Z1DA--B105 Control Panel Replacement
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 Contracting Office 21, is soliciting proposals for the B105 HVAC Control Panel Replacement at the VA Palo Alto Health Care System (VAPAHCS) in Palo Alto, CA. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The project involves replacing existing Johnson Controls (JCI) with Siemens BACnet controllers. Proposals are due Tuesday, March 31, 2026, at 12:00 PM PST.
Project Overview
The VA seeks a qualified contractor to provide all necessary personnel, equipment, tools, materials, and supervision to replace existing JCI controllers with Siemens BACnet controllers in the Building 105 (B105) Simulation Center. The scope includes decommissioning existing JCI PCG Controllers and Expanders for Heating Hot Water (HHW) and Air Handling Unit (AHU) systems, installing new Siemens BACnet PXC.A controllers and expanders, and integrating them into the existing Siemens Campus Building Management System (BMS) Front End (Desigo CC). New air temperature sensors will also be installed.
Key Requirements & Deliverables
- System Replacement: Demolition of existing JCI controllers and installation of Siemens BACnet PXC.A controllers and expanders.
- Integration: Controls point-to-point checkout, verification, and full integration into the Siemens Campus BMS Front End.
- Personnel & Certification: Contractor must be an authorized and certified Siemens partner for the past five years and have at least five Siemens Desigo, PXC, DXR, and/or ABT certified technicians.
- Local Presence: A local office within 50 miles of the customer address is required, which can be met by a subcontractor.
- Warranty: Provide a one-year full parts and labor warranty.
- Safety: Compliance with Specification 01 35 26 SAFETY REQUIREMENTS. One Superintendent with a 30hr OSHA certification is adequate; no separate QC Manager or Safety Officer (SSHO) is required.
- Downtime: Minimize equipment shutdown downtime in the occupied building.
Contract Details & Submission
- Contract Type: Firm-Fixed-Price.
- Magnitude: Between $100,000.00 and $250,000.00.
- NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors ($19 Million size standard).
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be VetCert verified.
- Period of Performance: 180 calendar days after Notice to Proceed (NTP).
- Limitations on Subcontracting (LOS): For this special trade construction, the SDVOSB prime contractor will not pay more than 75% of the contract performance amount (excluding materials) to subcontractors that are not similarly situated entities.
- Bonding & Payment Protection: A 20% bid guarantee is required. For this contract magnitude, 100% alternative payment protection (e.g., Irrevocable Letter of Credit) is required in lieu of traditional Miller Act bonds.
- Evaluation: Price Only.
- Submission: Proposals are due Tuesday, March 31, 2026, at 12:00 PM PST. Submission method is electronic via email to edwin.rivera@va.gov.
Important Notes
The Buy American statute applies to construction materials. Compliance with VA Handbook 6500.6 Appendix B and C regarding information and information technology security requirements is mandatory. Offerors are responsible for checking SAM.gov for any further updates or amendments.