Z2DA--PAD B100 Chiller Room Leak Detector Replacement
ID: 36C26125R0036Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 9:00 PM UTC
Description

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.

Point(s) of Contact
Jessica I NewmanContract Specialist
Jessica.Newman2@va.gov
Files
Title
Posted
Apr 23, 2025, 8:09 PM UTC
The document outlines comprehensive safety requirements for construction projects related to the Department of Veterans Affairs (VA) to ensure a safe working environment. Key topics include regulatory standards, accident prevention plans (APP), activity hazard analyses (AHAs), and the responsibilities of designated safety personnel such as the Site Safety and Health Officer (SSHO) and Competent Persons (CPs). Specific measures address accident reporting, personal protective equipment (PPE), infection control protocols, and fire safety plans. Contractors are required to develop site-specific safety programs, conduct regular safety inspections, and maintain records of incidents and training compliance. Infection control measures are particularly emphasized due to the medical facilities' sensitive nature. The document stresses adherence to federal safety regulations and the importance of coordination among contractors and subcontractors to mitigate hazards during all phases of construction. This ensures alignment with federal and local laws and prioritizes the safety of both workers and the public, reflecting the VA’s commitment to high safety standards in its infrastructure projects.
Mar 28, 2025, 5:05 PM UTC
The Department of Veterans Affairs (VA) Network Contracting Office 21 is preparing to issue a Request for Information (RFI) for the replacement of the Chiller Room Leak Detector at the VA Palo Alto Health Care System in Palo Alto, California. This procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, utilizing the NAICS code 236220. The solicitation process will follow FAR Part 15, with bids accepted from all responsible sources. The solicitation is expected to be posted on March 28, 2025, and will close on April 28, 2025, at 2:00 PM Pacific Daylight Time. Interested parties are required to submit all inquiries via email by April 17, 2025. Notifications regarding any amendments or changes to the solicitation will be made available electronically. This project aligns with the VA's commitment to engaging veteran-owned businesses in federal contracting opportunities while maintaining compliance with governmental procurement protocols.
Apr 23, 2025, 8:09 PM UTC
The VA Palo Alto Health Care System is seeking proposals for the replacement of leak detectors in the PAD B100 Chiller Room, under the Veterans Integrated Service Network 21 (VISN 21) Multiple Award Construction Contract (MACC). Only contractors awarded MACC from Network Contracting Office 21 are eligible to submit proposals. The project is aimed at enhancing facility safety, requiring contractors to provide the necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. A site visit is scheduled for April 9, 2025, and proposals are due by April 28, 2025. Key responsibilities include safe electrical connections, installation of new equipment, and proper disposal of existing materials, adhering to all relevant regulations and safety protocols. The solicitation prioritizes price-only evaluations for contractor selection, with a strict adherence to limitations on subcontracting to ensure a significant portion of work is performed by service-disabled veteran-owned small businesses. The document underscores the project's commitment to compliance and efficiency, intended to enhance operational safety within the facility.
Apr 23, 2025, 8:09 PM UTC
The document is an amendment to a solicitation (36C26125R0036) issued by the Department of Veterans Affairs for a project managed by Network Contracting Office 21 in Honolulu, Hawaii. The amendment outlines several vital updates, including an extension of the deadline for submission of offers to May 5, 2025, at 2:00 PM PDT. It also provides additional documentation such as a Site Walk Sign-In Sheet, previously raised questions and the associated responses from the VA, and a floor plan for the ECC Room, which are critical for the bidders to prepare their proposals. The document emphasizes the importance of acknowledging receipt of the amendment prior to the newly specified deadline to ensure valid submissions. This amendment is vital to ensure that all potential contractors have the necessary information to competently participate in the solicitation process and align with the project requirements and timelines.
Apr 23, 2025, 8:09 PM UTC
The document outlines responses to a Request for Information (RFI) regarding the replacement of a leak detection system in the PAD B100 Chiller Room at a VA facility. Central to the project is environmental hazard remediation, with the VA confirming responsibility for addressing any hazardous materials found during construction as Differing Site Conditions. Key responses include the acknowledgment of a 72-day Period of Performance to accommodate both demolition and installation activities and the stipulation that no as-built drawings, current HAZMAT surveys, or detailed equipment specifications will be provided to bidders. Additionally, clarification was given on using a qualified Site Superintendent in multiple roles, the possibility of weekend work, and the absence of government-furnished equipment requirements. The document emphasizes a structured approach to project management, adhering to federal standards, and underscores the commitment to a safe and compliant work environment while addressing the need for clear communication of expectations to contractors. This RFI response showcases critical administrative processes in government contracting as it relates to facility upgrades and environmental safety.
Apr 23, 2025, 8:09 PM UTC
The Department of Veterans Affairs (VA) is soliciting proposals for a project to replace leak detectors at the VAPAHCS in Palo Alto, California. The contractor will be responsible for providing personnel, equipment, and materials necessary for the project, which must be completed within 15 calendar days following the Notice to Proceed (NTP). Contractor submissions are due by April 28, 2025, with a mandatory site visit scheduled for April 9, 2025. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations. Required performance and payment bonds apply, with submission due 10 days post-award. Contractors must hold a strong safety record, limiting any serious OSHA or EPA violations and maintaining an Experience Modification Rate (EMR) of 1.0 or lower. All personnel are required to complete necessary safety training. The solicitation emphasizes compliance with security protocols and environmental regulations. Proposals should be submitted via email to the specified address, and late submissions may be rejected. This project underscores the VA's commitment to enhancing healthcare facilities while adhering to regulatory standards.
Apr 23, 2025, 8:09 PM UTC
This government document serves as an amendment to a solicitation by the Department of Veterans Affairs (VA), specifically related to the Network Contracting Office 21, intended for contractors involved in the VA Pacific Islands Health Care System. The amendment clarifies that there are no drawings associated with this requirement and provides an updated Statement of Work (SOW) for greater clarity. Additionally, it corrects a detail regarding the requirement for an offer guarantee, which is necessary for bidders. The purpose of this amendment is to streamline the bidding process and ensure potential contractors understand the necessary conditions for their offers. Key attached documents include the updated SOW titled "SOW Leak Detection VA Palo Alto" and "S02 - 36C26125R0036 Leak Detector," both of which offer further guidance for bidders regarding the project needs. This amendment reflects an ongoing effort to facilitate contract clarity and compliance within the context of federal RFPs.
The document outlines a request for proposals (RFP) related to federal grants and state/local initiatives focusing on project funding and implementation. It presents an overview of the funding opportunities available through various government programs aimed at enhancing community services and infrastructure. The RFP emphasizes the necessity for applicants to clearly define project goals, expected outcomes, and compliance with federal guidelines. Applicants are encouraged to demonstrate collaboration with local entities and detail how their initiatives will address community needs effectively. The document stresses priorities such as sustainability, innovation, and measurable impacts. It aims to ensure transparency in funding allocation and accountability in project execution, reflecting a commitment to improving public services and fostering community development. Key aspects to include are eligibility requirements, submission timelines, and evaluation criteria for proposals, underscoring the importance of adhering to outlined specifications to enhance chances of funding approval.
Apr 23, 2025, 8:09 PM UTC
The document outlines the scope of work for the replacement of leak detectors at the VA Palo Alto Health Care System (VAPAHCS). The contractor is required to provide all necessary personnel, equipment, and materials to complete the project within 15 calendar days, ensuring minimal disruption to residents. Key tasks include locking out the power source, removing the existing sample piping, and installing new equipment, including MSA Chillgard units and associated components. The contractor must adhere to various safety codes and standards throughout the project and coordinate closely with the assigned Contracting Officer Representative (COR) for scheduling and compliance. Security measures for personnel and site cleanup responsibilities are emphasized, along with the need for documentation and instructions post-completion. This project illustrates the VA's commitment to maintaining safety standards in its facilities while requiring thorough planning and execution by the contractor.
Apr 23, 2025, 8:09 PM UTC
The document outlines the "General Decision Number: CA20250018," dated March 21, 2025, which pertains to wage determinations for construction projects in California. It supersedes the previous decision (CA20240018) and is applicable to building, heavy, dredging, and highway construction across several counties, including Alameda, Fresno, and San Francisco. The document specifies wage rates for various classifications of workers, indicating that contractors must adhere to the Davis-Bacon Act minimum wage standards as stipulated by Executive Orders 14026 and 13658. Wages vary based on location and job role, covering trades such as plumbing, electrical work, and machinery operation. Notably, contracts entered on or after January 30, 2022, mandate a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. The decisions and rates will be adjusted annually. This document serves as guidance for contractors participating in federal projects, ensuring compliant pay structures and worker protections during construction work statewide.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
5975--NEW - High-Volt Electrical Work to Repair 3 Leaky Transformers PAD
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to perform high-voltage electrical work to repair three leaky transformers at the Palo Alto Health Care System in California. The project requires the contractor to provide all necessary resources, including personnel, equipment, and materials, to complete the repairs within 30 calendar days from the notice to proceed, while adhering to safety regulations and minimizing disruption to residents. This procurement is particularly important for maintaining the operational integrity of the healthcare facility and ensuring compliance with safety standards, including OSHA guidelines. Interested parties must submit a non-binding statement of interest by May 6, 2025, and should be registered in the System for Award Management (SAM). For further inquiries, contact Charee Harris at christopher.aguon@va.gov.
Z1DA--FY25 36C25725AP2590 | Cons-New | Bldg. 60 VAV Box Replacement | PND 5-26-2025
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement of 76 Variable Air Volume (VAV) Boxes at Building 60 of the Dallas VA Healthcare System. This project, identified under solicitation number 36C25725R0048, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the agency's commitment to supporting veteran-owned enterprises. The estimated contract value ranges from $500,000 to $1,000,000, with a response deadline of June 10, 2025. Interested vendors must verify their SDVOSB status through the Dynamic Small Business Search database and can contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732 for further details.
Z2DZ - Improve Security at Mountain View
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to improve security at the VA Mountain View Center in California. The project entails the installation of a Physical Access Control System (PACS) and an Intrusion Detection System (IDS) in Building 801, requiring contractors to provide all necessary labor, materials, and equipment while ensuring minimal disruption to facility operations. This initiative is crucial for enhancing the safety and security of veteran services, aligning with federal standards for healthcare facilities. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals by May 19, 2025, following a site visit scheduled for April 21, 2025. For further inquiries, contact Kristin Tribble at kristin.tribble@va.gov or (279) 842-7359.
Z2DA--542-25-108 | Replace Roof and Remediate Building 3 Stair Tower
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of the roof and remediation of the stair tower at Building 3 of the Coatesville VA Medical Center in Pennsylvania, under Project 542-25-108. This construction project, valued between $50,000 and $100,000, is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, emphasizing the government's commitment to supporting veteran-owned enterprises. Contractors will be required to adhere to strict safety and environmental regulations, complete the work within 45 days of the notice to proceed, and provide necessary performance and payment bonds. Interested bidders must acknowledge receipt of amendments, attend a site visit scheduled for May 6, 2025, and submit their proposals by June 5, 2025. For further inquiries, contact Contract Specialist Lamar D Thomas at lamar.thomas2@va.gov.
Z1DA--Bldg 60 VAV Box Replacement Wing A and Wing B
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of Variable Air Volume (VAV) boxes at Building 60 within the Dallas VA Health Care System. This presolicitation notice invites bids specifically from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as mandated by FAR regulations, and emphasizes the importance of verifying SDVOSB status through the Dynamic Small Business Search prior to proposal submission. The project, which falls under the NAICS code 238220, has an estimated magnitude between $500,000 and $1 million, highlighting its significance in maintaining the VA healthcare infrastructure. Interested contractors should direct inquiries to Contract Specialist Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732, with a response deadline set for May 2, 2025.
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.
Z1DA--SPS Equipment Site Preparation (VA-25-00046418) | EDA: 6/5/25
Buyer not available
The Department of Veterans Affairs is seeking contractors for the SPS Equipment Site Preparation project at the Beckley VA Medical Center in West Virginia. This solicitation requires the provision of all necessary labor, materials, and supervision for the site preparation related to the installation of new sterilization equipment, including parts washers and sterilizers, while adhering to rigorous safety and infection control measures. The project is critical for enhancing healthcare infrastructure and ensuring compliance with federal regulations, particularly in maintaining a safe environment for patients and staff during construction. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by June 5, 2025, following a pre-bid site visit on May 5, 2025, with a performance period of 120 calendar days from the notice to proceed. For further inquiries, contact Contract Officer Adam S. Bradford at Adam.Bradford1@va.gov.
Z2NE--Project 512A5-25-002, Replace Boiler Plant Water Main at Perry Point VAMC, MD
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the project titled "Replace Boiler Plant Water Main" at the Perry Point VA Medical Center in Maryland. The objective of this procurement is to install a new 6-inch water main and associated components to enhance the facility's water distribution system, ensuring a reliable secondary water supply while abandoning the existing system. This project is crucial for maintaining operational standards and safety at the medical center, which serves veterans, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $250,000 and $500,000. Proposals are due by May 23, 2025, and a site visit is scheduled for April 29, 2025; interested parties should direct inquiries to Contracting Officer Liana J Holland via email at Liana.Holland@va.gov.
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.
NTX Replacement of Steam Coils
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide HVAC services for the Dallas VA Medical Center, specifically for the replacement of steam coils. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the Plumbing, Heating, and Air-Conditioning Contractors industry. The deadline for submission of offers has been extended to April 28, 2025, at 11 AM CDT, as per Amendment 0001 to the solicitation number 36C25725Q0463. Interested parties should acknowledge receipt of the amendment and can contact Joseph A. Leyte at joseph.leyte@va.gov or by phone at 210-694-6315 for further information.