Chemical Water Treatment for Boilers and Chillers
ID: 36C24425Q0301Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (23822)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CHEMICALS AND CHEMICAL PRODUCTS (J068)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide Chemical Water Treatment Services for Boilers and Chillers across three VA Medical Centers located in Pennsylvania, specifically Coatesville, Lebanon, and Wilkes-Barre. The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at ensuring optimal performance through preventative maintenance and chemical treatment, with a performance period estimated from April 15, 2025, to April 14, 2030. This service is critical for maintaining the operational efficiency and safety of the facilities' heating and cooling systems. Interested vendors must submit their proposals, which should include technical and pricing sections, and demonstrate past performance in similar projects, while ensuring compliance with the Service Contract Act. For further inquiries, potential bidders can contact Jennifer Beiswenger at Jennifer.Beisweger@va.gov or by phone at 814-932-6914.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Request for Quote (RFQ) for a Boiler and Chiller Chemical Water Treatment Service Contract across three VA Medical Centers: Coatesville, Lebanon, and Wilkes-Barre in Pennsylvania. This IDIQ (Indefinite Delivery/Indefinite Quantity) contract aims to ensure optimal performance through preventative maintenance and chemical treatment for boilers and chillers. The proposal includes specific instructions for submission, including technical and price sections, past performance evaluations, and compliance with the Service Contract Act. The contractor will provide all necessary labor, materials, and chemicals while adhering to FDA and environmental regulations. The performance period is estimated from April 15, 2025, to April 14, 2030. The fees for services will be fixed per task order, and the document outlines detailed service requirements, including emergency response times and maintenance procedures. Vendor qualifications focus on past performance in similar projects and the necessity of a water treatment specialist. The proposal encourages participation from small businesses and mandates that all prospective contractors maintain current registration in the System for Award Management (SAM). The evaluation will compare technical capabilities, past performances, and pricing to ensure the best value for the government.
    The document is a compilation of information relevant to federal and state Requests for Proposals (RFPs) and grants. It contains various data points, program descriptions, and funding opportunities aimed at government entities and potential contractors. The primary focus is on facilitating partnerships to achieve specific objectives such as environmental health, infrastructure improvement, and community development. The summary outlines critical categories like eligible recipients, application requirements, and detailed project proposals. Supporting details emphasize compliance with regulations, deadlines for submissions, and necessary documentation for funding requests. This document serves as a guide for stakeholders seeking financial support through competitive procedures to enhance government programs and services, thus illustrating the government's commitment to transparency and community engagement in the grant process.
    The document appears to be an extensive data set related to federal government Requests for Proposals (RFPs) and grants, likely containing coding or metadata rather than coherent text. The primary focus seems to involve financial allocations and project descriptions for state and local agencies. Amid the garbled information, certain patterns suggest that it may relate to governmental funding applications, project tracking, or compliance with regulation standards. Key components likely include project objectives, funding amounts, eligibility criteria, timelines, and performance metrics, which are vital for the grant or RFP review process. This context implies an emphasis on transparency in the government's financial engagements, demonstrating a structured process for resource allocation and accountability in public sector projects. Overall, the document reflects a complex interaction between different levels of government funding that is critical for operational planning in public service initiatives.
    The provided document consists of a series of fragmented and potentially corrupted data sections, likely representing various government-related procurement or grant documents. The main purpose of such files is typically to outline Requests for Proposals (RFPs) or federal grants aimed at soliciting professional services, project proposals, or funding applications from contractors or organizations. The document appears disjointed, highlighting incomplete statements or segments that reference funding, systematic evaluations, and project management principles that would support governmental initiatives. Key topics may include compliance with specific regulations, responsible handling of governmental funds, and frameworks for project execution, but due to the file's condition, many details are inaccessible or lost. The structure suggests themes addressing bidding processes, project scopes, timelines, and prerequisites for participation in federal or state-funded programs; however, clarity is significantly compromised. Without complete data, deriving actionable insights or decisions from the presented materials is challenging, pointing to the importance of maintaining integrity in governmental documentation practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Heating and Cooling | Boilers | Boiler Preventative Maintenance and Inspection Services | Pittsburgh VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventative maintenance and inspection services for boiler systems at the Pittsburgh VA Healthcare System. The procurement aims to ensure the safe and efficient operation of boiler systems, which are critical for delivering steam, heating, and hot water services essential for healthcare operations. Interested vendors must demonstrate their capabilities, provide relevant business information, and comply with safety regulations, including health directives for personnel working with the VA. Responses to this Sources Sought Notice are due by March 21, 2025, at 3:00 PM Eastern Time, and should be submitted via email to Eric Christy at Eric.Christy@va.gov.
    J046--Water Treatment Services Carl Vinson VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for water treatment services at the Carl Vinson VA Medical Center in Dublin, Georgia. The contractor will be responsible for providing all necessary resources, including labor, materials, and equipment for water treatment chemicals, system monitoring, and testing, particularly related to Legionella and heterotrophic plate counts. This contract is crucial for maintaining the operational integrity of the medical facility, with a total award amount of $41 million and a base year running from March 21, 2025, to March 20, 2026, along with four optional extension years. Interested vendors must submit their quotes to Contract Specialist Michael Barton via email by 11:00 AM EST on March 17, 2025, and are encouraged to clarify any questions by March 10, 2025.
    W041--Heating and Cooling | Chillers | Air Cooled Chiller Rental | 693
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the rental of air-cooled chillers and a generator to enhance cooling capabilities at the Wilkes-Barre VA Medical Center during the upcoming cooling season. The procurement requires the provision of two 500-ton chillers, one 250-ton chiller, and a generator, with a performance period from April 1, 2024, to October 31, 2024. This initiative is crucial for maintaining operational efficiency at the medical center, particularly during peak cooling demands. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by March 21, 2025, and are required to register in the System for Award Management (SAM) and the Veteran Small Business Certification database to qualify for the award. For further inquiries, contact Contract Specialist Jennifer Beiswenger at jennifer.beiswenger@va.gov or by phone at 814-943-8164 x4323.
    Heating and Cooling | Chillers | Air Cooled Chiller Rental | 693
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide rental chillers, specifically two 500-ton air-cooled chillers, for a project managed by the Network Contracting Office 4 in Wilkes Barre, Pennsylvania. The procurement requires that the chillers be operational upon delivery by April 1, 2025, and includes the contractor's responsibility for the supply and installation of necessary piping, electrical wiring, and insulation. This opportunity is particularly significant as it supports the VA's operational needs for climate control equipment, ensuring a comfortable environment for veterans and staff. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit a signed copy of the amendment along with their quotes, and can direct inquiries to Jennifer Beiswenger at Jennifer.Beisweger@va.gov or by phone at 814-932-6914.
    Canandaigua VAMC Request for Boiler Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for boiler maintenance services at the Canandaigua VA Medical Center in New York. This firm-fixed price contract includes one base year and four option years, focusing on ensuring the safety and functionality of the facility's boiler systems, which are critical for maintaining operational efficiency. The contract, valued at approximately $12.5 million, requires contractors to provide management, labor, and materials, with all technicians possessing over five years of relevant experience and current certifications. Interested parties must submit their quotes via email by the due date of March 21, 2025, and can direct inquiries to Cara Grittner at cara.grittner@va.gov.
    J046--Combined Synopsis - VA Loma Linda Healthcare System - Deionized Water and Reverse Osmosis Systems - 5 Year Contract Opportunity
    Buyer not available
    The Department of Veterans Affairs is seeking competitive quotes for a five-year contract to install and maintain critical water treatment systems at the VA Loma Linda Healthcare System in California. The procurement aims to identify qualified contractors to provide labor and materials for the installation, preventative maintenance, and emergency repair of reverse osmosis, deionized water, and water softener systems, with specific requirements for inspections, service logs, and water quality tests. This contract is vital for ensuring reliable water treatment processes essential for healthcare operations at the facility, with the contract period set to begin on April 1, 2025, and run through March 31, 2030, including options for two yearly extensions. Interested contractors should contact Koby Thiel at koby.thiel@va.gov or (520)-792-1450 Ext 1-6273 for further details and to submit their proposals, which will be evaluated based on price and past performance.
    J046--Laboratory, Water Purification System PM Service
    Buyer not available
    The Department of Veterans Affairs is seeking vendors capable of providing preventive maintenance services for a Laboratory Water Purification System located at the North Battlefield VA Outpatient Clinic in Chesapeake, Virginia. The procurement aims to ensure that all necessary labor, tools, equipment, and expertise are available to maintain the system effectively, with a contract period starting from April 1, 2025, and extending through four optional one-year renewals until February 2030. This opportunity is particularly significant as it prioritizes responses from verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), in compliance with federal regulations. Interested parties must submit their responses by March 17, 2025, at 9:00 AM EST, and can contact Contracting Officer James Risbon at james.risbon@va.gov or by phone at 757-728-7128 for further information.
    Z1NE--Hudson Valley Healthcare System (HVHCS) Water Plant & Wastewater Treatment Plant Operation, Testing, Maintenance & Repair Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a firm-fixed-price contract to provide operation, maintenance, testing, and repair services for the Water and Wastewater Treatment Plants at the Hudson Valley Healthcare System's Castle Point and Montrose campuses. The contractor will be responsible for ensuring compliance with health and environmental regulations, conducting regular water quality monitoring, and managing necessary upgrades to the facilities, which are crucial for the medical center's operations. This contract is vital for maintaining public health standards and operational efficiency, with proposals due by March 21, 2025, at 10 AM Eastern Time. Interested vendors should contact Contract Specialist Tracy M. Vega at Tracy.Vega@va.gov or by phone at 716-862-7461 for further details.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The project, identified as 556-23-104, requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This installation is crucial for maintaining efficient cooling systems within the healthcare facility, ensuring operational integrity during construction while adhering to stringent safety and health standards. Interested contractors must submit their bids by March 19, 2025, at 10:00 AM CDT, and can direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    J041--FY25 SERVICE - BUF CHILLER MAINTENANCE (BASE + 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole source contract for the maintenance and service of three York chillers at the Buffalo VA Medical Center, covering a base year plus four additional option years. The procurement is aimed at ensuring the reliable operation of critical refrigeration and air conditioning systems, which are essential for maintaining a comfortable and safe environment for patients and staff. Interested firms that believe they can meet the requirements are invited to submit written notifications with supporting evidence by March 17, 2025, to the designated contract specialist, Taylor Richter, at Taylor.Richter@va.gov. If no qualifying responses are received, the VA intends to proceed with the contract award to Johnson Controls Fire Protection LP, with the relevant NAICS code being 238220 and the PSC code J041.