[AMENDED 12/19/2025] Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
ID: 36C24426R0020_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a design-build project to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center, under Project No. 595-26-204. This project requires a comprehensive design and construction approach, including site investigations, structural analysis, and compliance with VA, NFPA, and EPA standards, with a focus on maintaining hospital operations during construction. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has an estimated construction value between $1 million and $5 million, with a performance period of 270 calendar days from the Notice to Proceed. Proposals for Phase 1 are due by January 5, 2026, at 4:00 PM ET, and interested parties should direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov.

    Point(s) of Contact
    Kaitlyn SzlachtaContract Specialist
    (916) 980-6679
    kaitlyn.szlachta@va.gov
    Elijah J McIntosh
    elijah.mcintosh@va.gov
    Files
    Title
    Posted
    This government file outlines the general requirements for a construction project to replace chillers in Buildings 1, 2, and 104, emphasizing safety, security, and operational continuity within a Medical Center. Key areas covered include strict safety and infection control, site preparation, and adherence to working hours (0700-1630, Mon-Fri, excluding Federal Holidays). The contractor must develop a comprehensive security plan, control keys and documents, and manage motor vehicle restrictions. Detailed procedures for operations, storage, and phased construction are provided to minimize disruption to the Medical Center's 24/7 operations. The document also specifies requirements for surveying existing conditions, disposing of materials, protecting existing vegetation and utilities, and restoring disturbed areas. Essential sections cover physical data, professional surveying, layout of work, as-built drawings, warranty management (including a priority list for warranty service), use of roadways, and temporary use of mechanical, electrical, and elevator equipment. Furthermore, the contractor is responsible for providing temporary utilities, coordinating new information technology equipment, conducting thorough tests, providing maintenance manuals and training, and handling government-furnished and relocated equipment. Photographic documentation of construction progress and historic preservation guidelines are also included.
    This document, "SECTION 01 35 26 SAFETY REQUIREMENTS," outlines comprehensive safety protocols for government construction projects, integrating federal, state, and local regulations with specific agency guidelines. It details applicable publications from organizations like ASSP, ASTM, NFPA, TJC, OSHA, and the US Army Corps of Engineers. Key definitions are provided for terms such as "Critical Lift," "Competent Person" (CP) for various specialized tasks, "High Risk Activities," and "Mishap Criticality Categories." The document mandates strict submittal requirements including an Accident Prevention Plan (APP), various reports, work plans (e.g., Critical Lift Plan, Activity Hazard Analysis), and certifications. It emphasizes regulatory compliance, the crucial role of the Site Safety and Health Officer (SSHO) and CPs, and extensive training requirements. Specific sections address PPE, pre-construction risk assessments, dust control, tuberculosis screening, fire safety, electrical work, fall protection, scaffolds, excavations, cranes, hazardous energy control, and confined space entry. The overarching purpose is to ensure a safe and healthful work environment, prevent accidents, and maintain compliance throughout the project lifecycle.
    This document outlines the requirements for a new Building Automation System (BAS) for the Lebanon VAMC, focusing on instrumentation and control. The project aims to provide a comprehensive system for monitoring and controlling the building's mechanical and electrical systems, including control valves, damper actuators, and various sensors. Key requirements include adherence to open system design principles, utilization of the Niagara4 software framework, and compliance with BACnet/IP communication protocol for all BAS controllers. The system must also include robust computer hardware, remote access capabilities with cyber security best practices, and advanced operator software features such as real-time displays, alarm management, scheduling, and trend data archiving. Detailed specifications for various control devices, sensors, and transmitters are provided, along with installation guidelines, electrical work requirements, and submittal procedures. The overall goal is to deliver a fully operational, integrated, and secure BAS for efficient facility management.
    This amendment to solicitation 3624426R0020 for project #595-26-204, "Replace Chillers Bldg 1, 2 and 104," extends the proposal due date from December 17, 2025, to January 5, 2026, at 4:00 PM EST. Additionally, it provides answers to Requests for Information (RFIs) and includes the site visit sign-in sheet. The amendment references attached documents, including the RFI responses, the pre-bid sign-in sheet for the chiller replacement project, and "Exhibit A - Experience." This document ensures all potential offerors are aware of the revised deadline and have access to critical information and documentation necessary for their proposals.
    This document is Amendment 0002 to Solicitation 36C24426R0020, issued by the Department of Veterans Affairs, Network Contracting Office 4. The amendment pertains to project 595-26-204, which involves replacing chillers in Buildings 1, 2, and 104. The purpose of this amendment is to update the scope of work to include eight isolation switchover valves and chilled water system controls, as well as to provide an additional piping schematic. The proposal due date for the solicitation remains January 5, 2025, at 4:00 PM ET. The amendment includes attached documents detailing the revised scope of work and piping schematics.
    The Department of Veterans Affairs (VA) is soliciting proposals for a design-build project to replace chillers in Buildings 1, 2, and 104 at the Lebanon VAMC. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract requires a magnitude of construction between $1,000,000 and $5,000,000. The Period of Performance is 270 calendar days, with 90 days for design and 180 for construction. Proposals for Phase 1 are due by December 17, 2025, at 4:00 PM EST, with a site visit scheduled for December 4, 2025. Bid, payment, and performance bonds are mandatory. Offerors must also comply with wage determination PA20240093, Service Contract 2015-4231, and VAAR Clause 852.219-75. The solicitation outlines various FAR and VAAR clauses, including those related to Buy American requirements, individual surety, protest procedures, and security prohibitions.
    The Lebanon VA Medical Center is seeking Design/Build (DB) services to replace end-of-life chillers in Buildings 1, 2, and 104, under Project No. 595-26-204. The project requires a DB Team to provide comprehensive design and construction services, including site investigations, structural analysis, and adherence to VA criteria, NFPA, and EPA requirements. Key tasks involve replacing chillers and associated components, modifying piping, upgrading control systems, and relocating a chiller to the roof of Building 104. The project emphasizes phased construction to maintain hospital operations, with a 90-day period for construction documents and a 280-day construction completion timeline after the Notice to Proceed. Submissions are required at 35%, 100% Design Development, and Construction Document stages, with detailed requirements for each. The DB A/E is also responsible for asbestos surveys and providing construction period services.
    The Lebanon VA Medical Center seeks design-build services to replace chillers in Buildings 1, 2, and 104 (Project No. 595-26-204). The project involves replacing Building 2 chillers, modifying piping for campus chilled water backup, removing chiller 3, replacing Building 1's standby chiller, and relocating Building 104's operating room backup chiller to the roof. The scope also includes replacing Building 2's Delta Controls building automation system with Distech Controls, integrating it into the campus Tridium Niagara system, and upgrading associated HVAC components. Structural analysis, electrical wiring replacement, and compliance with VA, NFPA, EPA, and OSHA standards are required. The contractor must provide all labor, materials, and design services, completing construction within 280 days of the Notice to Proceed. Phased construction will ensure continuous operations, with a 90-day deadline for construction documents.
    The document is a sign-in sheet from a pre-proposal meeting and walk-thru for Project Number 595-26-204, titled "Replace Chillers Bldgs. 1, 2, 104." The meeting took place on December 4, 2025, at 9:00 a.m. The sheet lists 13 attendees, including their names, organizations, titles, and phone numbers. The organizations represented include Up Const, Halff, Highicc, Serviam, Super High CC, RIS, AEONRG, RLS Construction, Venergy Group, IBARIl, Prestigter Heim, PA Heim, and District Vels. This indicates a gathering of various contractors and construction-related companies interested in bidding on or learning more about the chiller replacement project within government facilities.
    The document outlines the mechanical systems and piping infrastructure within a facility, detailing various water and steam supply/return lines, including Hot Water Supply/Return (HWS/HWR), Cold Water Supply/Return (CWS/CWR), Low Pressure Steam Supply/Return (LPS/LPR), and Pumped Condensate (PC). It specifies pipe sizes, flow directions, and the routing of these systems to different floors and units such as Unit Heaters (UH) and Chiller Units (CH). Key components like pumps (P), expansion tanks (ET), heat exchangers (HX), air separators (AS), condensate receivers (CR), and pressure reducing valves (PRV) are indicated. The document also includes a legend for symbols and abbreviations, providing a comprehensive overview of the facility's complex hydronic and steam distribution network, likely for an RFP related to infrastructure upgrades or new construction.
    This government file details the mechanical, plumbing, and fire safety specifications for a building, likely part of an RFP for infrastructure upgrades or new construction. It outlines the dimensions and locations of various ducts, plenums, and piping systems, including cold water supply (CWS), cold water return (CWR), hot water supply (HWS), hot water return (HWR), low-pressure steam supply (LPS), and low-pressure steam return (LPR). A key focus is on fire and smoke dampers at floor penetrations, with specific sizes and locations noted for compliance and safety. The document also lists different types of air handling units (AHUs), unit heaters (UHs), exhaust fans (EFs), and associated components like motorized dampers, smoke detectors, and butterfly valves. The legend provides a comprehensive list of symbols and their descriptions, emphasizing the importance of detailed mechanical and safety system planning in the project.
    The document outlines the "NEW WORK PLAN - CRAWL SPACE - MECHANICAL" for the STANDBY CHILLER project at the VA Medical Center in Lebanon, Pennsylvania. This plan details the installation and balancing of a new air-cooled chilled water system and its integration with the central plant chilled water system. Key tasks include installing change-over motor-actuated full-port ball valves, each with its own actuator and end switches, to manage the flow between the new and existing systems. The plan also specifies balancing chilled water flow to AC-1 (64.6 GPM) and AC-2 (39.6 GPM), as well as RTU-1 (45 GPM) and RTU-2 (96.7 GPM) under both normal and standby operations. Additionally, it details the approximate locations for an air separator, expansion tank, makeup water system, chemical shot feeder in the crawl space, and a controls system CH/CHR differential pressure transmitter in the AC-1 piping. The project, dated September 11, 2012, emphasizes minimizing service interruption during chilled water shutdown and is managed by Applied Engineering Solutions.
    The document provides detailed mechanical schematics and specifications for chilled water piping, pipe hangers, and pump installations for a standby chiller system at the VA Medical Center in Lebanon, Pennsylvania. It outlines various pipe support types, insulation requirements (including cellular glass insulation for pipe sizes 3 inches and larger), and specific components such as adjustable clevis hangers, roller hangers, and trapeze hangers. The document also details exterior pipe supports, wall pipe support specifics, and comprehensive end suction pump installation diagrams, including drip pans, isolation valves, check valves, and strainers. Furthermore, it presents a chilled water schematic for HVAC, showing connections to air-cooled chillers, existing building systems, and a new chiller, along with essential components like air separators, expansion tanks, and flow meters. The project, identified as "STANDBY CHILLER FOR OR/ICU/ED," aims to integrate a new chiller with existing systems, ensuring system balancing and compliance with safety and operational standards for the medical center.
    This document, General Decision Number: PA20250093, outlines prevailing wage rates and fringe benefits for building construction projects in Lebanon County, Pennsylvania. It is subject to the Davis-Bacon Act and related acts, with specific minimum wage requirements based on Executive Orders 14026 ($17.75/hour for contracts entered into or extended on/after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, not extended). The document provides detailed wage rates and fringes for various crafts, including Asbestos Workers, Boilermakers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Plumbers, Pipefitters, Sprinkler Fitters, Sheet Metal Workers, and others. It also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. The document explains how to interpret rate identifiers (Union Rate, Union Average Rate, Survey Rate, State Adopted Rate) and outlines the wage determination appeals process through the WHD Branch of Wage Surveys, Branch of Construction Wage Determinations, Wage and Hour Administrator, and Administrative Review Board.
    This document, Exhibit A, is a form for firms to provide detailed information on up to five past or current projects similar in size and scope to a government requirement. It is designed to capture a firm's experience, performance, and capabilities, likely for a federal or state/local RFP or grant application. The form requests company name, role (prime, subcontractor, other), project title, location, number, detailed description, original and final contract values and completion dates, and names of project managers and superintendents. It also requires contact information for the owner/government agency contracting officer. A crucial section asks firms to detail which elements of work (e.g., casework, concrete, electrical, plumbing) were performed in-house or by a subcontractor, including subcontractor names. Finally, it prompts for technical areas uniquely relevant to the solicitation, enabling firms to highlight specific expertise. This exhibit serves as a critical component for evaluating a contractor's qualifications and relevant experience for government projects.
    This document outlines a two-phase design-build procurement process for replacing chillers in Buildings 1, 2, and 104, using a “Best Value” tradeoff approach. Phase I, open to all SDVOSB offerors, requires electronic submission of proposals by December 17, 2025, addressing Technical Approach, Technical Qualifications (Specialized Experience and Capability to Perform), and Past Performance. A maximum of three offerors will proceed to Phase II, which focuses on Design Concepts, Management Approach, Schedule, and Price, with non-priced factors being more important than price. Proposals for both phases must be submitted to specific VA email addresses. The government reserves the right to make awards without discussions and to reject any or all proposals.
    This government file, Wage Determination No. 2015-4231, outlines wage rates and benefits for service contracts in Lebanon County, Pennsylvania, under the Service Contract Act. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded before or after January 30, 2022. The document specifies hourly rates for numerous occupations across various sectors, including administrative, automotive, healthcare, and technical roles. It also covers fringe benefits such as health and welfare, paid vacation, and eleven paid holidays annually. Special provisions include paid sick leave under EO 13706, hazardous pay differentials, uniform allowances, and procedures for conforming unlisted job classifications.
    The Department of Veterans Affairs, VISN 4, Lebanon VAMC, Facilities Service is seeking a Justification and Approval (J&A) for a sole source acquisition of Distech Controls HVAC Controls. This request is for a brand-name-only procurement to directly replace the current Building Automation System (BAS), which is no longer compatible with the VA network. The new system will include HVAC controls, sensors, installation, programming, commissioning, start-up, and training, and must seamlessly integrate with the existing Distech Controls Tridium-Niagara facility-wide HVAC control system. The justification for other than full and open competition is based on the rationale that Distech Controls is the only manufacturer capable of providing compatible equipment without substantial duplication of costs, additional inventory, service contracts, and training. Market research involved posting a Notice of Intent to Sole Source on SAM.GOV, allowing offerors to source components from various vendors. The contract will be a firm fixed-price agreement, with bid prices compared against an independent government cost estimate to ensure fairness and reasonableness. Future acquisitions for facility-wide HVAC control replacement will consider all manufacturers meeting performance specifications.
    This memo outlines the formulation of liquidated damages for Solicitation Number 36C244260020, "Replace Chillers Buildings 1, 2 and 104 DB," in accordance with Federal Acquisition Regulation 36.206. The daily liquidated damages are calculated at $609.33, covering inexcusable delays in contract administration and facility engineering reviews. This total includes $340.03 for VISN 4 Contracting, Engineering, and Legal reviews, and $269.30 for Facility Engineering (COR/COTR) per day. These rates are based on civilian wage rates effective January 1, 2025. The contractor will be assessed $609.33 for each calendar day of delay until work completion or acceptance. The purpose of these damages is compensatory, derived from historical data on additional contract administration time, while the government retains the right to seek actual damages distinct from the specified delay.
    The document addresses inquiries regarding a government Request for Proposal (RFP) focused on replacing chillers in Buildings 1, 2, and 104. A key clarification was made regarding a typo in evaluation factors section 2.6.3.1, where
    This document outlines essential records management language for federal contracts, ensuring contractors comply with federal requirements when handling government records. It defines "Federal record" and details obligations for contractors, including adherence to NARA policies, federal laws like the Federal Records Act and Privacy Act, and proper management of electronic records and metadata. Key requirements prohibit unauthorized destruction or removal of records, mandate reporting of disclosures, and limit the use and retention of government information. Contractors must secure approval for sub-contractual relationships involving government data, use IT equipment solely for contract purposes, and complete agency-provided records management training. The government retains unlimited rights to all data and deliverables produced under the contract.
    Lifecycle
    Similar Opportunities
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Correct FCA Deficiencies Chiller Plant" project at the Coatesville VA Medical Center, specifically aimed at addressing deficiencies in the chiller plant. The project requires contractors to provide all necessary labor, materials, and equipment to install a water softening system, rooftop exhaust fans, motorized dampers, and other essential components, with a performance period of 120 calendar days from the notice to proceed. This construction effort is critical for maintaining efficient cooling operations within the facility, ensuring compliance with various safety and building codes. Interested bidders, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their offers by January 16, 2026, at 10:00 AM EST, and can contact Contract Specialist Kevin A Rodgers at kevin.rodgers2@va.gov for further information.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Y1DZ--NRM - CONSTR PROJ - 630-26-102 Design Build HVAC Bldgs. 4 and 5
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the "Design Build HVAC Bldgs. 4 and 5" project at the Manhattan Campus VA Medical Center in New York. This project aims to upgrade the air conditioning plants by installing three new chillers and associated cooling towers, addressing current ventilation insufficiencies and heat generated by new equipment. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 236220 and a small business standard of $45 million; the estimated construction magnitude is between $2,000,000 and $5,000,000, requiring a 20% Bid Bond. The solicitation is expected to be posted around January 5, 2026, and interested parties can contact Kim Gomez at kimberly.gomez@va.gov for further inquiries.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.