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 seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. The project requires the contractor to provide all necessary labor, materials, and design services to ensure compliance with VA guidelines and applicable codes, including the installation of a new Building Automation System and upgrades to HVAC components. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to have a contract value between $1 million and $5 million, with a performance period of 270 calendar days from the Notice to Proceed. Interested parties must submit their proposals for Phase I by December 17, 2025, and direct any inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov.

    Point(s) of Contact
    Kaitlyn SzlachtaContract Specialist
    (916) 980-6679
    kaitlyn.szlachta@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.
    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 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.
    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 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.
    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
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to correct deficiencies in the chiller plant at the Coatesville VAMC in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to address the deficiencies as outlined in the scope of work, drawings, and specifications. This project is crucial for maintaining the operational efficiency of the facility's heating and cooling systems, with a contract value estimated between $250,000 and $500,000. Interested bidders must ensure they are registered in the System for Award Management (SAM) and comply with all relevant certification and regulatory requirements. The solicitation documents will be available for download on SAM.GOV around December 12, 2025, and inquiries should be directed to Contract Specialist Kevin Rodgers at kevin.rodgers2@va.gov or by phone at 215-823-5800.
    C1DA--Lebanon VAMC Master Plan FY26 (VA-26-00019056)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking proposals from qualified architect-engineering firms for the Lebanon VA Medical Center Master Plan FY26 project. The objective is to develop a comprehensive master plan that includes architectural and engineering design services to enhance healthcare delivery in the Lebanon, PA area, focusing on a 10-year strategic assessment and space planning for the facility. This project is particularly significant as it aims to improve the infrastructure and service delivery for veterans, ensuring compliance with VA standards while maintaining operational continuity during construction. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their SF330 forms by December 17, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or by phone at 916-980-6679.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Buyer not available
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    Y1DA--561A4-26-503 Replacement Coils for Buildings 4,53,54,57,135,143
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of chilled water and steam coils in various buildings at the VA New Jersey Healthcare Systems Lyons Campus. This project, identified as Solicitation Number 36C24226B0022, involves the furnishing and installation of Original Equipment Manufacturer (OEM) coils, along with the installation of VA-provided coils, across buildings 4, 52, 54, 57, 135, and 143. The work is critical for maintaining the HVAC systems within these facilities, ensuring optimal performance and compliance with health standards. The estimated cost for this project ranges from $250,000 to $500,000, with a performance period of 90 calendar days following the Notice to Proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in SAM.gov and veterans.certify.sba.gov, with the official solicitation expected to be released around December 12, 2025. For further inquiries, contact Contract Officer Lateisha Robinson at Lateisha.Robinson@va.gov or (718) 584-9000 ext 4334.
    C1AZ--NRM_CONST_526-27-101 Replace Chiller #4
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms for the "NRMCONST526-27-101 Replace Chiller 4" project at the James J. Peters VA Medical Center in Bronx, NY. The project involves comprehensive design and construction services to replace Chiller 4, address deficiencies in the chiller plant, and perform various upgrades to the facility, with an estimated construction cost exceeding $10 million. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires firms to be registered in SAM and listed in the VIP. Interested parties must submit their SF330 packages electronically to Patricia Cordero at Patricia.Cordero@va.gov by December 9, 2025, at 2 PM EST, including specific documentation such as valid state registrations and SDVOSB certifications.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z2DA--Replace Auxiliary Chiller
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for Project 565-24-113, which involves the replacement of an auxiliary chiller at the Fayetteville VA Medical Center in North Carolina. The project requires the removal and replacement of a 120-ton auxiliary chiller, along with the installation of necessary piping, valves, and controls, ensuring integration with the existing Building Automation System (BAS). This procurement is crucial for maintaining chilled water redundancy for Building 3, with an estimated construction magnitude between $250,000 and $500,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered and certified in the SBA Certification database to be eligible for the contract, with solicitation materials expected to be available around December 9, 2025. For further inquiries, contact Contract Specialist Michael Proctor at michael.proctor2@va.gov.