SOLICITATION NOTICE
Z -- 657-18-115JCA, CON: Replace Various Air Handling Units and Variable Air Volume Units (VA-26-00026953)
- Notice Date
- 2/5/2026 3:52:01 PM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25526R0070
- Archive Date
- 04/06/2026
- Point of Contact
- David Sterrett, Contract Specialist, Phone: (913) 946-1146
- E-Mail Address
-
david.sterrett@va.gov
(david.sterrett@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- Project 657-18-115JC Replace Various AHU and VAV VA Saint Louis Health Care System John Cochran Division The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement to Replace Various Air Handling Units and Variable Air Volume Units, project number 657-18-115JCA, located at the U.S Department of Veterans Affairs, VA St. Louis Health Care System, John Cochran Division, 915 North Grand Boulevard, St. Louis, MO 63106 The following narrative is intended to provide an overview of the scope of work for the proposed project. PROJECT DESCRIPTION AND SCOPE 1. Purpose of Project The VA Saint Louis Health Care System, John Cochran Division, requires the services of a Construction Contractor to replace various Air Handling Units (AHUs) and Variable Air Volume (VAV) Units in Building 1 of the main hospital. This effort includes the disconnection and removal of existing HVAC equipment, installation and placement of new equipment, maintenance of HVAC services for occupied spaces during replacement activities, hazardous material abatement, and restoration of construction-affected spaces for patient care. Work will be executed in accordance with the project drawings and specifications, which have been developed by an Architectural-Engineering firm. These documents detail the scope and standards for the work to be performed in addition to any supplemental information provided in this document. 2. Scope of Work The work under this contract includes general construction, alterations, mechanical and electrical work, utility systems, demolition and removal of structures, and associated tasks required for project completion. The contractor shall furnish all supervision, labor, tools, materials, equipment, transportation, and testing necessary to fully execute the project. Specific tasks to be completed include: Installation of Government-Furnished Equipment (GFE): Fan Coil Units (34), categorized as: Type A: 11 Type B: 16 Type C: 2 Type D: 3 Type E: 2 Air Terminal Units (12). Air Handling Unit 57 (1). Condensate Pump (1). Ductwork for 6 South (as specified in project drawings). Contractor to inspect and assess GFE to determine additional equipment requirements and include the cost of procurement in their bid. Any additional equipment needed to complete the project as delineated in these documents shall be furnished at no additional cost to the government. Specific equipment information provided in equipment schedule Contractor to provide 1 year warranty for all equipment both GFE and CPE from date of beneficial occupancy. Coordination and Site Preparation: Perform site investigations to assess conditions and limitations. Relocate utilities or fixtures as necessary to ensure full functionality of the new HVAC equipment. Coordinate all ward or room closures with VA staff. Ward closures need to be sequential with time for activation and de-activation activities between closures. Construction Activities: Lay out supply and return ductwork to Air Handling Unit 57 to preserve maintenance access or provide compliant access mechanisms. Remove and replace existing drop ceilings within all corridors in the construction area. Remove and replace existing drop ceilings as needed in other rooms as needed per the COR in the construction area. Ensure all walls affected by construction activities are finished to a Level 4 standard, adhering to industry guidelines. Mechanical and Structural Requirements: Install gravity-type drain pans with connections to existing drain lines. Condensate pumps will not be allowed. Replace any leaking valves. Furniture and Equipment Protection: The VA will move some, but not all equipment within the construction area. Any equipment or furniture left within the construction area shall be protected. Contractor option to move and store furniture and equipment off site at no additional cost to the government or wrap in plastic and securely store any equipment and furniture within the work area. Furniture and equipment must be cleaned per Infection Preventions standards at the end of the construction period. Any rooms not affected by construction activity shall be sealed off per IP standards. Containment and Infection Control: Construct Infection Control Risk Assessment (ICRA) barriers outside normal hospital operating hours. Perform work within containment zones during daytime hours to minimize noise disturbance to inpatient wards above. Coordination With Hospital Operations: Notify the project manager of any utility shutdowns at least 21 Federal Working days in advance and coordinate access to the work site for hospital maintenance staff and other contractors as needed. Execute all activities in a manner that minimizes disruptions to patient care and hospital operations. COR reserves the right to determine disruptive activities. Since the contractor will be allowed to shut down one entire ward at one time, the VA reserves the right to determine what time of year this will happen. Any delays to the timing of when the ward can be shut down will be at no additional cost to the government. Any delays to the timing of when ancillary areas outside the ward can be shut down will be at no additional cost to the government. 3. Applicable Criteria All work shall comply with the terms and conditions of the project specifications and drawings, VA Technical Information Library (TIL) standards, and local and national codes. Additionally, the contractor must adhere to all VA-stipulated COVID-19 requirements and other regulatory health and safety obligations. The following criteria apply: Working hours and restricted access conditions as outlined in the project documents. Work on Federal Holidays Is prohibited. Infection Control Risk Assessment (ICRA) and Interim Life Safety Measures (ILSM) requirements. Hazardous materials abatement protocols. Allowable storage locations for contractor equipment and materials as specified in the drawings. There is no storage available on the VA campus. The contractor is not allowed to store any material outside of the IP approved construction barrier. There are portions of the work required on the project drawings that have already been completed. Those portions are annotated on the drawings. The applicable work for this project is located on the 6th Floor A section, the 7th floor A Section, the 10th floor utility room, and the hospital roof. This Statement of Work (SOW) is intended as an outline and is not a detailed summary of the work the contractor will be required to perform. In the event of conflict between this SOW and the project drawings and specifications, the drawings and specifications will take precedence over this SOW. The estimated project cost range to complete this work is between $2,000,000.00 and $5,000,000.00. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project will be solicited as a Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 238220 Plumbing, Heating, and Air-Conditioning Contractors, with a small business size standard of $19.0 million. Contract Type: Firm Fixed. The duration of the project is estimated to be 275 calendar days from Notice to Proceed. This completion period includes final inspection and cleanup of the premises. Award will be made utilizing Best Value Source Selection Process in accordance with Federal Acquisition Regulation Part 15. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions. The offeror is responsible to monitor and download any amendments from the Contract Opportunities (https:// sam.gov) website, which may be issued to this solicitation. In accordance with FAR 52.204-7, Required SAM, and in accordance with Veterans Affairs Acquisition Regulation (VAAR) 802.101, prospective contractors must be registered in SAM and in the Veteran Small Business Certification (sba.gov) databases under the applicable NAICS. Firms may obtain SAM information at http://www.sam.gov and Veteran Small Business Certification (sba.gov) information at https://veterans.certify.sba.gov The solicitation package with project specifications and drawings should be available for download on or about February 25, 2026 and the proposal due date will be on or about April 16, 2026. An organized site visit will be scheduled and specific date and time will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to David.Sterrett@va.gov and ensure that the subject line reads "" Replace Various Air Handling Units and Variable Air Volume Units, Project Number 657-18-115JCA; Solicitation Number: 36C25526R0070.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9a740f394053486eb58ceb2ed8e60397/view)
- Place of Performance
- Address: Department of Veterans Affairs VA St Louis Healthcare System John J. Cochran Veterans Hospital 915 North Grand Boulevard, St. Louis 63106-1621, USA
- Zip Code: 63106-1621
- Country: USA
- Zip Code: 63106-1621
- Record
- SN07705843-F 20260207/260205230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |