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
    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. Contractors are required to provide all necessary personnel, equipment, and materials to complete the project within 15 calendar days following the Notice to Proceed, ensuring compliance with safety and building codes. This project is critical for enhancing facility safety and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with contractor selection based solely on price evaluations. Proposals are due by April 28, 2025, and interested parties should contact Contract Specialist Jessica I Newman at Jessica.Newman2@va.gov for further information.

    Point(s) of Contact
    Jessica I NewmanContract Specialist
    Jessica.Newman2@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 21 (NCO 21). The primary purpose of this amendment is to modify paragraph 3.2-4 of the Statement of Work (SOW) related to a contract for the provision and installation of equipment. The revision specifies that the contractor will be responsible for supplying and installing all necessary equipment, and importantly, no Government-Furnished property will be provided for this requirement. The amendment is aimed at ensuring clarity regarding the responsibilities of the contractor, thereby streamlining the procurement process. Additionally, it emphasizes adherence to federal regulations associated with the contract modification, which includes a requirement for acknowledgment of receipt of this amendment by potential bidders. Overall, the document reinforces the Department of Veterans Affairs' commitment to transparent contracting practices while facilitating the effective execution of their operational needs.
    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.
    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.
    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.
    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.
    The project titled "PAD Bldg. 100 Leak Detector Replacement" at the VAPAHCS Palo Alto aims to replace leak detectors, requiring a contractor to provide all necessary resources within 15 calendar days of receiving the notice to proceed. Contractors must adhere to federal regulations, coordinate with the appointed Contracting Officer Representative (COR), and operate primarily during normal business hours. Critical tasks include disconnecting and disposing of existing piping, installing new MSA Chillgard equipment, and performing electrical modifications. All work must comply with health, safety, and building codes, ensuring minimal disruption to daily activities and proper waste disposal. The contractor must also submit comprehensive documentation and instructions post-completion. The endeavor underscores the government’s commitment to maintaining safety standards in healthcare facilities.
    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.
    Similar Opportunities
    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.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    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.
    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 is soliciting bids for the "Correct FCA Deficiencies Chiller Plant" project at the Coatesville VA Medical Center, specifically aimed at addressing deficiencies in the chiller plant. The project requires contractors to provide all necessary labor, materials, and equipment to install a water softening system, rooftop exhaust fans, motorized dampers, and other essential components, with a performance period of 120 calendar days from the notice to proceed. This construction effort is critical for maintaining efficient cooling operations within the facility, ensuring compliance with various safety and building codes. Interested bidders, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their offers by January 16, 2026, at 10:00 AM EST, and can contact Contract Specialist Kevin A Rodgers at kevin.rodgers2@va.gov for further information.
    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.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    [AMENDED] Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a design-build project to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various federal regulations, including the Federal Acquisition Regulation (FAR) and the Davis-Bacon Act, with a construction magnitude estimated between $1 million and $5 million. The selected contractor will be responsible for all aspects of the project, including design, construction, and compliance with VA guidelines, with a performance period of 270 calendar days from the Notice to Proceed. Proposals for Phase 1 are due by January 5, 2026, at 4:00 PM EST, and interested parties should direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or Elijah J McIntosh at elijah.mcintosh@va.gov.
    J041--OR MECH HW CW PUMP REPLACEMENT WASHINGTON DC VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of two non-potable hot water pumps and two chilled water pumps in the Operating Room Mechanical Room at the Washington DC VA Medical Center. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to perform demolition, equipment supply and installation, electrical work, controls integration, and training for VA staff. The project is critical for maintaining the operational efficiency of the medical facility's heating and cooling systems, ensuring a safe environment for patients and staff. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should contact Contracting Officer John Ritter at john.ritter2@va.gov or 843-814-0299 for further information.