Dietary Distribution Services at the Great Plains Area Regional Drug Dependency Unit (GPARDDU) in Winnebago, Nebraska.
Agency: Indian Health Service
Location: Nebraska
NAICS: 311999
| Agency | VISN 23: Midwest Health Care Network |
|---|---|
| Deadline | 05/18/26 |
| Posted | 05/05/26 |
| Estimated Value | <$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value) |
| Set Aside | SBA |
| NAICS | 238220 - Plumbing, Heating, and Air-Conditioning Contractors |
| PSC | J041 - Maint/Repair/Rebuild Of Equipment- Refrigeration, Air Conditioning, And Air Circulating Equipment |
| Location | Department of Veterans Affairs NWI Health Care Systems Omaha, NE 68105 United States |
Maintenance and operations of the Andover/Schneider Electric EcoStruxure automation equipment and other HVAC services for NWI Health Care System. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This is a solicitation conducted using FAR Part 13 (Simplified Acquisition Procedures). This announcement constitutes the only solicitation, quotes are being requested. Solicitation number 36C26326Q0515 is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-07. This procurement is a total set-aside Small Businesses. Prospective offerors must be registered and current in the System for Award Management (SAM) database at time of offer to the Government (https://www.sam.gov). Quotes will only be accepted from responsible contractors. The NAICS code for the solicitation is 238220 with a size standard of $19 million. A list of the contract line items, quantities, and units of measure are listed within the attached solicitation documentation. The VA anticipates one firm fixed price contract award to provide services to NWI Health Care System, 4101 Woolworth Ave, Omaha, NE 68105. FAR provisions 52.212-1, 52.212-2, and 52.212-3 apply to this procurement and are detailed within the attached solicitation document. FAR clauses 52.212-4 and 52.212-5 apply to this procurement and are included within the attached solicitation document. Additional requirements are listed within the attached solicitation document. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Technical questions on this solicitation are due via e-mail only to Amanda Patterson-Elliott, Contract Specialist, at amanda.patterson-elliott@va.gov no later than 5:00pm Central Standard Time (CST), 05-08-2026. Quotes are due to the Contracting Office by 10:00am CST, 05-18-2026. Quotes are required to be emailed to amanda.patterson-elliott@va.gov prior to the solicitation closing date and time. It is the responsibility of the offeror to ensure their quote is received in its entirety by the Contracting Office before the solicitation closing. Contact Amanda Patterson-Elliott, Contract Specialist, at amanda.patterson-elliott@va.gov for information regarding the solicitation.
Background The Department of Veterans Affairs is issuing this solicitation for the maintenance and operations of the Andover/Schneider Electric EcoStruxure automation equipment and other HVAC services for the NWI Health Care System located at 4101 Woolworth Ave, Omaha, NE 68105. This procurement is a total set-aside for small businesses, with the goal of ensuring efficient operation and maintenance of HVAC systems critical to healthcare services. Work Details The contractor will be responsible for: 1. Maintenance and operations of the existing hybrid system with Andover/Schneider Electric EcoStruxure, including examination, cleaning, and recalibration of sensors/thermostats, humidity controls, temperature controls, pressure controls, relays, damper actuators, and accessories related to the automatic temperature control system. 2. Verification of performance of temperature controls equipment according to manufacturer specifications. 3. Ensuring optimum system efficiency by checking control system sequences. 4. Lubrication of air compressors and control valve packing glands as required. 5. Inspection of automatic temperature control valves for proper function. 6. Compliance with VA policies and standards including VA Handbooks and Directives as well as NIST standards. The contractor must also provide a detailed point-to-point checklist for each Air Handling Unit (AHU) and Rooftop Unit (RTU) at least once per year, conduct comprehensive verification of all control connections, sensors, and actuators for each AHU and RTU, document all work performed monthly including findings and adjustments made. Period of Performance The contract period begins on May 25, 2026, and ends on May 24, 2027. Place of Performance The services will be performed at the NWI Omaha VA Medical Center located at 4101 Woolworth Ave, Omaha NE 68105.
| Contact name | Amanda Patterson-Elliott |
|---|---|
| Contact email | amanda.patterson-elliott@va.gov |
| Contact phone | (319) 688-3578 |
Agency: Indian Health Service
Location: Nebraska
NAICS: 311999
Agency: Air Combat Command
Location: Nebraska
NAICS: 334514
Agency: Air Combat Command
Location: Nebraska
NAICS: 561990
Agency: Nebraska Department of Education [NE]
Location: Nebraska
NAICS: Not Provided