Z2DA--657-18-115JCA, Replace Various Air Handling Units and Variable Air Volume Units (VA-26-00026953)
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: MO. Industry: NAICS 236220 • PSC Z2DA.
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 236220
Description
Project 657-18-115JC Replace Various AHU and VAV VA Saint Louis Health Care System John Cochran Division This is a Sources Sought Notice to determine the availability of service disabled veteran owned small business (SDVOSB) firms for a possible small business category type set-aside for Construction Services project: This is a Sources Sought Notice that is issued for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on information received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a Best Value type RFP. 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. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $2,000,000.00 and $5,000,000.00. The North American Industrial Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, small business size standard of $45 Million. Interested firms must be registered in https:www.SAM.gov with this NAICS code and qualified as a service disabled veteran owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in the Veteran Small Business Certification (VetCert) registry Veteran Small Business Certification (sba.gov) on or before the response date. The intent of this notice is to identify potential Small Business firms capable of performing these services. The Government will use the information obtained from this source sought announcement to make a set-aside determination including further restriction under a socio-economic status, firms must identify their socio-economic status for NAICS code 236220, Commercial and Institutional Building Construction. The appropriate North American Industry Classification System (NAICS) code for this acquisition is 236220 with the applicable business size of $45 million. If interested in this opportunity, please provide via email a Capability Statement: The Capability Statement is designed to inform the Department of Veteran Affairs, of any prospective construction contractors' project execution capabilities. The submission is limited to 10 single sided pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, Unique Entity ID and/or DUNS number; 2) Offeror's interest in bidding on the solicitation when it is issued; 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples; 4) Offeror's Veteran Small Business Certification (VetCert) certification as a Veteran owned business; 5) Please provide Socio-economic status for NAICS code 236220, Commercial and Institutional Building Construction and provide percentage of self-performed labor your company can perform for this type of project; 6) Offeror's Joint Venture information if applicable - existing and potential; 7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate. The Response Due Date for this Sources Sought Notice is February 03, 2026, 2:00 pm Central Time. Respondents will not be notified of the results of analysis. Submit your responses to david.sterrett@va.gov. PLEASE REFERENCE "SOURCES SOUGHT: Project 657-18-115JC Replace Various AHU and VAV " IN THE SUBJECT LINE and first page of the response. The point of contact for submission of Capabilities Statement and questions is: David Sterrett, Contract Specialist Email: david.sterrett@va.gov Department of Veterans Affairs Network Contracting Office 15 (NCO 15) Leavenworth, Kansas 66048 No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at SAM.gov | Home. The Contract Opportunities website is the only official site to obtain these documents.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.