Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
ID: 36C25225B0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 3:00 PM UTC
Description

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, Illinois. This project, identified as number 556-23-104, requires contractors to provide all necessary labor, materials, and equipment, with a focus on adhering to safety and operational standards within a healthcare environment. The estimated contract value ranges from $1,000,000 to $2,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested bidders must submit their proposals via email by 10:00 AM local time on April 15, 2025, with a virtual bid opening scheduled for the same day at 11:00 AM. For further inquiries, potential bidders can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.

Point(s) of Contact
Stacy G HooverContracting Officer
Stacy.Hoover2@va.gov
Files
Title
Posted
Apr 4, 2025, 7:08 PM UTC
Apr 4, 2025, 7:08 PM UTC
The document is a federal solicitation for construction services related to the expansion of a chilled water line at the Captain James A. Lovell Federal Health Care Center, identified as Project Number 556-23-104. The project requires the contractor to furnish all labor, materials, and equipment for the task and is expected to be completed within 330 calendar days after issuance of the Notice to Proceed. The estimated contract value ranges from $1,000,000 to $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. Interested contractors must submit their offers, complete requisite certifications, and adhere to strict safety, quality, and site requirements, including maintaining cooperation with ongoing hospital operations. Pre-award evaluations will consider contractors’ safety records, experience modification rates, and compliance with various regulations. The contractor must also prepare and submit various project controls, including a detailed Critical Path Method (CPM) schedule and periodic safety documentation. The submission deadline for offers is February 19, 2025, with a mandatory bid opening. The solicitation underscores the government's commitment to engaging veteran-owned businesses while ensuring thorough adherence to construction safety and environmental standards throughout the project.
Oct 9, 2024, 5:48 PM UTC
The Department of Veterans Affairs has issued a presolicitation notice for construction services related to the expansion of chilled water piping at the Captain James A. Lovell FHCC in North Chicago, IL. This project, identified as 556-23-104, involves extending chilled water supply lines from Building 188 to multiple other buildings and will follow specified designs and regulatory guidelines. The project budget is estimated between $1,000,000 and $2,000,000, with a completion timeframe of 330 days post-contract award. It is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be verified SDVOSB firms and to meet specific small business criteria under the applicable NAICS code, 238220. The formal solicitation is expected to be available around October 25, 2024, with a bid opening slated for November 26, 2024. A pre-bid conference will also be conducted to facilitate bidder inquiries. This notice serves as a transparent announcement of forthcoming procurement opportunities aligned with government contracting practices for veterans' affairs.
Apr 4, 2025, 7:08 PM UTC
The document outlines Amendment 0001 for Project Number 556-23-104 concerning the chilled water installation from Building B188 to B3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The amendment specifies a second organized site visit scheduled for February 4, 2025, at 10:00 AM CT, with participants meeting at B3 Room 115. Additionally, the deadline for submitting Requests for Information (RFIs) has been extended from January 31, 2025, to February 10, 2025, by 3:00 PM CT. The amendment also includes a sign-in sheet from a previous site visit held on January 21, 2025. This document is significant within the context of federal Request for Proposals (RFPs), as it provides vital updates ensuring all bidders are informed of changes that could affect their proposals and participation in the bidding process.
Apr 4, 2025, 7:08 PM UTC
This document is an amendment to a Request for Proposal (RFP) concerning a project for the installation of chilled water systems at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The primary purpose of Amendment 0002 is to extend the bid opening date from February 19, 2025, to March 5, 2025, at 10:00 a.m. CST. Additionally, this amendment includes the publication of a sign-in sheet from the second site visit held on February 4, 2025. The contract is administered by the Department of Veterans Affairs through their Great Lakes Acquisition Center. Key information regarding the amendment is formally communicated to all offerors and bidders, ensuring proper acknowledgment and compliance with updated procedures related to the submission of bids. This document reflects standard practices in government contracting to maintain transparency and organization during procurement processes.
Apr 4, 2025, 7:08 PM UTC
This document represents Amendment 0003 to solicitation number 36C25225B0002 regarding Project 556-23-104, which involves the installation of chilled water systems from Building B188 to Building B3 at Captain James A. Lovell Federal Health Care Center. The amendment primarily addresses an error in the project description displayed on SAM.GOV, which misidentified the project. It instructs bidders to ignore the incorrect display and reassures them that all other published documents are accurate. Furthermore, the amendment extends the deadline for bids from March 5, 2025, at 10:00 AM to March 12, 2025, at 11:00 AM CDT. This extension aims to ensure that all interested parties have adequate time to prepare their offers in light of the corrected information. The document is issued by the Department of Veterans Affairs and is intended for potential bidders participating in this federal contracting opportunity. Overall, this amendment illustrates the government’s effort to maintain transparency and clarity in the procurement process.
Apr 4, 2025, 7:08 PM UTC
The document outlines an amendment to the solicitation 36C25225B0002 related to the Chilled Water Piping project at Captain James A. Lovell FHCC in North Chicago, IL. Key updates include the extension of the bid submission deadline to March 19, 2025, at 10:00 AM CDT and a shift from an in-person bid opening to a virtual format scheduled for the same date at 11:00 AM CDT. Contractors are required to submit bids via email and are encouraged to send their proposals early to avoid any potential transmission issues. The amendment also adds Stacy Hoover as the point of contact for requests for information (RFI). Other content remains unchanged, and responses to inquiries made by bidders are forthcoming. This amendment serves to facilitate the bidding process and ensure compliance with federal solicitation regulations while adapting to contemporary submission methods amid public health considerations.
Apr 4, 2025, 7:08 PM UTC
The document is an amendment to solicitation 36C25225B0002 issued by the Department of Veterans Affairs for a project regarding chilled water piping installation between buildings at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The bid opening date has been extended from March 19, 2025, to March 25, 2025, conducted virtually to ensure public access. Key updates include guidelines for bid submissions via email, clarification of project specifications, and responses to bidder inquiries covering topics like excavation requirements, contractor responsibilities, and safety protocols. Notably, the amendment emphasizes the necessity for compliance with VA specifications while correcting previous misinterpretations regarding deduct alternates and submission requirements. This document serves to provide essential clarifications, thus supporting bidders in preparing accurate proposals while ensuring the project adheres to regulatory compliance and the VA's operational standards.
Apr 4, 2025, 7:08 PM UTC
The document is an amendment to a solicitation for a construction project at the Captain James A. Lovell FHCC in North Chicago, IL (Project #556-23-104). Issued by the Department of Veterans Affairs, it primarily updates the bid opening date from March 25, 2025, to April 7, 2025, and specifies that bids must be submitted electronically. Details for the virtual bid opening, including access information and submission guidelines, are provided, emphasizing the requirement for a bid bond and the importance of timely submission to prevent rejection. The amendment reiterates that contractors must comply with specific regulations, including submitting a signed VA notice concerning limitations on subcontracting. Additionally, it mentions an ongoing revision related to the certification of vendors in the Small Business Administration (SBA) database, highlighting a shift to a new, updated certification system. Overall, this amendment aims to clarify submission protocols and ensure compliance with federal contracting requirements, reflecting the government's effort to streamline the bidding process while accommodating modern operating conditions.
Apr 4, 2025, 7:08 PM UTC
The document is an amendment to a solicitation for a construction project involving chilled water piping at Captain James A. Lovell FHCC in North Chicago, Illinois, conducted by the Department of Veterans Affairs. The key change is an extension of the bid opening date from April 7, 2025, to April 15, 2025, and provides instructions for virtual bid submission via Microsoft Teams. The document outlines modifications in the project specifications, including the replacement of pre-insulated piping with field-insulated piping due to safety concerns related to fire codes. It also specifies the responsibilities regarding electrical conduit routing and clarifies the acknowledgment process for contractors regarding amendments. Additional instructions emphasize the requirement for bids to include specific certifications and forms, including the VA Notice of Limitations on Subcontracting. This amendment underscores the VA's commitment to ensuring compliance with safety standards and effective bidding processes while adapting to contingencies that arise from contractor inquiries.
The document is an addendum to a federal contract RFP that outlines critical revisions to specification texts for a construction project managed by the VA. Key changes include the removal of specific paragraphs related to deduct alternates, construction security requirements, and document control, as well as the clarification of roles in construction oversight, explicitly stating that the responsibility lies with the contractor's licensed professional civil engineer rather than the COR. The document emphasizes the importance of maintaining utility services and the necessity of coordinating planned interruptions with the VA. It also revises the timeline for contractor submissions to align with the document's calendar day measures. Notably, it rectifies specifications concerning concrete quality, testing laboratory services, and the handling of contaminated soils. The addendum provides clear instructions for the execution of a firm fixed price design-bid-build contract, asserting that cost reconciliation tracking for material quantities is not required. These adjustments aim to ensure clarity, enhance compliance with health and safety standards, and facilitate better communication between the contractors and VA personnel during project execution.
Apr 4, 2025, 7:08 PM UTC
The document pertains to the construction project at the Captain James A. Lovell Federal Health Care Center, focusing on the installation of chilled water piping from Building 188 to Building 3. It includes 100% construction documents issued for the execution of the project under Contract No. 36C25219D0022 and Task Order No. 36C25223N0287, managed by Harrell Design Group, PC. Key components involve mechanical drawings detailing exterior piping, protective measures for existing infrastructure, and modifications to structural elements. The project emphasizes adherence to safety standards, such as maintaining existing door frames and conduits, and implementing necessary waterproofing. Notable aspects include digitized approvals from architects and engineers, demonstrating compliance with federal regulations and meticulous planning for the construction phase. The focus is on ensuring the updates meet the operational needs and safety protocols established by the U.S. Department of Veterans Affairs. Overall, the document reflects a comprehensive approach to modernizing health facilities while adhering to stringent government guidelines and maintaining operational integrity during construction activities.
Apr 4, 2025, 7:08 PM UTC
The government document outlines a framework for responding to Requests for Proposals (RFPs) and grants at federal, state, and local levels. It emphasizes the importance of structured responses that meet regulatory standards and funding criteria for various projects. Key elements include understanding the objectives of the RFP, detailing project plans that align with desired outcomes, and justifying budgetary requests with data-driven research. The document highlights the significance of compliance with governmental guidelines, including procurement processes, reporting requirements, and post-award management. It underscores the need for potential respondents to clearly articulate their capacity, experience, and the anticipated impact of their proposals within the context of public interest projects. This overview serves as a critical resource for entities interested in securing government funding, ensuring that responses to RFPs are strategically crafted to enhance competitiveness while adhering to legal and ethical standards.
Apr 4, 2025, 7:08 PM UTC
The Standard Specification for all projects at Lovell FHCC outlines comprehensive safety requirements for construction activities, emphasizing adherence to various national standards and regulations. It details the responsibilities of contractors and subcontractors regarding safety, health programs, and the preparation of Accident Prevention Plans (APPs) that must address specific project-related hazards. Key requirements include the appointment of safety personnel, conducting activity hazard analyses (AHAs), and the necessity for ongoing safety training and inspections. It mandates compliance with OSHA regulations and other federal and state laws, stressing the prevention of accidents and health risks, particularly in medical facilities. The document further highlights the importance of personal protective equipment (PPE), fire safety measures, dust control, infection prevention, and thorough inspections throughout the project’s duration. The specification serves to ensure that all construction work is conducted safely and effectively, mitigating risks to workers and facility occupants, and aligns with the VA's commitment to maintaining secure and compliant environments during construction operations.
Apr 4, 2025, 7:08 PM UTC
The document outlines the "Infection Control Requirements" for construction projects at the Lovell Federal Health Care Center (FHCC), as mandated by VHA Directive 7715. It emphasizes the need for strict infection control measures during interior and exterior construction to prevent airborne contaminants from impacting patient areas. Key components include dust control measures, classification of risks (Class I to IV), and specific operational protocols for each class to ensure safety. The requirements include the use of HEPA filtration, dust suppression techniques, and the establishment of controlled work environments with barriers to isolate construction areas. Furthermore, detailed procedures for cleanup post-construction and the handling of materials to mitigate dust and contamination risks are specified. Overall, this specification emphasizes the essential practices necessary to maintain a sterile environment in healthcare settings during renovation or construction activities, reflecting a commitment to health and safety standards in federal projects.
Apr 4, 2025, 7:08 PM UTC
The document outlines wage determinations applicable to heavy and highway construction projects in various counties of Illinois under the Davis-Bacon Act. It specifies minimum hourly wage rates for different classifications of workers, including carpenters, electricians, laborers, and truck drivers, aligned with Executive Orders 14026 and 13658. Contracts awarded on or after January 30, 2022, require wages starting at $17.20 per hour under EO 14026, while older contracts maintain a minimum of $12.90 under EO 13658. The document details classification groups, wage rates, and fringe benefits, highlighting the ongoing adjustments to compensation structures based on labor demands. This information is crucial for compliance with federal regulations and ensuring fair compensation for workers involved in government-funded construction projects. The file serves as a reference for contractors, helping them to meet labor standards and protect worker rights while engaging in state and federal construction initiatives.
Apr 4, 2025, 7:08 PM UTC
Amendment 0007 addresses revisions to the specifications and drawings for the chilled water project at the Captain James A. Lovell Federal Health Care Center. Issued in response to bidder inquiries, the amendment includes extensive updates to Section 23 07 11, which pertains to thermal insulation standards for piping systems. Key modifications add several ASTM standards for various insulation materials, replace specific phrases, and introduce detailed installation instructions for rigid cellular phenolic foam and flexible elastomeric cellular insulation. The drawing revisions clarify transition points for above- and below-grade piping, ensuring compliance with updated insulation techniques. Additionally, the amendment mandates the involvement of a manufacturer’s representative during installation for technical support and oversight. The final installation requires comprehensive hydrostatic testing of the chilled water piping system to confirm safety and integrity. These revisions are crucial for ensuring adherence to modern engineering standards and enhancing the project’s operational efficiency. This amendment reflects the federal government’s commitment to maintaining high standards in health care facility infrastructure projects.
Apr 4, 2025, 7:08 PM UTC
The document outlines the limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) under U.S. federal contracts, specifically as mandated by 38 U.S.C. 8127. It requires contractors to certify compliance that no more than 50% of the government's contract value for services, 85% for general construction, and 75% for special trade contracts can be subcontracted to firms not certified as SDVOSBs or VOSBs. Any subcontracting by certified firms also counts towards these limits. Contractors must furnish documentation to the VA to prove compliance and risk penalties for false certification or failure to comply. The certification form must be signed and included with bids for consideration. This policy aims to promote veteran-owned businesses and ensure that government contracts benefit these entities effectively.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z1DA--556-23-101: Renovate CLC Building 134-2C
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to renovate Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois, under Project Number 556-23-101. The renovation involves comprehensive construction work, including selective demolition, installation of new HVAC systems, and ensuring compliance with health and safety standards, with a total area of approximately 12,590 square feet. This project is crucial for enhancing healthcare infrastructure to support veterans, ensuring a safe and functional environment for patient care. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by April 11, 2025, at 10:00 AM CDT, and can direct inquiries to Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
Y1DZ--618-25-202, Replace Chiller #4
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of Chiller 4 at the Minneapolis VA Health Care System, specifically within Building 69. This project involves the removal of the existing chiller and installation of a new 1,100-ton centrifugal liquid chiller, along with necessary updates to associated equipment such as pumps and filters, all while ensuring compliance with environmental regulations and operational compatibility. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated project cost ranging from $1,000,000 to $2,000,000, and a performance period of 190 calendar days following the notice to proceed. Interested contractors must submit their proposals electronically by April 28, 2025, and can direct inquiries to Contract Specialist Trevor W Keyworth at Trevor.Keyworth@va.gov.
Z1DA--692-24-105 Replace B211A Chiller
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of the B211A Chiller at the Southern Oregon Rehabilitation Center. This construction project involves the removal of the existing chiller and installation of a new Dunham Bush ACDR55B model, with a contract value estimated between $500,000 and $1,000,000. The project is critical for maintaining efficient HVAC operations in a healthcare setting, ensuring minimal disruption to patient care services during the installation process. Interested contractors must submit their proposals by 12:00 PM PDT on May 2, 2025, following a site visit scheduled for April 8, 2025, and are encouraged to contact Contract Officer Helen Woods at Helen.Woods@va.gov for further inquiries.
Y1DA--CON NRM 653-25-101 Replace Bldg 65 Chillers
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of chillers in Building 65 at the Roseburg VA Medical Center. The project involves comprehensive renovations, including the replacement of three chillers, roof leak repairs, and upgrades to the chemical feed control system, all while adhering to strict safety and compliance regulations. This initiative is crucial for enhancing the facility's mechanical infrastructure and ensuring efficient cooling to meet healthcare standards for veterans. Proposals are due by April 30, 2025, with an estimated contract value between $2,000,000 and $5,000,000, and interested parties should contact Contract Specialist Toni J. Knight at Toni.Knight@va.gov for further details.
Z1DA--578-20-002 Renovations to Building 217 (CON) at Edward Hines Jr. VA Hospital, Hines, IL.
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 217 at the Edward Hines Jr. VA Hospital in Hines, Illinois, under solicitation number 36C25225B0014. The project aims to enhance the Community Living Center to improve the healing environment for patients, visitors, and staff, comprising 11 separate contract line item numbers (CLINs), with CLINs 1 and 2 designated as the base bid. This renovation is crucial for maintaining high standards of care and comfort within the facility. The estimated project cost ranges from $5 million to $10 million, with a performance period of 750 calendar days from the Notice to Proceed, expected approximately 14 days post-award. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must monitor SAM.gov for the solicitation release on April 28, 2025, and submit bids by June 10, 2025. For further inquiries, contact Contracting Officer Juan C. Gaytan at juan.gaytan@va.gov or 224-610-3644.
Z1DA--Project 667-25-185 CON Install VAV Boxes Surgery Storage
Buyer not available
The Department of Veterans Affairs is soliciting proposals for Project 667-25-185, which involves the installation of Variable Air Volume (VAV) boxes in the Surgery Storage area at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The project aims to enhance HVAC control to address temperature and humidity issues, ensuring a safe and functional environment for medical procedures. Eligible contractors must be certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be evaluated based on qualifications, past performance, and pricing, with a project value estimated between $50,000 and $100,000. Proposals are due by April 29, 2025, at 2:00 PM, and interested parties should contact Contracting Officer Beth A. Cook at Beth.Cook@va.gov or 228-354-7576 for further information.
Z1DA--578-25-003 Renovate Elevators B200 (Construction) at the Hines VA Hospital in Hines, IL
Buyer not available
The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the renovation of elevators in Building 200 at the Hines VA Hospital in Hines, Illinois, under Project 578-25-003. The project aims to modernize all eight elevators, including necessary lobby renovations, to ensure compliance with current codes and standards while minimizing disruption to hospital operations. This initiative is critical for enhancing the operational efficiency and safety of the facility, which serves as a primary healthcare provider for veterans. The estimated project cost is between $10 million and $20 million, with a completion timeline of 730 days from the Notice to Proceed. Interested contractors must be registered in the System for Award Management (SAM) and can contact Contracting Officer Kristi Kluck at Kristi.Kluck3@va.gov for further details. The full solicitation is expected to be available on SAM.gov around April 8, 2025.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
Z1DA--578-M25114 Building 12 Stairs Exterior Construction area for the exterior porch reconstruction
Buyer not available
The Department of Veterans Affairs is soliciting bids for the construction of exterior stairs at Building 12 of the Edward Hines Jr. VA Hospital in Hines, Illinois. The project involves repairing failing exterior stairs and concrete slabs, requiring the contractor to manage all labor, materials, and supervision to complete the work within 100 calendar days from the notice to proceed, with an anticipated construction duration of 50 days. This initiative underscores the government's commitment to maintaining safe facilities for veteran care, with a budget estimated between $100,000 and $250,000, and is exclusively set aside for verified Service-Disabled Veteran-Owned Small Business firms. Interested contractors must submit their proposals, including a signed Standard Form 1442 and detailed cost breakdowns, by April 17, 2025, with all inquiries directed to Contract Specialist Andrew Humulock at andrew.humulock@va.gov.
Z2NE--Project 512A5-25-002 Replace Boiler Plant Water Main Perry Point VAMC, MD
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for the replacement of the water main servicing the Boiler Plant and Chiller Plant at the Perry Point VA Medical Center in Maryland. This project requires a construction contractor to manage all aspects of the job, including labor, materials, and the legal disposal of waste, while also capping and abandoning the existing water main. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction cost ranging from $250,000 to $500,000. Interested contractors must be registered and certified with the SBA and SAM, and a site visit is highly recommended, scheduled approximately ten days after the solicitation is posted on or around April 11, 2025. For further inquiries, potential bidders can contact Contracting Officer Liana J Holland via email at Liana.Holland@va.gov.