SOLICITATION NOTICE
Z -- 36C242-26-AP-0767 | 528-26-1-8386-0003 528A8-22-851 Upgrade BMS Network Construction (VA-26-00016299)
- Notice Date
- 12/17/2025 5:08:06 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24226B0025
- Response Due
- 1/30/2026 10:00:00 AM
- Archive Date
- 04/30/2026
- Point of Contact
- Terry Fraser, Contracting Officer, Phone: (585) 926-5000
- E-Mail Address
-
terry.fraser@va.gov
(terry.fraser@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- General Scope of Work: The project includes construction services to install a dedicated IT network to serve the HVAC control system(s) in the Albany Stratton Veterans Administration Medical Center (VAMC) located at 113 Holland Ave, Albany, New York. The IT network will serve a combination of existing and new network controllers and provide a robust backbone for extending direct digital controls (DDC) to new systems in the future. The primary protocol to be supported is BACnet over IP using a TCP/IP backbone. All items contained in the approved drawings and specifications dated September 31, 2024 and September 13, 2024, respectively, including the design narrative and appendices and any approved revisions are part of this contract. Contractors are also required to adhere to specification section 013200, Construction Documentation. Contractor will be required to use Autodesk Build as the construction management platform. Contractor will also be required to have completed and approved submittals prior to mobilizing. The submittals required to be completed prior to mobilization are shown in the submittal register. Background: The Albany VAMC is an older building that is continuously being renovated to keep up with changing needs and standards. The facility consists of a main building plus several attached buildings and several detached buildings most of which are served by an existing building management system (BMS). The combined area is approximately 859,000 sq. ft. An IT network for the BMS has evolved as numerous individual projects were completed and tied into a communication network on an ad-hoc and piecemeal fashion. The BMS network as it currently exists is unmanaged and supports two different DDC Vendors Automated Logic Corporation and Trane. Both of these DDC systems have controllers that span several manufacturing generations. The exponential growth of the DDC control systems and IP addresses using this shared network has created a risk that the VA wishes to mitigate by providing a master plan for a new IT network for the BMS system(s). It should be noted that both the existing and new BMS network will be independent of the VA networks and maintain an airgap to avoid any potential conflicts. As such, the VA IT department will have review and comment privileges on any design and may require that certain VA standards be adhered to but the BMS network will be managed and used exclusively by the Facility Management Services group. All items contained in the approved drawings and specifications including the design narrative and appendices and any approved revisions are part of this contract. Contractors are also required to adhere to specification section 013200, Construction Documentation. Contractor will be required to use Autodesk Build as the construction management platform. Contractor will also be required to have completed and approved submittals prior to mobilizing. The submittals required to be completed prior to mobilization are shown in the submittal register. It is highly recommended that bidders perform a site visit. Note: C&A requirements do not apply, and a security accreditation package is not required. REFERENCES The work required under this contract is shown on specifications and drawings prepared by Fellenzer Engineering LLP entitled Upgrade BMS Network , VA project #528A8-22-851, and dated October 31, 2024 and further defined in the project Design Narrative of the same date. ADDITIONAL INFORMATION The contractor shall provide all labor, supervision, and materials necessary to perform the work as indicated in this scope of work, project specifications and drawings. The contactor shall make every effort to maintain the existing conditions that are not part of the project. In addition to following FAR 52.236-9, Protection of Existing, Structures, Equipment, Utilities and Improvements the contractor shall remove or alter existing work in such a manner as to prevent injury or damage to any portions of the existing work, which is to remain. The contractor shall repair or replace portions of the existing work, which have been altered or damaged during construction operations to match existing or adjoining work, as approved by the COR and at no cost to the government. At the completion of operations, existing work shall be in a condition equal to or better than that which existed before new work started. The Contactor shall verify all existing conditions on the site and in the facility infrastructure that the proposed project may affect before the commencement of any construction. This includes but is not limited to verifying the location and elevations of existing utilities, verifying site items as shown on the project drawings, and taking appropriate field measurements. The government will not be held responsible for bidding errors made or the failure to adequately inspect the job site for existing conditions, dimensions or to fully review manufacturer s information related to the project. All discrepancies between the drawings, specifications and manufacturer s recommendations shall be brought to the attention of the Contracting Officer prior to the commencement of work. The Contractor shall abide by the Scope of Work regardless of whether or not a manufacturer calls for the task, level of preparation, etc. in question. The only exception is where the Contracting Officer agrees in writing that the item or task specifically voids a manufacturer s warranty and may be omitted. A credit for the work not performed may be due the government in such circumstances at the discretion of the Contracting Officer. All drawings notated with install, replace, provide, or new infer that the contractor is responsible for providing all materials and labor associated to complete that task or phase of the project as well as the project overall. 3. SCHEDULES The work shall be substantially complete no later than 280 calendar days after notice to proceed. Rescheduling of any activities shall be done at no cost to the government unless negotiation and authorization of the rescheduled activity has been agreed upon by the government. Notify the Contracting Officer s Representative at least 72 hours prior to starting demolition work, minor utility shutdowns, large deliveries or any event that may impact the normal operations of the facility 4. CONTRACTOR PERFORMANCE Construction needs to be completed in a workmanlike manner in accordance with industry best practice and standards. All work shall be performed by laborers that are fully versed and experienced in the trade that they are employed to do. Coordination with the government for project progress updates and scheduled items shall be a regular occurrence, initiated by the Contractor. Construction progress meetings shall be held weekly at a day and time agreed to with the Contracting Officer s Representative, unless otherwise agreed to. The Contractor will provide the previous week s meeting minutes to all attendees, including any edits required by the Contracting Officer s Representative, at least 24 hours prior to the meeting. A submittal schedule will be provided and updated at each meeting indicating the status of all submittals. The VA s project Contracting Officer s Representative shall govern all work done during the project duration. The Contractor will immediately correct any work that the Contracting Officer s Representative deems unacceptable or not in accordance with the plans or specifications at no additional cost to the government. Contractors shall pass the yearly contractor training class and be badged prior to working on site.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7d6d6d7b33044c269b3b8e1770a8fa38/view)
- Place of Performance
- Address: Albany VA Medical Center 113 Holland Avenue, Albany, NY 12208, USA
- Zip Code: 12208
- Country: USA
- Zip Code: 12208
- Record
- SN07668890-F 20251219/251217230035 (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 |