Emergency - Service Replacement Chiller (York Chiller 120 Ton Chiller (or equal)
ID: 36C25625Q0801Type: Combined Synopsis/Solicitation
AwardedMay 5, 2025
$219.7K$219,690
AwardeeSERVICE SOLUTIONS PLUMBING LLC SHERIDAN 72150
Award #:36C25625P0917
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    The Department of Veterans Affairs is seeking quotes for the replacement of an air-cooled chiller at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas. The project involves the removal of an existing McQuay chiller and the installation of a York 120 Ton chiller or an equivalent, requiring comprehensive management, labor, and adherence to safety and environmental protocols. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes the importance of minimizing disruption to facility operations during the installation process. Quotes are due by April 29, 2025, at 2:00 PM CST, and interested contractors should direct inquiries to Caleb Parker at caleb.parker@va.gov, with a site visit scheduled for April 25, 2025, from 11:00 AM to 2:30 PM CST.

    Point(s) of Contact
    Caleb ParkerContract Specialist
    (713) 791-1414 ext. 149866
    Caleb.Parker@va.gov
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation notice regarding the replacement of an existing air-cooled chiller at the Veterans Health Care System of the Ozarks. The Department of Veterans Affairs (VA), via Network Contracting Office 16, mandates that the project is exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and outlines a strict response deadline of April 29, 2025. The replacement entails the removal of an existing McQuay chiller and the installation of a York 150-ton chiller or equivalent, ensuring all work is conducted with minimal disruption to ongoing facility operations. Key requirements include possessing requisite HVAC and electrical licenses, providing detailed technical capabilities, and following stringent safety protocols. Comprehensive project specifications detail the work's scope, covering management expectations, safety regulations, timelines, site access, and quality assurance, ensuring compliance with relevant standards and operational continuity. This solicitation reflects the government's commitment to supporting veteran-owned businesses while maintaining high service and operational standards within its healthcare facilities.
    The Veterans Health Care System of the Ozarks is soliciting quotes for the replacement of an air-cooled chiller (York 150 Ton or equivalent) at its Fayetteville, Arkansas facility. This solicitation is issued as a Request for Quote (RFQ) under solicitation number 36C25625Q0801 and is set-aside for service-disabled veteran-owned small businesses (SDVOSB). Interested vendors must submit their quotes by April 29, 2025, and can schedule site visits on April 25, 2025. The project requires complete management and execution of the chiller replacement, encompassing the removal of the existing chiller and all necessary components, while ensuring minimal disruption to hospital operations. The contractor must adhere to safety standards, obtain required licenses, and have experience in a healthcare environment. The project also demands compliance with various codes and requires a 24-hour emergency service post-completion. Key evaluation criteria include technical capability and price, with an emphasis on meeting or exceeding the government's requirements. The VA expects thorough documentation and a warranty for work performed, underscoring its commitment to quality and operational continuity in veterans' care facilities.
    The document presents a combined synopsis and solicitation notice for the replacement of a chiller at the Veterans Health Care System of the Ozarks. The solicitation, numbered 36C25625Q0801, is a Request for Quote (RFQ) exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The work entails the removal of the existing McQuay chiller and installation of a York 120 Ton chiller or equivalent, requiring comprehensive management and labor. Proposals must include site-specific information, safety compliance, and technical capabilities that conform to the Statement of Work (SOW) within a 14-day performance timeline, scheduled on weekends to minimize disruption to facility operations. Quotes are due by April 29, 2025, with strict requirements for documentation and adherence to federal regulations. Evaluations prioritize technical capability and price, ensuring that proposals not meeting minimum requirements may be disqualified. The document underscores compliance with security, safety, and environmental protocols, reflecting the government's commitment to quality and accountability in its contracting process.
    The document presents a combined synopsis and solicitation notice for the replacement of a chiller at the Veterans Health Care System of the Ozarks. The solicitation, numbered 36C25625Q0801, is a Request for Quote (RFQ) exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The work entails the removal of the existing McQuay chiller and installation of a York 120 Ton chiller or equivalent, requiring comprehensive management and labor. Proposals must include site-specific information, safety compliance, and technical capabilities that conform to the Statement of Work (SOW) within a 14-day performance timeline, scheduled on weekends to minimize disruption to facility operations. Quotes are due by April 29, 2025, with strict requirements for documentation and adherence to federal regulations. Evaluations prioritize technical capability and price, ensuring that proposals not meeting minimum requirements may be disqualified. The document underscores compliance with security, safety, and environmental protocols, reflecting the government's commitment to quality and accountability in its contracting process.
    The document outlines a Request for Quote (RFQ) for the replacement of an air-cooled chiller at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas. The solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 238220, focusing on HVAC services. Quotes are due by April 28, 2025, and must be submitted via email. The contractor is required to provide a complete turnkey solution, which includes all necessary materials, labor, equipment, and disposal of the old system. Emphasis is placed on safety, adherence to various codes and standards, and minimizing disruption to the facility's operations. Completion of the project is expected within 14 days, with work scheduled during weekends to avoid impacting hospital activities. Key qualifications required for the contractor include having a Class A HVAC Contractor License, extensive experience in chiller installation in healthcare environments, and compliance with health and safety regulations. The document also specifies procedures for submitting questions and ensuring compliance with federal regulations regarding records management and safety protocols. Invoicing must be handled electronically, and performance evaluations will consider both technical capability and pricing.
    The document outlines a Request for Quote (RFQ) for the replacement of an air-cooled chiller at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas. The solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 238220, focusing on HVAC services. Quotes are due by April 28, 2025, and must be submitted via email. The contractor is required to provide a complete turnkey solution, which includes all necessary materials, labor, equipment, and disposal of the old system. Emphasis is placed on safety, adherence to various codes and standards, and minimizing disruption to the facility's operations. Completion of the project is expected within 14 days, with work scheduled during weekends to avoid impacting hospital activities. Key qualifications required for the contractor include having a Class A HVAC Contractor License, extensive experience in chiller installation in healthcare environments, and compliance with health and safety regulations. The document also specifies procedures for submitting questions and ensuring compliance with federal regulations regarding records management and safety protocols. Invoicing must be handled electronically, and performance evaluations will consider both technical capability and pricing.
    The Veterans Health Care System of the Ozarks is seeking proposals for the replacement of an air-cooled chiller, specifically a York 150 Ton Chiller or an equivalent model. This solicitation operates under a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires quotes to be submitted by April 28, 2025. The work includes the removal and disposal of an existing McQuay chiller and installation of the new unit in compliance with specified industry standards. Contractors must possess necessary qualifications, including relevant licenses and prior experience in healthcare chiller installations. The period of performance is limited to fourteen calendar days, with work to be conducted during weekends to minimize disruption to facility operations. The detailed Statement of Work (SOW) outlines responsibilities, safety measures, and qualifications, emphasizing the contractor’s need to ensure minimal operational impact during project execution. Furthermore, the document highlights required compliance with specific federal regulations and mandates electronic submission of invoices. Overall, this RFP reflects the VA's commitment to improving healthcare facilities while supporting veteran-owned businesses through targeted contracting opportunities.
    The Veterans Health Care System of the Ozarks is soliciting quotes for the replacement of an air-cooled chiller, specifically a York 150 Ton Chiller or an equivalent model. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires compliance with Federal Acquisition Regulation (FAR) and additional VA stipulations. Interested vendors must submit their quotes by April 28, 2025, via email, while all questions must be addressed by April 24, 2025. The project includes removal and disposal of the existing chiller and involves detailed work specifications to ensure compliance with national codes and VA guidelines. The contractor is expected to provide all necessary equipment, labor, and oversight, ensuring minimal disruption to healthcare operations at the facility. Additionally, the contractor must demonstrate qualifications suitable for such a healthcare environment and maintain safety and security protocols throughout the project. Given the extensive regulations concerning safety, record management, and qualifications, this RFP emphasizes a structured approach to ensuring successful completion of the project in line with VA standards while supporting small business initiatives.
    The Veterans Health Care System of the Ozarks is issuing a Request for Quotes (RFQ) for the replacement of an air-cooled chiller, specifically the York 150 Ton Chiller or an equivalent. This procurement is entirely set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for all aspects of the project, including removal of the existing chiller, installation of the new chiller, and coordination with the facility's current systems. The work must be conducted with minimal disruption to hospital operations and completed within a 14-day period, primarily over weekends. Contractors must meet specific qualifications, including relevant certifications and a minimum of five years of similar experience in a healthcare setting. The RFQ outlines stringent safety, compliance, and quality standards, including a one-year warranty on workmanship and a five-year parts warranty. Responses must be submitted by April 29, 2025, at 2 PM CST, with site visits scheduled for April 25, 2025. This initiative reflects the government's commitment to modernizing healthcare facilities while supporting veteran businesses within the procurement process.
    The Veterans Health Care System of the Ozarks has issued a Request for Quote (RFQ) for the replacement of an air-cooled chiller (York 150 Ton or equivalent) at their Fayetteville, Arkansas facility. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), seeks to provide complete chiller installation services, including the removal and disposal of the existing chiller. The contractor must adhere to specific qualifications and regulatory codes, ensuring minimal disruption to ongoing operations at the facility. Key requirements include providing comprehensive maintenance, warranties, and emergency services, alongside a commitment to safety and infection control. The deadline for submission of quotes is April 29, 2025, with site visits scheduled for April 25, 2025. The evaluation of quotes will consider both technical capability and pricing, with clarity and thorough compliance essential for risk mitigation during the selection process. This procurement reflects the VA’s ongoing commitment to enhancing healthcare infrastructure while fostering support for veteran entrepreneurship within the contracting space.
    The document is a final invoice memo intended for a contracting officer regarding a specific contract and purchase order. It serves to confirm that there are no pending invoices related to the referenced contract and purchase order. The memo includes fields for entry of the contract/order number, purchase order number, and the vendor representative's name, title, contact information, signature, and date. This communication ensures proper documentation and clarity in the transaction process, highlighting the vendor's compliance in financial matters pertaining to government contracts. It demonstrates the significance of maintaining accurate invoicing records in the fulfillment of government requests for proposals (RFPs), grants, and state and local projects.
    The document outlines a series of guidelines pertaining to federal and state RFPs (Requests for Proposals) and grants within the context of government contracting. It emphasizes the importance of adhering to specific standards and procedures during the bidding and grant application processes. Key topics include acceptable practices in project management, compliance with federal regulations, and financial accountability requirements. The guidelines provide detailed instructions on necessary documentation, assessment criteria for proposals, and the evaluation process for funding distribution. Understanding these parameters is crucial for organizations seeking federal assistance or contracts, ensuring they meet eligibility criteria and submit competitive bids. Overall, the document serves as a comprehensive framework for navigating the complexities of government-funded initiatives, underscoring the significance of compliance and strategic alignment in securing funding and managing projects effectively.
    The document outlines an amendment to the Request for Quote (RFQ) 36C25625Q0801 for replacing an air-cooled chiller at the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas. The amendment includes the posting of Questions and Answers (Q&As) from potential contractors regarding the Statement of Work (SOW) and clarifies key project specifications. The contractor is responsible for providing management, labor, materials, and equipment necessary to replace the chiller, which includes adhering to specific codes and regulations. It emphasizes the need for safety, minimal disruption to ongoing operations, and proper documentation of all activities related to the project. Furthermore, specific qualifications are required for the contractor, who must hold appropriate licenses and possess significant experience in healthcare chiller installations. Additional considerations include emergency services, safety protocols during work, and maintaining compliance with federal record management laws. Overall, the amendment aims to ensure clarity, compliance, and effective execution of the chiller replacement project while maintaining the operational integrity of the health care facility.
    The document outlines the site visit instructions for a project titled "Service Replacement Chiller," specifically for a York 150 Ton Chiller or equivalent, under Solicitation 36C25625Q0801. The site visit is scheduled for April 25, 2025, from 11:00 AM to 2:30 PM CST at the Fayetteville VA Medical Center, Arkansas. Attendance is highly encouraged for all eligible offerors, with strict health protocols advising those ill not to attend. This visit provides the only opportunity for contractors and their subcontractors to view the site during the solicitation phase. Contractors are advised to park in designated "Visitor" areas, allowing closer spaces for patients, and should arrive early to accommodate parking. This document emphasizes the importance of being prompt and prepared while highlighting guidelines for attendance and logistics specific to the site visit related to the federal contracting process.
    The document outlines the site visit instructions for a project titled "Service Replacement Chiller," specifically for a York 150 Ton Chiller or equivalent, under Solicitation 36C25625Q0801. The site visit is scheduled for April 25, 2025, from 11:00 AM to 2:30 PM CST at the Fayetteville VA Medical Center, Arkansas. Attendance is highly encouraged for all eligible offerors, with strict health protocols advising those ill not to attend. This visit provides the only opportunity for contractors and their subcontractors to view the site during the solicitation phase. Contractors are advised to park in designated "Visitor" areas, allowing closer spaces for patients, and should arrive early to accommodate parking. This document emphasizes the importance of being prompt and prepared while highlighting guidelines for attendance and logistics specific to the site visit related to the federal contracting process.
    Similar Opportunities
    4130--Supply: Chiller Rental
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotations for the rental of two 550-ton chillers for the Malcom Randall VA Medical Center located in Gainesville, Florida. This procurement involves a firm-fixed-price contract for temporary air-cooled rental chillers, which includes delivery, installation, operation, and removal, with a base period from February 1, 2026, to September 30, 2026, and two optional one-year extensions. The chillers are essential for maintaining optimal climate control within the medical facility, ensuring a comfortable environment for patients and staff. Interested vendors must submit their quotes via email to Contracting Officer Scott K. Brickey at scott.brickey@va.gov by December 23, 2025, at 4:30 PM EST, and are encouraged to attend a site visit scheduled for December 10, 2025.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    [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--SPS VFD REPLACEMENT 26 WASHINGTON DC VAMC 688-26-1-459-0041
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the replacement of Variable Frequency Drives (VFD) at the Washington DC VA Medical Center (VAMC). The project involves replacing two ABB ACH580 VFDs with bypasses, upgrading from existing ACH-550-031A-4 VFDs to ACH-550-045A-4 or equivalent, while ensuring continuous operation of air handlers. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561210, emphasizing the importance of supporting veteran-owned enterprises in facilities support services. Interested contractors must submit their quotes by December 19, 2025, at 10:00 AM EST, and can contact Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or 843-814-0299 for further details.