TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL Solicitation

SOL #: 36C24826R0039Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
248-NETWORK CONTRACT OFFICE 8 (36C248)
TAMPA, FL, 33637, United States

Place of Performance

Gainesville, FL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 6, 2025
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 13, 2026, 5:00 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), specifically the 248-NETWORK CONTRACT OFFICE 8 (36C248), is soliciting proposals for the replacement of deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24 at the Malcolm Randall VA Medical Center in Gainesville, FL. This is a Firm-Fixed-Price construction contract with an estimated magnitude between $50,000,000 and $100,000,000. The procurement is a tiered set-aside, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals are due by April 13, 2026, at 1300 EST.

Scope of Work

The contractor will provide all labor, materials, and supervision for Project 573-21-705. This includes comprehensive site preparation, demolition, and removal of existing structures, followed by the installation of new AHUs 21, 22, 23, and 24. The scope extends to associated systems such as exhaust fans, ductwork, controls, heat exchangers, heat recovery units, chilled water and hot water piping, humidification devices, variable frequency drives, and electrical systems. All work must adhere to design drawings, specifications, and various federal, state, local, and industry standards. Work impacting hospital operations requires coordination and must be performed after 5 p.m. or on weekends.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Estimated Magnitude: $50,000,000 to $100,000,000
  • Period of Performance: 1394 calendar days from Notice to Proceed (NTP)
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45M
  • Wage Determination: Davis-Bacon Act WD # FL20260194 applies.

Set-Aside & Eligibility

This is a tiered set-aside evaluation, with priority given to:

  1. Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns
  2. Veteran-Owned Small Business (VOSB) concerns
  3. Other Small Business concerns
  4. Large Business concerns Offerors must be actively registered in the System for Award Management (SAM) and the Veteran Small Business Administration (VSBA) at both proposal submission and award.

Evaluation Factors

Proposals will be evaluated using a Best Value Continuum Tradeoff Source Selection Process. Key evaluation factors include Technical Approach, Project Planning/Safety/Infection Control/Quality Control, Project Schedule, and Past Performance, with price being a significant factor. No discussions are anticipated, so proposals should represent the offeror's best terms. Veterans Preference will be considered in price evaluation.

Submission Requirements & Important Notes

  • Proposals Due: April 13, 2026, at 1300 EST.
  • A bid bond (20% of bid price or $3M, whichever is less) is required, and performance/payment bonds (100% of award amount) will be necessary.
  • Offerors must submit a Safety and Environmental Record Form (Exhibit C) and maintain an Experience Modification Rate (EMR) of 1.0 or less.
  • Key personnel (Project Manager, Superintendent, Quality Control Manager) must have OSHA 30-hour training, with specific on-site presence requirements.
  • A detailed phasing schedule and Quality Control Plan are required post-award.
  • Award is subject to the availability of funds.
  • Numerous Requests for Information (RFIs) have been answered, clarifying logistics, phasing, staffing, demolition, and system requirements. Bidders should review the latest RFI compilation (RFIs Combined 573-21-705 Final.xlsx) and all amendments.

People

Points of Contact

Amber C MiltonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Apr 2, 2026
View
Version 9
Solicitation
Posted: Mar 31, 2026
View
Version 8Viewing
Solicitation
Posted: Mar 31, 2026
Version 7
Solicitation
Posted: Mar 26, 2026
View
Version 6
Solicitation
Posted: Mar 17, 2026
View
Version 5
Solicitation
Posted: Mar 4, 2026
View
Version 4
Solicitation
Posted: Feb 12, 2026
View
Version 3
Solicitation
Posted: Jan 16, 2026
View
Version 2
Pre-Solicitation
Posted: Dec 10, 2025
View
Version 1
Sources Sought
Posted: Nov 6, 2025
View