J044--Replace Chiller Plant Expansion Tanks | RFQ ENDS 4/5/25 | SITE VISIT
ID: 36C24525Q0375Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS (J044)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 5, 2025, 2:00 PM UTC
Description

The Department of Veterans Affairs is soliciting proposals for the replacement of chiller plant expansion tanks at the Huntington VA Medical Center (VAMC) in West Virginia. This project aims to enhance the operational efficiency and maintenance of the facility's cooling systems, which are critical for providing a comfortable environment for veterans receiving care. The contract is set aside for small businesses, with a total budget of $47 million, and the performance period is scheduled from April 15, 2025, to April 14, 2026. Interested vendors must submit their proposals by April 5, 2025, and can direct inquiries to Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or by phone at 843-814-0299.

Point(s) of Contact
JOHN RITTERCONTRACTING OFFICER
(843) 814-0299
JOHN.RITTER2@VA.GOV
Files
Title
Posted
Mar 21, 2025, 5:08 PM UTC
The Combined Synopsis/Solicitation Notice outlines a request for proposals (RFP) for the replacement of chiller plant expansion tanks at the Huntington VA Medical Center (VAMC). The contract is managed by the Department of Veterans Affairs, based out of Baltimore, MD, with a response deadline set for April 5, 2025, at 10:00 AM Eastern Time. This project does not utilize Recovery Act funds and is set aside for the Small Business Administration (SBA). Key details include the product service code (J044) and NAICS code (561210), indicating the nature of the service required. The specific address for the work performance is provided as the Huntington VAMC, located at 1540 Spring Valley Drive, Huntington, WV. Additionally, references to attached documents are included for further specifications and wage determinations associated with the project. The contracting officer for this notice is John Ritter, accessible via email or phone for any inquiries. This RFP exemplifies the federal government's initiative to maintain and improve veteran healthcare facilities through targeted capital projects.
Mar 21, 2025, 5:08 PM UTC
The Department of Veterans Affairs is seeking proposals for the replacement of expansion tanks in the chiller plant at the Huntington VAMC, as outlined in Solicitation No. 36C24525Q0375. This combined solicitation amendment invites small business contractors to provide necessary services, including water treatment chemicals and technical support for the facility's boilers, chillers, and water filtration systems. The proposal deadline is set for April 5, 2025, at 10:00 AM ET, with a cutoff for questions on March 26, 2025. A site visit will be held on March 25, 2025, to familiarize bidders with the project area and gather questions for clarification. All questions must be submitted in writing to the Contracting Officer, John Ritter. This contract will be firm-fixed-price and is 100% set aside for small businesses, reflecting the VA's commitment to supporting the small business sector. All amendments to the solicitation must be acknowledged in offers. This document outlines important dates and emphasizes the need for careful adherence to the solicitation's terms as only formal amendments will alter the original solicitation.
The document is an amendment notification for a solicitation concerning the replacement of chiller plant expansion tanks at the Huntington VA Medical Center. The amendment extends the deadline for offer submissions to April 5, 2025, at 10:00 AM EDT, and outlines important dates, including a site visit scheduled for March 25, 2025, and a deadline for questions by March 26, 2025. The contract, categorized under Facilities Support Services (NAICS code 561210), stipulates that the work will be performed from April 15, 2025, to April 14, 2026. All other terms of the original solicitation remain unchanged, and communication regarding the project should be directed to John Ritter. The summary emphasizes the project’s objective to enhance facility maintenance and operational efficiency within the VA system, reflecting the government's ongoing commitment to serving veterans through improved infrastructure.
Mar 21, 2025, 5:08 PM UTC
The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates and fringe benefits for workers performing on government contracts in Kentucky and West Virginia. It outlines the requirements for contractors, emphasizing compliance with Executive Orders 14026 and 13658, which set minimum wage levels of $17.75 and $13.30 per hour, respectively, depending on the contract date. The document details various occupation codes, titles, and corresponding hourly wage rates, differentiating between the contracts awarded before and after specified dates. It also mentions fringe benefits that include health and welfare payments, vacation time, and paid holidays, as well as detailing procedures for wage conformances for unlisted job classifications. The primary purpose is to ensure fair compensation for workers engaged in government contracts while highlighting protections under multiple executive orders. The thorough breakdown of job classifications alongside wage expectations is crucial for federal agencies, contractors, and their employees involved in public service contracts.
The document pertains to a solicitation for a contract by the Department of Veterans Affairs, specifically focused on replacing chiller plant expansion tanks at the Hershel "Woody" Williams VA Medical Center in Huntington, WV. The contract aims to secure a qualified vendor responsible for providing all necessary labor, materials, tools, and supervision to complete the task. The anticipated period of performance is from April 15, 2025, to April 14, 2026, with a total budget of $47 million under NAICS code 561210 for facilities support services. Interested vendors must submit their quotes by April 5, 2025, and adhere to all specified contract clauses, including the Electronic Funds Transfer (EFT) payment system. The Statement of Work outlines detailed requirements, including the provision of three types of expansion tanks and installation services, ensuring minimal disruption during the operation. The acquisition is set aside for small businesses, emphasizing the government’s initiative to foster economic participation among smaller entities. The document also includes critical contract terms, compliance expectations, and invoicing requirements, reflecting the structured nature of government procurement practices and the importance of regulatory adherence in executing federal contracts.
Mar 21, 2025, 5:08 PM UTC
The document lists various lots and buildings associated with a hospital or medical facility, including a main hospital, patient wards, outpatient mental health services, and various administrative and support functions. Each building is assigned a unique identifier and serves a specific purpose, such as clinics, maintenance, storage, and educational resources. The information appears to be a layout or legend for a larger facility plan.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Z1DA--692-24-105 Replace B211A Chiller
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of the B211A chiller at the Southern Oregon Rehabilitation Center in White City, Oregon. This construction project, with an estimated value between $500,000 and $1,000,000, involves the removal of the existing chiller and installation of a new Dunham Bush ACDR55B model, ensuring compatibility with existing systems and adherence to VA HVAC design standards. The project is critical for maintaining efficient facility operations and enhancing service quality for veterans, with a completion timeframe of 180 days. Interested contractors must submit their proposals by 12:00 PM PDT on May 2, 2025, and can direct inquiries to Contract Officer Helen Woods at Helen.Woods@va.gov.
F103--Water Management RO/DI System RFQ One Year Purchase Order Huntington VAMC 512-25-3-506-0016
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide preventative maintenance for the Reverse Osmosis/Deionizing (RO/DI) System at the Huntington VA Medical Center in West Virginia. This one-year contract, beginning May 12, 2025, requires the vendor to supply all necessary parts, labor, and supervision to ensure the system operates effectively and prevents bacterial growth, which is critical for maintaining hygiene standards in sterile processing operations. Proposals must be submitted by May 2, 2025, at 12 PM Eastern Time, and the contract is set aside for small businesses, emphasizing the VA's commitment to operational readiness and compliance with health standards. Interested bidders can contact Contracting Officer William Chris Galletta at William.Galletta@va.gov for further details.
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. The 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. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be evaluated based on price considerations, with proposals due by May 5, 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 solicitation documents.
W041--Chiller Rental (VA-25-00047790)
Buyer not available
The Department of Veterans Affairs is soliciting quotes for Chiller Rental Services for the Nebraska Western Iowa Health Care System, as outlined in solicitation number 36C26325Q0520. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide all necessary materials, labor, and transportation for cooling requirements, with an estimated contract value of approximately $19 million. The anticipated contract period spans from May 15, 2025, to September 30, 2026, emphasizing the importance of compliance with safety standards and operational requirements typical of government contracts. Interested contractors must submit their quotes electronically by 5:00 PM CST on May 2, 2025, and direct any technical inquiries to Contract Specialist Erica Miller at erica.miller5@va.gov by April 28, 2025.
Y1DZ--618-25-202, Replace Chiller #4
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to replace Chiller 4 at the Minneapolis VA Health Care System, specifically in Building 69. The 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 current environmental regulations. This procurement is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated cost range between $1,000,000 and $2,000,000, with a performance period of 190 calendar days following the notice to proceed. Interested bidders must submit their proposals electronically by May 5, 2025, and can direct inquiries to Contract Specialist Trevor W Keyworth at Trevor.Keyworth@va.gov.
Y1DA | 580-22-100 | REPAIR REPLACE MAIN CHILLED WATER DISTRIBUTION SYSTEM | SOURCES SOUGHT
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to undertake the "Repair Replace Main Chilled Water Distribution System" project at the Michael E. DeBakey VA Medical Center in Houston, Texas. The project involves upgrading the chilled water distribution system, including the installation of secondary chilled water pumps, main distribution lines, and a new bypass line, while ensuring compliance with NFPA and life safety standards without disrupting hospital operations. This construction contract, anticipated to be awarded as a Firm-Fixed Price, has a magnitude between $5 million and $10 million, with a performance period of 365 calendar days from the Notice to Proceed. Interested parties should contact Lisa Peace at Lisa.Peace@va.gov for further information, and are encouraged to register for notifications regarding the solicitation, which is expected to be published on or about May 6, 2025.
Y1DA--531-24-107 | Install New HVAC System Biomed Boise VAMC
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to install a new HVAC system at the Boise Veterans Affairs Medical Center, specifically for the Biomed department in Building 27. The project, identified by contract number 36C26025R0066, is set within a funding range of $25,000 to $100,000 and is designated for small businesses, requiring SBA certification. This installation is critical for maintaining operational efficiency and comfort in a healthcare environment, emphasizing the importance of minimal disruption during the project. Proposals are due by May 20, 2025, following a site visit on April 24, 2025, and must adhere to federal acquisition regulations, including compliance with the Davis-Bacon Act. Interested contractors can contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov for further details.
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for the expansion of the Emergency Department at the West Roxbury VA Medical Center in Massachusetts, under the VISN 1 Construction Multiple Award Task Order Contract (MATOC). This project, identified as VA Project No. 523A4-20-205, aims to enhance healthcare capabilities by renovating existing facilities, including the installation of new air handlers and the creation of ligature-resistant mental health exam rooms, while ensuring operational continuity during construction. The estimated construction costs range from $2 million to $5 million, with a strong emphasis on participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to Contract Specialist Jacquelyn Wise at jacquelyn.wise@va.gov.
Z2QA--FY25: Epoxy Coating of Chiller Condensers
Buyer not available
The Department of Veterans Affairs is soliciting qualified contractors for the epoxy coating of chiller condensers at the Viera VA Healthcare Center in Florida. The objective of this procurement is to enhance the durability of three chiller condenser systems, preventing corrosion and ensuring operational integrity, with the contract scheduled to last from May 19, 2025, to June 18, 2025. This project is significant for maintaining the facility's infrastructure and is set aside for service-disabled veteran-owned small businesses, emphasizing the VA's commitment to supporting the veteran community. Interested contractors should contact Contract Specialist Rohan McKenzie at Rohan.Mckenzie@va.gov, with a total budget of $19 million allocated for this project.
Y1DA--FY25: NRM (PROJ: 516-23-117) BB - Refresh Hemodialysis
Buyer not available
The Department of Veterans Affairs is seeking proposals for the "Refresh Hemodialysis" project at the C.W. Young VA Medical Center in Bay Pines, Florida. This project involves comprehensive demolition, renovation, and construction of the hemodialysis suite, with an estimated budget between $1,000,000 and $2,000,000, and a performance period of 168 days from the Notice to Proceed. The initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. Proposals are due by May 7, 2025, and must be submitted by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with all submissions evaluated based on cost, technical capabilities, and past performance. Interested contractors can contact Kenneth Caryer at Kenneth.Caryer@va.gov for further information.