Z2DA--657-21-115JC - Correct Heating, Ventilation, and Air Conditioning Systems in Procedure Rooms
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 correction and upgrade of Heating, Ventilation, and Air Conditioning (HVAC) systems in procedure rooms at the John Cochran VA Medical Center in St. Louis, Missouri. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Hard copy proposals are due by April 7, 2026, at 2:00 PM CST.
Purpose & Scope
The project, identified as 657-21-115JC, aims to bring HVAC systems in designated procedural and isolation rooms within Building 1 up to current VHA HVAC Design Criteria and VHA Directive 115JC. The scope includes comprehensive mechanical demolition and modifications across multiple levels (01 through 10, and penthouse), involving the repair and/or replacement of various HVAC components, ductwork, and associated electrical and plumbing systems. Contractors must maintain existing HVAC in occupied spaces, abate hazardous materials, and finish spaces for patient care. Compliance with VA TIL, local/national codes, and detailed specifications (including metal fabrications, carpentry, gypsum board, painting, insulation, firestopping, and sealants) is required. Commissioning of HVAC, electrical, and plumbing systems is also a key deliverable.
Contract Details
This is a Firm-Fixed-Price contract with an estimated magnitude between $1,000,000.00 and $5,000,000.00. The period of performance is 580 calendar days after the Notice to Proceed (NTP), which is expected one to three weeks post-award. The NAICS Code is 238220 (Plumbing and Air Conditioning Contractors) with a small business size standard of $19.0 million. Payment and Performance bonds are required, along with a bid guarantee (20% of bid price, not to exceed $3,000,000).
Eligibility & Submission
This procurement is exclusively set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be certified in SBA VetCert and registered in SAM.gov. The successful prime contractor must perform no less than 15 percent of the General Construction labor, and subcontracting to non-SDVOSB/VOSB firms is limited to 85% of the contract amount. Proposals are due April 7, 2026, by 2:00 PM CST. Hard copy proposals are required and must be submitted via FedEx, UPS, hand-delivery, or mail to the NCO 15 Contracting Office in Leavenworth, KS. Email submissions are not accepted. The award will be made using the Lowest Price Technically Acceptable (LPTA) source selection process, evaluating relevant past performance, technical construction experience, technical qualifications of proposed staffing, and the prime contractor's safety plan.
Amendments & Notes
Amendment 0003 provides answers to bidder questions, clarifying aspects such as Buy American Act waivers (contractors identify/request), sales tax (project not exempt), submittal platforms (Procore acceptable), no payment for stored materials, and site access/parking limitations (no on-site office/laydown/dedicated parking). Amendment 0002 provided full-scale drawings. Bidders must review all amendments and utilize the updated drawings. The project is not tax-exempt, and contractors must include all state and local sales or use taxes in their bid. No space is available for job trailers or dumpsters on campus. Contact Cedric Graham at Cedric.Graham@va.gov for questions.