Y1DZ--Replace Chiller No. 2 Construction 556-24-106
ID: 36C25225B0020Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

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

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)
Timeline
    Description

    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.

    Point(s) of Contact
    Lynn H VanderVeldeContractor
    lynn.vandervelde@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs issued a solicitation for the replacement of Chiller No. 2 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. This project, valued between $1 million and $2 million, requires contractors to provide all necessary labor, materials, and supervision to complete the installation of a new 1000-ton centrifugal magnetic drive chiller system. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The performance period mandates project completion within 348 calendar days post-award. Contractors are required to submit a bid guarantee and performance and payment bonds. A site visit is scheduled for June 12 and 17, 2025, for potential bidders. Compliance with various safety and environmental standards, including VHA Directive 1192.01 on seasonal flu vaccinations, is a precondition for all personnel working on the project. The contractor must develop a project schedule, address safety documentation, and ensure all work complies with VA regulations. Bids must be submitted by July 10, 2025, highlighting the VA's commitment to modernizing healthcare facilities while fostering veteran entrepreneurship.
    The Department of Veterans Affairs (VA) is soliciting bids for a construction project to replace Chiller No. 2 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The project entails the complete demolition and installation of a new 1000-ton water-cooled chiller, including necessary systems like pumps, piping, and controls conforming to VA and industry standards. This presolicitation notice specifies that the contract is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring bidders to meet certain eligibility criteria. The estimated project value is between $1 million and $2 million, with a completion timeline of 348 days post-Notice to Proceed. The solicitation release is scheduled for June 6, 2025, with a response due by July 10, 2025. A pre-bid conference will be held, and potential bidders are encouraged to attend. Monitoring of the solicitation for amendments via Contact Opportunities is also expected. This project reflects the VA's ongoing commitment to maintaining infrastructure and providing reliable health care facilities.
    The document outlines the details for the replacement of Chiller 2 at the Captain James A. Lovell Federal Health Care Center (FHCC) in North Chicago, IL, as part of VA Contract #36C252-23-D-0061. The project involves the demolition of an existing 1000-ton York centrifugal chiller and its associated systems, followed by the installation of a new 1000-ton water-cooled centrifugal magnetic drive chiller along with necessary pumps, controls, and integration with the existing infrastructure. Key requirements include maintaining safety protocols, compliance with construction security, and quality control throughout the execution of the project. The Contractor must develop a detailed project schedule, addressing long-lead items to prevent delays, and ensure that all operations minimally impact the ongoing functions of the Medical Center. Additionally, strict documentation and reporting obligations for safety, testing, and warranties are established, with the emphasis on preserving existing structures and utilities during construction. The document is part of the broader context of government RFPs, ensuring compliance with federal contracting requirements while prioritizing the operational reliability of the VA facilities during the renovation.
    The document outlines the construction plans for replacing the Chiller 2 system at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The project involves the complete demolition and replacement of an existing 1000-ton York centrifugal chiller with a new 1000-ton water-cooled centrifugal magnetic drive chiller, along with associated systems including chilled water and condenser water pumps. The construction documents specify mechanical and electrical layouts, safety measures, and operational protocols in alignment with the U.S. Department of Veterans Affairs standards. Key details include the timeline for the 100% construction documents completion and the importance of minimal disruption to ongoing facility operations during construction. The plans emphasize rigorous testing, integration with existing systems, and ongoing maintenance accessibility. This initiative reflects the federal government's commitment to upgrading essential health care facilities while ensuring adherence to safety standards, operational efficiency, and reliability of services.
    The document outlines the general decision for wage determinations relevant to building and residential construction projects in specific counties of Illinois, under the auspices of the Davis-Bacon Act. It establishes minimum wage rates that contractors must adhere to, depending on the contract's entry date and whether relevant Executive Orders apply. For 2025, rates include a minimum of $17.75 per hour under Executive Order 14026 for newer contracts, and $13.30 per hour under Executive Order 13658 for contracts awarded between 2015 and early 2022. The file details various wage classifications and rates for skilled labor such as electricians, plumbers, ironworkers, and many others, along with their accompanying fringe benefits. It emphasizes the need for compliance with federal requirements for worker protections, including paid sick leave under Executive Order 13706. The guidance on wage rates, classifications, and the appeals process is essential for government contractors responding to federal, state, and local RFPs, ensuring they maintain fair labor standards in their operations.
    Lifecycle
    Similar Opportunities
    Z2DA--657A5-25-101, Replace Chiller #1
    Buyer not available
    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.
    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.
    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.
    Y1DZ--B1 Interior Demo & Abatement 556-24-102
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "B1 Interior Demo & Abatement" project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This federal contract involves the complete demolition and abatement of the interior of Building 1, covering approximately 56,600 square feet, and must be completed within 201 calendar days following the Notice to Proceed. The project is exclusively set aside for 100% Service-Disabled Veteran-Owned Small Business Firms, emphasizing the importance of compliance with safety, health regulations, and quality assurance processes throughout the construction. Interested bidders should contact Lynn H VanderVelde at lynn.vandervelde@va.gov for further details, and a site visit is scheduled for June 10 and 17, 2025, to facilitate understanding of project requirements.
    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.
    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.
    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.
    Z1DA--578-25-003 Renovate Elevators B200 (Construction) at the Hines VA Hospital in Hines, IL
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of elevators in Building 200 at the Hines VA Hospital in Hines, Illinois, under Project Number 578-25-003. This project aims to replace five passenger and three service elevators that have exceeded their useful life, enhancing functionality and reducing wait times for veterans. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and is budgeted between $10 million and $20 million, with a completion timeline of 829 calendar days from the issuance of the Notice to Proceed. Interested contractors must submit their proposals, including compliance with safety and environmental standards, by the specified deadlines, and can contact Contracting Officer Kristi Kluck at Kristi.Kluck3@va.gov or 414-844-4879 for further information.