
- Extended Bid Opening: The final deadline for offers is January 23, 2026, at 2:00 PM EST.
- Revised Specifications & Drawings: Numerous documents detail updated control sequences and operational parameters for AHUs, and specify re-use or replacement of NAE components.
- Revised Statement of Bid Items: A base bid and four alternate bids are provided, primarily concerning the integration of Automated Logic and Metasys Routers into the new Tridium system. Bidders must price all items.
- Infection Control Risk Assessments (ICRA): Detailed ICRA templates outline mandatory health, safety, and infection control protocols for working within VHA facilities.
Submission & Evaluation
This is a sealed bid IFB. Offers must be submitted via email only to ronald.heidemann@va.gov by the deadline. A virtual bid opening will be conducted.
- Eligibility: This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be VA-certified and listed in the Dynamic Small Business Search (DSBS) at the time of bid and prior to award.
- Required Forms: A completed and signed VAAR clause 852.219-75 (Limitations on Subcontracting) and the Pre-Award Contractor Safety and Environmental Record Evaluation Form (Attachment XIV) are mandatory.
Important Considerations
Bidders must review prevailing wage rates (Attachment I), VHA Directive 1192.01 on seasonal influenza vaccination, and the Justification and Approval (J&A) document which explains the rationale for standardizing on Tridium Facility Explorer, indicating future "brand name or equal" requirements.