Z2DA--657A5-25-101, Replace Chiller #1
ID: 36C25525R0095Type: Sources Sought
AwardedAug 13, 2025
$1.3M$1,307,501
AwardeeJETT'S SPECIALTY CONTRACTING, LLC Paducah KY 42003 USA
Award #:36C25525C0048
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)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a construction contract to replace Chiller #1 at the Marion VA Medical Center in Marion, Illinois. The project involves the disconnection and removal of the existing chiller unit, installation of a new chiller, and necessary plumbing upgrades, all while ensuring minimal disruption to the facility's operations. This initiative is crucial for maintaining the integrity and efficiency of the medical center's HVAC systems, which are vital for patient care. Proposals are due electronically by July 7, 2025, and the estimated contract value ranges from $500,000 to $1,000,000. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Contract Specialist Maria G Hoover at maria.hoover@va.gov for further details.

    Point(s) of Contact
    Kevin MahoneyContract Specialist
    (913) 684-0141
    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 document outlines an amendment (Amendment 002) to a Request for Proposal (RFP) concerning the replacement of Chiller #1 at the Department of Veterans Affairs, specifically under Project Number 657A5-25-101. The main purpose of the amendment is to publish a revised set of construction drawings, a statement of work, and specifications, which supersede the previously issued versions. Additionally, the period of performance for the project has been extended from 180 to 273 calendar days. It emphasizes that failure to acknowledge receipt of this amendment may result in the rejection of bids. The document also notes that all other terms and conditions of the solicitation remain unchanged, reflecting the typical formalities associated with government contracting processes. The revised documents are attached, ensuring clarity and adherence to the updated requirements of the project.
    The amendment to solicitation 36C25525R0095 addresses the replacement of Chiller #1 at the Marion, IL VA Medical Center, providing revised specifications and clarifications in response to contractor inquiries. Key updates include compliance with the Buy American Act, project tax exemption status, and protocols for contractor-supplied materials. Contractors are required to hire licensed structural engineers for certain design responsibilities, ensuring compliance with federal regulations. The document specifies that there will not be an Economic Price Adjustment Clause and outlines requirements for insurance coverage, including general and automobile liability, along with workers' compensation. Additionally, several operational queries are answered, such as expectations for project scheduling, required submittal platforms, and maintenance of existing systems. The importance of acknowledgment of amendments and attached specifications is stressed, as neglecting this could lead to offer rejection. The amendment serves to ensure that all parties involved in the project are adequately informed on specifications and contract conditions to facilitate compliance and execution 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 document outlines specifications for the federal project "Replace Chiller #1" under the Department of Veterans Affairs. The initiative includes comprehensive tasks such as the demolition of existing structures, the removal of the current chiller unit, and the installation of a new chiller and associated systems. Key processes entail reworking plumbing and electrical components and ensuring integration into existing systems, all while adhering to safety and quality standards. Contractors must manage security protocols and site access restrictions, with all work expected to minimize disruption to the ongoing operations of the Veterans Medical Center. The project has a performance period of 273 days, with critical construction limited to specific months to align with facility operations. Further, the contractor is required to provide comprehensive maintenance and operational manuals and document all changes and adaptations to the project as it advances. This endeavor demonstrates a focus on enhancing facilities dedicated to veterans while emphasizing regulatory compliance, waste reduction, and safety throughout the project lifecycle.
    The document outlines the specifications and requirements for a project titled "Replace Chiller #1" under the Department of Veterans Affairs. The primary objective is to replace an existing chiller unit, involving demolition of walls, removal of the old chiller, and installation of the new system while integrating it into the existing HVAC and control systems. Safety requirements are emphasized, alongside a strict adherence to timelines due to the project's sensitive setting within a medical facility. Key processes include disconnection and disposal of existing units, construction of new pads, electrical work for the new unit, and ensuring operational compliance with VA security protocols. The contractor must develop a project schedule that details the planned work phases and activities, ensuring minimal disruption to facility operations. Additionally, the necessity for maintaining utility services throughout construction is highlighted. Overall, the document emphasizes the VA's commitment to upgrading its facilities while prioritizing safety and operational continuity during the project's execution.
    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.
    The Marion VA Medical Center outlines a project to replace Chiller #1, detailing the disconnection, removal, and installation of a new chiller along with associated plumbing upgrades and integration into existing control systems. The contract period is limited to 273 calendar days, with physical work constrained to October 15 to April 30 to reduce impact on operations due to seasonal cooling demand. Key requirements include compliance with various building codes, a responsibility for performance and payment bonds, and the establishment of safety and quality control plans. The contractor must carefully coordinate demolition and installation activities, ensuring minimal disruption to existing operations, and conform to strict testing, training, and commissioning protocols for the new chiller system. Performance objectives necessitate delivering a fully operational chiller that meets the infrastructure needs of the VA medical facility. The project emphasizes adherence to industry standards and regulations, with strict guidelines for quality assurance and safety throughout the process. This undertaking reflects the government's commitment to maintaining and upgrading healthcare facilities to meet modern operational demands.
    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.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@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.
    C1DA--Replace Unsupported Switch Gear for Generators, 657A5-26-107
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the replacement of unsupported switchgear for generators and aging transformers at the Marion VA Medical Center in Illinois. This procurement is specifically restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms and aims to enhance the reliability of emergency power systems and overall power distribution at the facility. The selected firm will be responsible for comprehensive professional services, including design development, construction documents, and construction period services, with an anticipated contract award by February 28, 2026. Interested parties must submit an SF 330 qualification package by December 23, 2025, and can contact Contract Specialist Maria G Hoover at maria.hoover@va.gov or 913-946-1143 for further information.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    [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.
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@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.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.