Z2NB--657A5-22-103, Replace Air Handlers in Building 1, MRN

SOL #: 36C25526R0068_1Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
255-NETWORK CONTRACT OFFICE 15 (36C255)
LEAVENWORTH, KS, 66048, United States

Place of Performance

Marion, IL

NAICS

Plumbing (238220)

PSC

Repair Or Alteration Of Heating And Cooling Plants (Z2NB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 23, 2026
2
Last Updated
Mar 17, 2026
3
Submission Deadline
Mar 31, 2026, 7:00 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), Network Contracting Office 15, is soliciting proposals for the replacement of Air Handlers in Building 1 at the Marion VA Medical Center in Marion, IL. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside construction project with an estimated magnitude between $2,000,000.00 and $5,000,000.00. Proposals are due by March 31, 2026, at 2:00 PM CT.

Scope of Work

The project, identified as Z2NB--657A5-22-103, involves comprehensive construction services to replace existing air handlers. Key tasks include:

  • Installation of a temporary HVAC system during construction.
  • Demolition of the existing penthouse structure and Air Handling Unit (AHU).
  • Installation of a new AHU and construction of a new penthouse structure.
  • Breakdown and removal of the temporary HVAC system.
  • Related general construction, plumbing, electrical, and fire suppression work, as detailed in the specifications and drawings (e.g., Divisions 00-48, including HVAC, electrical, plumbing, structural, and architectural elements).
  • Specific technical requirements cover general project requirements, safety, quality control, demolition, concrete, metals, thermal and moisture protection, openings, finishes, and more.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: 365 calendar days after Notice to Proceed (NTP), which is expected within 30 days of award.
  • Estimated Magnitude: $2,000,000.00 to $5,000,000.00
  • NAICS Code: 238220 - Plumbing, Heating and Air Conditioning Contractors (Size Standard: $19 Million)
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified SDVOSBs in the SBA certification database at the time of offer and award. Joint Ventures are permitted only if they are VA SDVOSB Joint Ventures.

Submission & Evaluation

  • Proposal Submission: Proposals must be submitted electronically via email to maria.hoover@va.gov by the deadline. Contractors must verify email receipt.
  • Evaluation Process: Lowest Price Technically Acceptable (LPTA) Source Selection Process (FAR Part 15.101-2).
  • Evaluation Factors for Technical Acceptability:
    1. Relevant Past Performance of Prime Contractor.
    2. Technical Construction Experience of Prime Contractor.
    3. Technical Construction Experience and Past Performance of the Mechanical Subcontractor.
    4. Technical Qualifications of Proposed Key Personnel.
    5. Prime Contractor Safety Plan.
  • Bonds: A Bid Bond is required with the proposal. Performance and Payment Bonds are also required.

Key Dates

  • Site Visit: March 4, 2026, at 10:00 AM CT (Past)
  • Questions Due: March 6, 2026, by 12:00 PM CDT (Past)
  • Proposals Due: March 31, 2026, at 2:00 PM CT

Important Clarifications

  • The "Temp Boiler" mentioned in the solicitation is not part of the design and is not needed.
  • Contractors are exempt from state sales tax; a certificate will be provided at award.
  • Procore software or equivalent will be accepted for submittals and project file management.
  • Payment for procured materials stored on-site or in approved locations is allowed.
  • One individual can perform up to two of the four primary project roles (PM, QCM, SSHO, Superintendent), but the Project Manager and Superintendent cannot be the same person.
  • Contractors must field verify existing conditions regardless of as-built drawing availability.

People

Points of Contact

Maria G HooverMaria HooverPRIMARY
Kevin M FarrellSECONDARY

Files

Files

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

Versions

Version 2Viewing
Solicitation
Posted: Mar 17, 2026
Version 1
Solicitation
Posted: Feb 23, 2026
View
Z2NB--657A5-22-103, Replace Air Handlers in Building 1, MRN | GovScope