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 a Firm Fixed-Price (FFP) contract to replace deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24 at the Malcom Randall VA Medical Center in Gainesville, FL. This project (573-21-705) is valued between $50,000,000 and $100,000,000. Proposals are due by April 13, 2026, at 1300 EST.

Scope of Work

The contractor will provide all labor, materials, and supervision for a comprehensive renovation. This includes site preparation, demolition, and removal of existing structures, followed by the installation of new AHUs and associated systems. The scope encompasses HVAC components (AHUs, exhaust fans, ductwork, controls, heat exchangers, piping, humidification devices, variable frequency drives), electrical systems, and other related devices. All work must adhere to design drawings, specifications, and a wide array of federal, state, and industry standards, including VA specifications, EPA, OSHA, ADA, NFPA, NEC, SMACNA, ASHRAE, LIFE SAFETY CODE, and IBC. Work affecting hospital operations must be coordinated and performed after 5 p.m. or on weekends.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP)
  • Estimated Magnitude: $50,000,000 to $100,000,000
  • Period of Performance: 1394 calendar days from the Notice to Proceed (NTP)
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45 Million
  • Set-Aside: Tiered set-aside evaluation, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), then VOSBs, other small businesses, and finally large businesses.
  • Funding: Award is contingent upon the availability of appropriated funds.

Key Requirements & Compliance

Offerors must be actively registered in SAM and Veteran Small Business Administration (VSBA) at the time of proposal submission and award. Pre-construction requirements include obtaining approved Infection Control Construction, Construction Safety, and Interim Life Safety Measures certifications. A detailed phasing schedule and narrative must be submitted within ten calendar days of NTP, with monthly updates. Key personnel (Project Manager, Superintendent, Quality Control Manager) must possess OSHA 30-hour training, with specific on-site presence requirements. A Quality Control Plan is required within ten days of award. Strict coordination with VA staff is mandatory for hospital operations, OIT Telecommunication Rooms, the VA Facility Fire Alarm System, and all inspections. Electronic submittals are required via Construction Project Management Software. A bid bond (20% of bid price or $3M max) and 100% performance and payment bonds are mandatory. Offerors must submit a Safety and Environmental Record Form (Exhibit C) and have an Experience Modification Rate (EMR) of 1.0 or less. Wage determinations are updated and included.

Submission & Evaluation

Proposals will be evaluated using a Best Value Continuum Tradeoff Source Selection Process under FAR Part 15. Evaluation factors include Technical Approach, Project Planning/Safety/IC/QC, Project Schedule, Past Performance, and Price. No discussions are anticipated, so proposals should represent the offeror's best terms. Alternative overall project phasing plans are acceptable, subject to VA and A/E review and approval.

Important Dates & Contacts

  • Proposals Due: April 13, 2026, at 1300 EST
  • Contracting Officer: Amber Milton (amber.milton@va.gov)

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
Download

Versions

Version 10
Solicitation
Posted: Apr 2, 2026
View
Version 9Viewing
Solicitation
Posted: Mar 31, 2026
Version 8
Solicitation
Posted: Mar 31, 2026
View
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