Z2NB--657A5-22-103, Replace Air Handlers in Building 1, MRN
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 soliciting proposals for the replacement of Air Handlers in Building 1 at the Marion VA Medical Center in Marion, IL. This project, identified as P/N 657A5-22-103, involves general construction, alterations, and the replacement of existing air handling units and associated structures. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by March 24, 2026, at 12:00 PM CT.
Scope of Work
The project's primary objective is to replace air handling unit #3 (AHU-3) and its enclosing penthouse on the rooftop of Building 1. Key tasks include:
- Installation and removal of temporary HVAC systems to maintain service during construction.
- Demolition of the existing penthouse and AHU-3.
- Construction of a new penthouse structure and installation of a new air handling unit.
- Associated structural modifications, ductwork, piping, electrical, fire protection, and plumbing system work.
- Compliance with VHA Master Specifications, project drawings, and all applicable codes.
The estimated construction magnitude is between $2,000,000.00 and $5,000,000.00. The NAICS Code is 238220 (Plumbing, Heating, and Air Conditioning Contractors) with a $19 Million size standard.
Contract & Timeline
- Contract Type: Firm-Fixed-Price.
- Period of Performance: 365 calendar days after Notice to Proceed.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14). Offerors must be certified SDVOSBs and registered in SAM.gov.
- Proposal Due: March 24, 2026, at 12:00 PM CT.
- Published Date: February 23, 2026.
- Site Visit: March 4, 2026, at 10:00 AM CT.
- Questions Due: March 6, 2026, by 12:00 PM CDT.
Evaluation
Award will be based on the Lowest Price Technically Acceptable (LPTA) process. Technical acceptability will be assessed on five factors:
- Relevant Past Performance.
- Technical Construction Experience (Prime Contractor).
- Technical Construction Experience and Past Performance (Mechanical Subcontractor).
- Technical Qualifications of Proposed Key Personnel.
- Prime Contractor Safety Plan.
Key Documents
Bidders must review the comprehensive P09 Final Drawings (01/31/2026) and Final Specifications (Volumes 1 & 2, dated 03/07/2025). These documents detail architectural, structural, mechanical, fire protection, electrical, and plumbing requirements, as well as general requirements, quality control, and commissioning.
Contact Information
For submissions and inquiries, contact Maria G Hoover, Contract Specialist, at maria.hoover@va.gov.