Y1DZ--520-25-107 CON Repair JACC Chilled Water Piping (VA-24-00107298)
ID: 36C25625R0003Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the repair of chilled water piping at the Joint Ambulatory Care Center (JACC) in Pensacola, Florida, under solicitation number 36C25625R0003. This project aims to address damage caused by a flood event in May 2023, with a focus on waterproofing and insulation repairs, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated contract value ranges between $2 million and $5 million, with proposals due by August 1, 2025, at 2:00 PM CDT. Interested parties should contact Contract Specialist Jennings Herbst at Jennings.Herbst@va.gov for further details and to ensure compliance with submission requirements.

    Point(s) of Contact
    Jennings HerbstContract Specialist
    Jennings.Herbst@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice outlines the impending requirement for a contractor to perform repairs on the chilled water piping at the Gulf Coast Veterans Health Care System (JACC) in Pensacola, FL. This notice is intended solely for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), pursuant to Public Law 109-461. The project, designated as #520-25-107, has a cost range between $2 million and $5 million and requires comprehensive provision of labor, materials, and equipment as detailed in the project scope. Interested contractors must submit proposals under solicitation number 36C25625R0003, with a projected solicitation release date of around February 28, 2025. Offerors must hold SDVOSB certification and be registered in the System for Award Management (SAM). A bid bond will be required, and a site visit will be organized to facilitate contractor understanding of project requirements. Questions from potential offerors will be accepted within a designated timeframe which will be specified in the official solicitation. The contracting officer for this project is Jennings Herbst, with Detric Mayes serving as the contract specialist. This notice serves as a preliminary announcement and does not constitute a formal solicitation or contract award.
    The document outlines the general requirements for a construction project, specifically focusing on the JACC Chilled Water Flood Repairs and Prevention. Key areas covered include safety protocols, site preparation, the responsibilities of contractors and subcontractors, and the adherence to security requirements set by the VA. It mandates the submission of a comprehensive project schedule using the Critical Path Method (CPM) to ensure timely completion, alongside detailed documentation of all work activities. The contractor must maintain existing utility services during the construction phase and manage all interruptions in a way that minimizes disruption to the VA Medical Center's operations. The document emphasizes stringent oversight, including the requirement for advance notice of security escort needs, specific guidelines on material disposal and storage, and coordination with other construction entities. It also includes provisions for warranty management, itineraries for maintenance operations, and disposal regulations for existing materials. Compliance with these detailed specifications ensures not only progress but also safeguarding health and safety standards throughout the construction project.
    The VHA Infection Control Risk Assessment (ICRA) for Construction, Renovation, and Maintenance outlines essential guidelines to ensure infection control during various facility activities. It emphasizes categorizing activities (A, B, C, D) based on their nature and associated risks to determine required precautions. The document mandates a stepwise approach involving assessing the activity type, identifying affected areas, and evaluating patient risk categories, which collectively dictate the infection prevention measures needed. For each level of patient risk (Low, Medium, High, Highest), corresponding infection control precautions (I, II, III, IV) are established, with specific control measures detailed for each precaution level. The ICRA must be complemented with a Pre-Construction Risk Assessment (PCRA) that addresses non-infection-related safety issues, ensuring a comprehensive risk management framework. Control measures include maintaining dust control, isolating workspaces, and ensuring worker safety during construction. The ICRA emphasizes collaboration between contractors, infection specialists, and facility managers to mitigate risks effectively. This document serves as a critical tool in government projects, ensuring that all construction activities adhere to regulatory standards while maintaining the health and safety of patients and staff.
    The document outlines specifications and guidelines for a mechanical system installation for a project related to the Joint Ambulatory Care Center, a collaboration between the VA and DoD. It details the requirements for ductwork, piping, and mechanical equipment, emphasizing compliance with standards such as SMACNA's HVAC Duct Construction Standards. Key instructions include the provision of access doors, proper sizing of duct runouts, and the installation of dampers and fittings, with specifications for smoke detection and maintenance access. The document also stipulates that all ductwork must be carefully coordinated to avoid conflicts with electrical systems, and it ensures that all components are accessible for maintenance. The layout must reflect accurate dimensions, with diagrams indicating appropriate placement for equipment. The emphasis on standards and specifications underscores the project’s adherence to safety and performance norms. Overall, the document serves as a crucial guide for contractors to ensure the successful installation and functioning of mechanical systems, indicating the federal government's commitment to high-quality design and construction practices in healthcare facilities.
    The document outlines a solicitation by the Department of Veterans Affairs (VA) for a construction project at the Gulf Coast Veterans Health Care System in Pensacola, Florida, aimed at repairing chilled water piping at the Joint Ambulatory Care Center (JACC). The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under Public Law 109-461. The project, with an estimated value between $2 million and $5 million, requires the submission of proposals by specific dates and mandates on-site visits for bidders. Offerors must provide a detailed breakdown of their pricing, a description of their management approach, subcontractor qualifications, and past performance on similar contracts. Key project requirements include adherence to safety regulations, quality management protocols, and inclusion of necessary performance bonds. Proposals will be evaluated based on technical merits, past performance, and pricing. The solicitation emphasizes the need for compliance with safety and labor standards, reporting on veteran employment, and commitment to the Buy American Act. Offerors must verify their SDVOSB status and provide adequate documentation to ensure their proposals meet government expectations. This solicitation reflects the VA's initiative to enhance its facilities through competitive contracting while supporting veteran-owned businesses in the process.
    The document is a Surety Form required as part of the technical proposal package for the federal Request for Proposal (RFP) 36C25625R0003, pertaining to the repair of the JACC chilled water piping. The form must be completed by the surety company and submitted by the contractor. It collects essential details, including the contractor's name, contact information, the duration of bonding services provided, contractor’s rating, and bonding limits. It also inquires about any prior project completions, instances of refusal of liability insurance, and whether there have been complaints regarding non-payment to subcontractors or suppliers. The purpose of this form is to assess the financial credibility and performance of the contractor, ensuring that they can fulfill the project requirements without financial risk. This aligns with the Federal Acquisition Regulation principles aimed at safeguarding government contracts by ensuring that contractors have the necessary support and insurance to complete projects responsibly.
    This document is a subcontractor and teaming partner consent form, part of the process for the government project titled "Repair JACC Chilled Water Piping" (RFP No. 36C25625R0003). It requests consent from subcontractors and teaming partners to release their past performance information to the prime contractor, a necessary step for the Government to evaluate qualifications during the proposal assessment. The form requires details such as the subcontractor’s contact information, the name of the prime contractor, and a reference list for past contracts, including the role played and a point of contact. The emphasis is on the importance of past performance in the evaluation criteria to ensure that the government selects the best value option. By signing this form, subcontractors authorize the prime contractor to discuss their past performance, facilitating the source selection process. The document is structured to capture essential information for compliance and performance evaluation while ensuring transparency in the contractual bidding process.
    The document outlines the Contractor Evaluation Form for the repair of chilled water piping at the Joint Ambulatory Care Center (JACC), specified in federal RFP 36C25625R0003. The main purpose is to assess contractors' construction safety and health performance, focusing on their compliance with OSHA regulations. Contractors must provide data from their OSHA 300 Forms for three consecutive years, including man hours, cases involving work restrictions, DART rates, and any serious OSHA violations. Additionally, the form requires contractors to detail who administers their safety programs and disclose their current Insurance Experience Modification Rate (EMR). If the EMR is above 1.0, contractors must explain why and indicate plans for improvement. This evaluation is crucial for ensuring contractor safety standards meet government requirements, ensuring a safe work environment during construction projects funded by federal grants and contracts.
    This document serves as an amendment to a solicitation for a project under the Department of Veterans Affairs, specifically by the Alexandria VA Health Care System, which details changes and additional information relevant to bidders. The main purpose of this amendment is to provide a site visit sign-in sheet for the project identified as 36C25625R0003. The document outlines the necessary actions that bidders must take to acknowledge this amendment before the specified deadline, emphasizing that failure to comply may result in the rejection of offers. It also states that aside from the information provided in this amendment, all other terms and conditions of the original solicitation remain unchanged. The document specifies the contract and solicitation numbers, as well as the entities involved, confirming its formal nature and adherence to established procurement protocols within the federal government context. This amendment highlights practical details essential for the bidding process and underscores the structured communication required in government contracting.
    The document details an amendment to a Request for Proposals (RFP) issued by the Department of Veterans Affairs (VA), specifically the Alexandria VA Health Care System. The main purpose of the amendment is to extend the deadline for the submission of proposals from the original date to August 1, 2025, at 2:00 PM CDT. This extension affects all potential offerors/bidders, allowing them additional time to prepare their proposals. The document specifies that despite this change, all other terms and conditions of the solicitation remain unchanged. The amendment emphasizes the importance of acknowledging receipt of the change prior to the specified deadline to avoid any issues with offer rejection. Overall, this amendment reflects the ongoing dialogue between the VA and bidders regarding the procurement process and the need for flexibility in timelines to ensure thorough proposal preparation.
    The document is an amendment to a solicitation from the Department of Veterans Affairs, specifically involving the Network Contracting Office 16, pertaining to project number 36C25625R0003. The key purpose of this amendment is to officially cancel the solicitation due to a design flaw. It indicates that this project will be reposted in the future as an Architectural-Engineering (AE) Design initiative. All bidders and offerors are informed that the solicitation is canceled entirely, and they must acknowledge receipt of this amendment per specified instructions. The amendment is signed by a contracting officer, underscoring the formal nature of this modification to government procurement processes. Overall, this document exemplifies standard procedures in federal contracting for managing changes and cancellations in response to project evaluation outcomes.
    The Department of Veterans Affairs seeks approval for a sole-source contract for the Repair JACC Chilled Water Piping project at the Gulf Coast Veterans Health Care System in Pensacola, Florida. The project aims to address past catastrophic failures in the chilled water piping system through the installation of specific Siemens brand equipment. The use of Siemens items ensures compatibility with existing systems, facilitates standardization across facilities, and maintains operational efficiency. Key components include Siemens valves, actuators, controllers, and measurement devices, all essential for upgrading the building automation systems. The justification cites that only Siemens products can meet the unique requirements for integration and maintenance due to previous contracts with the vendor, thus preventing unnecessary costs and complications. The procurement will follow the Service-Disabled Veteran-Owned Small-Business set-aside policy to encourage competition among contractors. The document emphasizes the importance of maintaining reliable operations for patient care, standardizes equipment for quicker repairs, and outlines a commitment to fair pricing through competitive bidding. Overall, this approval reflects a strategic approach to enhance infrastructure while ensuring compliance with federal regulations.
    The document relates to a federal Request for Proposal (RFP) for the repair of Chilled Water Piping at the Joint Ambulatory Care Center (JACC). It details the submission requirements for potential offerors, emphasizing the need for past performance references within five years of the solicitation date. Offerors must provide substantial information regarding their role as prime or subcontractor, the original and current value of contracts, project timelines, completion status, and any liquidated damages incurred. Aimed at evaluating their capabilities, vendors are required to describe the relevance of their past projects concerning the scope and complexities required for this project. The document solicits additional performance-related information, including assessments of liquidated damages, awards received, unique skills, and elements of work performed. Key points include the necessity for a designated point of contact for references and the importance of follow-ups on submitted questionnaires. This RFP showcases the federal government’s structured approach to assessing contractor performance and qualifications in ensuring project success while adhering to regulatory standards.
    This document outlines the Past and Present Performance Questionnaire for contractors applying for a contract with the United States Department of Veterans Affairs (VA) concerning the repair of chilled water piping at the Joint Ambulatory Care Clinic (JACC). Contractors must provide detailed information about their experience, including project specifics, performance ratings on various aspects of contract execution, and supervisory roles. Reference contacts for the contractors are required to evaluate several performance criteria on a scale from 1 (Unsatisfactory) to 6 (Exceptional), covering areas such as management capability, personnel qualifications, problem-solving initiatives, quality control, adherence to schedules, and financial interactions. Respondents must also indicate whether they would award future contracts to the contractor and provide any necessary explanations for their evaluations, particularly for low ratings. This questionnaire ensures that contract awards are based on reliable assessments of prior performance, highlighting the VA's commitment to transparency and accountability in sourcing services that meet the necessary standards for quality and reliability. The document emphasizes the importance of thorough feedback from previous engagements, which aids the selection process for forthcoming contracts under federal regulations.
    The document is a Request for Information (RFI) form related to the project titled "CON Repair JACC Chilled Water Piping" under the federal solicitation number 36C25625R0003. It outlines the protocol for prospective offerors to submit questions before submitting proposals. Interested parties must utilize the provided editable form to list their inquiries in numerical order and send it via email to a designated contact at the VA. The form collects essential information, including the submitter's name, company details, and contact information, alongside the specific inquiries being raised. Emphasis is placed on ensuring all pre-proposal communications are channeled through this structured format to maintain organization and clarity in the proposal process.
    The document is a site visit sign-in sheet for a government project involving the repair of chilled water piping at the Joint Armed Forces Community Center (JACC) in Panama City, Florida. The project, identified as No. 520-25-107, is scheduled for July 1, 2025, with a site visit at 9:00 AM CST. The sheet includes spaces for contractors and interested parties to provide their names, companies, phone numbers, and emails for follow-up communication and to receive a copy of the sign-in sheet. Two versions of the sign-in sheet are present, indicating multiple potential locations of interest around JACC, including Pensacola, Florida. The overarching purpose of the document aligns with federal procurement processes, facilitating transparency and engagement with contractors regarding federal grants and Request for Proposals (RFPs) for infrastructure repair. By capturing participant information, the document fosters communication and organization for the successful execution of the project. Overall, it emphasizes the importance of stakeholder involvement in government contracting initiatives.
    The document appears to be a corrupted government file, lacking coherent information or discernible structure. It seems to pertain to various Federal RFPs, grants, or state and local RFPs, but the content is nonsensical and unreadable. It primarily consists of gibberish, fragmented characters, and symbols that do not convey a clear topic, key ideas, or supporting details. This lack of clarity suggests either a data corruption issue or an error during file generation, rendering any analysis regarding government proposals or funding requests impossible. The document's purpose, if any exists, cannot be determined from the visible content, as it fails to follow standard formats or provide actionable insights. Consequently, it is essential to locate a valid version of the document or additional context to facilitate a meaningful summary.
    A scheduled site visit for the JACC NRM Project (520-25-107) will take place on July 1, 2025, at 9 AM (CST) at the Joint Ambulatory Care Center located in Pensacola, FL. Participants are instructed to enter through the main entrance on the south side, check in with Police Service for a visitor’s badge, and wait in the atrium by the information desk. Due to limited space, attendees must RSVP via email to specified contacts and can reach the Engineering office for additional guidance using provided phone numbers. The document outlines visitor logistics and emphasizes the importance of pre-visit coordination, reflecting standard protocols in federal project management and emphasizing security measures for site access. This initiative appears to be a component of broader efforts associated with federal grants and RFP processes aimed at improving veterans' healthcare facilities.
    The VA Gulf Coast Veterans Health Care System is initiating a comprehensive repair of the chilled water piping at the Joint Ambulatory Care Center (JACC) in Pensacola, FL, following damage from a flood event in May 2023. This project, outlined in a phased approach, focuses on two main phases: waterproofing and insulation repairs. The first phase includes the replacement of pipe fasteners and waterproofing in the penthouse, while the second phase addresses damaged insulation and complete piping replacement. Mandatory subcontractors include Siemens for controls, Kurita for chemical treatment, and Master Insulation for insulation services due to their involvement in prior failure analyses. The work will ensure minimal disruption to healthcare operations and adherence to safety and fire protection standards throughout construction. The project encompasses strict infection control protocols and detailed cleanup requirements to maintain a safe health care environment. The contractor must complete the work within 275 calendar days of the Notice to Proceed, conducting most tasks outside normal working hours to prevent patient care disruption. This undertaking exemplifies the VA's commitment to ensuring facility reliability and safety for veterans and healthcare staff.
    The document outlines the Statement of Work (SOW) for repairing the chilled water piping at the VA Gulf Coast Veterans Health Care System in Pensacola, Florida, following damage from the Memorial Day 2023 flood. It details requirements for subcontracting, project phasing, and the scope of work to ensure minimal disruption to healthcare operations while adhering to safety and infection control protocols. The repair process is divided into two main phases: Phase 1 focuses on waterproofing the penthouse and replacing fasteners, while Phase 2 covers insulation replacement and the installation of new piping. Specific subcontractors are designated for various tasks, such as Siemens for controls systems and Master Insulation for insulation services. The contractor is responsible for conducting exhaustive site surveys, maintaining cleanliness, and complying with fire protection and safety regulations throughout the project. Timeline stipulates that the entire construction must be completed within 275 calendar days after the notice to proceed, with significant aspects of work scheduled outside regular duty hours to avoid impacting patient care. This document embodies the VA's commitment to maintaining operational integrity while addressing infrastructure vulnerabilities, ensuring compliance with federal mandates and safety standards throughout the renovation process.
    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.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@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.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    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.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    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, 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.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    J041--12/19 10 AM SDVOSB | A5-26-008 Replace 17H Blast Chiller Condenser
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the replacement of a 17H Blast Chiller Condenser at the Perry Point VA Medical Center in Baltimore, Maryland. The project involves the removal and replacement of the existing blast chiller condenser, including refrigerant recovery and connections to existing systems, with a completion timeline of 30 calendar days from the Notice to Proceed. This procurement is critical for maintaining the facility's operational efficiency and ensuring compliance with safety and environmental regulations. Interested vendors must attend a mandatory site visit on December 15, 2025, and submit their proposals by December 19, 2025, at 10:00 AM EST, with all inquiries directed to Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.