Z2DA--657A5-25-101, Replace Chiller #1
ID: 36C25525R0095Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for a construction contract to replace Chiller #1 at the Marion VA Medical Center in Illinois. The project involves the disconnection and removal of the existing chiller, installation of a new unit, and necessary plumbing upgrades, all while ensuring minimal disruption to the facility's operations, which serve veterans continuously. This initiative underscores the VA's commitment to maintaining infrastructure integrity and efficient operation in healthcare settings, with a contract value estimated between $500,000 and $1,000,000. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals electronically by July 7, 2025, and are encouraged to contact Contract Specialist Kevin A. Mahoney at Kevin.Mahoney3@va.gov for further details.

    Point(s) of Contact
    Kevin A MahoneyContract Specialist
    Kevin.Mahoney3@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs issued a presolicitation notice for the Replace Chiller #1 project at the Marion VA Medical Center, IL. The project entails the disconnection, removal, and disposal of the existing chiller and installation of a new unit along with upgrades to cooling tower plumbing. The performance period is set for 180 days, with physical work scheduled between October 15 and March 15 to minimize disruption. The project is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated budget of $500,000 to $1,000,000. Contractors must comply with various safety and construction standards, including submission of quality control and safety plans, and ensure coordination with existing systems to avoid service interruptions. The contractor will be responsible for obtaining necessary bonds and insurance, providing certified payroll documentation, and re-establishing electrical and service connections. The intent is to create a fully operational chiller system, inclusive of training and documentation upon project completion. Submission instructions and final proposal requirements will be outlined in the forthcoming solicitation package, with a proposal deadline of July 8, 2025. A site visit will also be scheduled, emphasizing contractor engagement in the project process.
    The Department of Veterans Affairs (VA) announces a Request for Proposals (RFP) for a construction contract to replace Chiller #1 at the Marion VA Medical Center in Marion, Illinois. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis per the Federal Acquisition Regulation (FAR). The estimated contract value ranges from $500,000 to $1,000,000, requiring contractors to have experience with similar projects, particularly in healthcare settings. Key evaluation factors include relevant past performance, technical construction experience, qualifications of personnel, and the contractor's safety plan. A mandatory site visit is scheduled for June 13, 2025, and all proposals must be submitted electronically by July 7, 2025. Contractors are advised to complete the required bid bond and ensure compliance with the outlined technical and safety specifications. Additionally, contractors must be registered in SAM.gov and fulfill employment reporting requirements regarding disabled veterans. This RFP reflects the VA's commitment to supporting veteran-owned businesses while maintaining high construction standards for services to the healthcare sector.
    The Sources Sought Notice (Solicitation Number 36C25525R0095) issued by the Department of Veterans Affairs seeks to identify potential contractors for the "Replace Chiller #1" project at the Marion VA Medical Center in Illinois. This notice is intended for market research, not a solicitation, and facilitates responses from construction firms, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The project entails the removal of an existing chiller and installation of a new unit, including upgrades to associated plumbing and cooling tower systems. Key highlights include the qualification requirements for interested firms, which must outline their capabilities and relevant experience, as well as socio-economic status under NAICS Code 238220. The anticipated cost range for this project is between $500,000 to $1,000,000, with a performance timeframe of 150 calendar days upon notice to proceed. Moreover, the directive specifies compliance with safety standards, quality control measures, Davis Bacon Act wage rates, and various codes such as OSHA and International Mechanical Code. To participate, potential contractors must submit a detailed Capability Statement by the deadline of May 15, 2025, to the contracting office. Overall, this project aims to enhance the mechanical systems at the VA facility, ensuring operational efficiency and compliance with federal standards.
    The document outlines amendments to Request for Proposal (RFP) 36C25525R0095 concerning the project to replace Chiller #1 at the Department of Veterans Affairs, Marion VAMC, Illinois. The main purpose is to clarify proposal instructions and technical requirements for prospective contractors. It specifies a Lowest Price Technically Acceptable (LPTA) selection process, emphasizing the importance of detailed documentation and adherence to evaluation factors including past performance, technical experience, qualifications of key personnel, and safety plans. Contractors must submit proposed documentation through specified volumes, with particular focus on relevant past performance and technical experience related to similar healthcare construction projects. The proposal must demonstrate compliance with safety standards and detail the contractor's safety plans. Notably, the RFP stipulates strict requirements for the personnel involved in the project and mandates that substituted subcontractors or personnel maintain the qualifications assessed during the evaluation. The document places significant importance on a competitive proposal process while ensuring that the awarded contract meets technical standards essential for the successful completion of the project.
    The project 657A5-25-101, coordinated by the Department of Veterans Affairs, focuses on replacing Chiller #1 at a VA facility. The contractor is tasked with site preparation, including demolition and disposal of existing structures, installation of a new chiller unit and its associated systems, and ensuring proper integration with existing controls. The scope includes significant site safety measures, adherence to a strict construction schedule, and compliance with the VA's security management protocols. The contractor must maintain continuous utility services during construction and ensure minimal disruption to the facility's operations, which serve veterans 24/7. Detailed engineering designs must be developed to facilitate changes, such as relocating electrical systems and installing new access points. The project requires comprehensive documentation, including as-built drawings, a warranty management plan, and compliance with environmental regulations for hazardous materials. Overall, this initiative reflects the VA's commitment to enhancing the quality of services provided to veterans through infrastructure improvements while adhering to rigorous safety and operational standards.
    The Marion VA Medical Center's project aims to replace Chiller #1, detailing the disconnection and removal of the existing unit followed by the installation of a new chiller along with plumbing upgrades to the cooling tower. The work is scheduled for a period of 180 days, focusing on a replacement window from October 15 to March 15 to minimize operational disruption. Key requirements include adherence to various regulatory codes, the provision of performance and payment bonds, with insurance coverage until project completion. The contractor must coordinate all work while ensuring proper environmental disposal of the old chiller and compliance with seismic design standards. Additionally, the contractor is tasked with generating a Quality Control Program, a Safety Plan, and a comprehensive Project Schedule to facilitate the work. Significant emphasis is placed on avoiding disruption to normal VAMC operations, necessitating prior approvals for utility interruptions. Overall, the project underscores the VA’s commitment to maintaining infrastructure integrity and efficient operation while adhering to federal contracting guidelines and standards, ensuring a safe and functional environment for patients and staff at the Marion VAMC.
    Lifecycle
    Similar Opportunities
    Y1DZ--Replace Chiller No. 2 Construction 556-24-106
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of Chiller No. 2 at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project involves the complete demolition of an existing 1000-ton York centrifugal chiller and the installation of a new 1000-ton water-cooled centrifugal magnetic drive chiller, along with associated systems, to enhance operational reliability and compliance with current standards. The contract, valued between $1 million and $2 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurship. Interested contractors must submit their bids by July 10, 2025, and are encouraged to attend a site visit scheduled for June 12 and 17, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Lynn H VanderVelde at lynn.vandervelde@va.gov.
    C1DA--578 25 010 Design Upgrade Chillers for Buildings 113 and 128
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design and engineering services for the upgrade of chillers in Buildings 113 and 128 at the Edward Hines Jr. VA Hospital in Hines, Illinois. The project aims to enhance the efficiency and reliability of the existing HVAC systems, which have been deemed inadequate since their installation in 2005, by conducting a thorough investigation, developing a comprehensive design package, and overseeing construction administration. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction cost between $2 million and $5 million, with proposals due by 10:00 a.m. CST on July 10, 2025. Interested firms should contact Kaiden A. Haynes at kaiden.haynes@va.gov for further details.
    Z1DA--657-23-101JB FCA Replace Various Air Handling Units/Chillers Buildings 1, 24 and 51
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction contract to replace various air handling units and chillers in Buildings 1, 24, and 51 at the Jefferson Barracks Division of the VA Medical Center in St. Louis, Missouri. The project, identified as 657-23-101JB, aims to enhance the heating, ventilation, and air conditioning systems, addressing poor facility conditions with an estimated cost between $5 million and $10 million. This upgrade is crucial for improving energy efficiency and the healthcare environment for veterans, aligning with federal sustainability initiatives. Interested contractors must attend a site visit on June 11, 2025, and submit proposals by July 14, 2025, with evaluations based on technical experience, safety plans, and past performance. For further inquiries, contact Contracting Specialist James J Petrik at james.petrik@va.gov.
    Z1DA--Improve Sewer System and Water Loop 610-21-104
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the improvement of the sewer system and water loop at the VA Northern Indiana Healthcare System Marion Campus in Indiana. The project requires a contractor to provide all necessary labor, materials, and supervision to remove and replace storm and sanitary lines, repair roads, and install lift stations, among other tasks. This initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. The estimated contract value is between $5 million and $10 million, and it is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested parties must submit their bids by June 23, 2025, and can direct inquiries to Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov.
    Z1DA--556-24-107 Replace Cooling Tower Fans (VA-25-00066976)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to undertake the project titled "Replace Cooling Tower Fans" at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The project involves comprehensive renovations, including the removal and replacement of six existing cooling tower fans, along with necessary upgrades to associated power, controls, and materials to ensure long-term reliability and compliance. This initiative is particularly significant as it underscores the VA's commitment to maintaining functional healthcare facilities while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) through targeted procurement practices. The official solicitation is expected to be released on or around May 23, 2025, with bids due by June 23, 2025, and the estimated project cost ranges from $1,000,000 to $2,000,000. Interested parties can contact Contracting Officer Stacy Hoover at Stacy.Hoover2@va.gov or by phone at 608-256-1901 x13155 for further information.
    J041--Chiller Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide chiller repair services at the White River Junction VA Medical Center in Vermont. The procurement involves urgent repairs to chilled water equipment, including the replacement of oil pumps, temperature sensors, and condenser fan motors, as well as leak repairs on multiple chillers, which are critical for maintaining safety and comfort in research spaces. Interested parties must submit their quotations electronically by June 17, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, contractors can contact Kenya Mitchell at kenya.mitchell1@va.gov or by phone at 860-666-6951.
    Y1DA | 580-22-100 | REPAIR REPLACE MAIN CHILLED WATER DISTRIBUTION SYSTEM | AMENDMENT 0003
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "Repair Replace Main Chilled Water Distribution System" project at the Michael E. DeBakey VA Medical Center in Houston, Texas. This project, designated as number 580-22-100, involves extensive upgrades to the chilled water distribution system, including the installation of new pumps and distribution lines, while ensuring compliance with safety and operational standards in a healthcare environment. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $5 million and $10 million, and proposals are due by June 20, 2025. Interested parties should contact Lisa Peace at Lisa.Peace@va.gov for further details and ensure they are registered with the SBA VetCert and the System for Award Management (SAM) prior to submission.
    Z1DA--Replace AHU-05 in B406 and Add Humidification to B455 676-23-004
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Unit AHU-05 in Building 406 and the addition of humidification systems in Building 455 at the Tomah VA Medical Center in Wisconsin. This project, designated as Contract No. 676-23-004, involves comprehensive construction efforts, including the demolition of existing mechanical systems and installation of new HVAC equipment, while ensuring minimal disruption to ongoing medical operations. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2 million and $5 million, with a performance timeline of 336 calendar days post-award. Interested contractors are encouraged to attend a site visit on June 23 and 24, 2025, and must submit any questions regarding the solicitation by July 9, 2025. For further inquiries, Lynn H VanderVelde can be contacted at lynn.vandervelde@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 soliciting proposals for the replacement of Variable Air Volume (VAV) boxes in Building 60 at the Dallas VA Medical Center. The project requires contractors to conduct comprehensive site assessments, demolish existing VAV boxes, and install new units while adhering to safety and environmental regulations. This initiative is crucial for enhancing the facility's infrastructure and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals by June 20, 2025, following a mandatory site visit on May 20, 2025, and can direct inquiries to Contracting Officer Horacio Fernandez at Horacio.Fernandez@va.gov.
    J041--Chiller Monthly Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide monthly chiller maintenance services at the Northampton VA Medical Center in Massachusetts. This Sources Sought notice aims to conduct market research to identify potential suppliers capable of fulfilling the requirements outlined in the Performance Work Statement, particularly in managing cooling tower water systems in compliance with federal and local regulations, including health and safety standards related to Legionella and other waterborne pathogens. Interested parties must submit their capabilities and qualifications by 10 am EST on June 17, 2025, via email to Contracting Officer Tnauri Woodbridge at tnauri.woodbridge@va.gov. Vendors must also be registered in the System for Award Management (SAM) to be eligible for future contract opportunities.