J041--Solicitation - Cooling Tower Fill Replacement and Repairs
ID: 36C24225Q0180Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting quotes for a firm-fixed price contract focused on the Cooling Tower Fill Replacement and Resealing Joints at the Rome VA Community Based Outpatient Clinic in New York. The project requires contractors to replace fill materials and seal joints for two cooling towers, ensuring compliance with OEM standards and federal regulations, while managing the disposal of old materials. This procurement is crucial for maintaining essential cooling services at the clinic, with the estimated period of performance set from February 1, 2025, to April 15, 2025, and a response deadline for quotes extended to February 14, 2025. Interested vendors can contact Contracting Officer Daniel Zielinski at daniel.zielinski@va.gov or by phone at 716-862-7461 x22380 for further details.

    Point(s) of Contact
    Daniel ZielinskiContracting Officer
    716-862-7461 x22380
    daniel.zielinski@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) by the Department of Veterans Affairs for a firm-fixed price contract focused on the Cooling Tower Fill Replacement and Resealing Joints at the Rome VA Outpatient Clinic. The project is scheduled from February 1, 2025, to April 15, 2025, and entails replacing fill materials and sealing joints for two cooling towers, along with all associated labor, equipment, and material provisions. Contractors are required to ensure compliance with OEM standards, manage the proper disposal of old materials, and follow federal regulations during service execution. Participation is open to various business categories, including small businesses, veteran-owned, and service-disabled veteran-owned businesses, as per the solicitation's guidelines. Contractors must submit technical proposals detailing capabilities, evidence of relevant past performance, and pricing. The evaluation criteria will focus on technical abilities, past performance reliability, and cost-effectiveness. This RFQ exemplifies the government's initiative to utilize contractor expertise in maintaining essential services while fostering inclusive business participation.
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs' Network Contracting Office (NCO) 2. This amendment primarily serves to extend the deadline for receipt of offers to January 21, 2025, at 4:00 PM EST. Additionally, it includes new information relevant to the solicitation regarding the servicing of cooling towers, which is supported by newly added photographs. The directive emphasizes the necessity for contractors to acknowledge receipt of this amendment to avoid rejection of their offers. Overall, the amendment ensures all parties are updated with critical changes affecting the bidding process while maintaining compliance with federal contracting protocols.
    The document is an amendment to a solicitation related to a contracting process administered by the Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 2. This amendment extends the estimated period of performance for a specified contract from its initial end date to accommodate necessary lead time for material orders, now scheduled between February 1, 2025, and May 31, 2025. It emphasizes the importance of timely acknowledgment of the amendment by contractors, which can be achieved through various submission methods. The document provides formal instructions for acknowledging the amendment and specifies the implications of not adhering to the stipulated acknowledgment deadlines. The signing official for the amendment is Daniel Zielinski, the Contracting Officer. Overall, this amendment reflects procedural adherence in federal contracting and indicates the ongoing projects of the Department of Veterans Affairs.
    The document serves as an amendment to an existing solicitation, modifying the terms related to the submission of offers for a contract overseen by the Department of Veterans Affairs, Network Contracting Office (NCO) 2. The key updates include an extension of the due date for receipt of offers to February 14, 2025, at 4:00 PM EST, and a change in the estimated period of performance to span from March 1, 2025, to May 31, 2025. It specifies that vendors who have already submitted quotes do not need to take further action, although they may choose to submit new quotes. This amendment follows established procurement guidelines and emphasizes the importance of timely acknowledgment of changes by contractors to avoid the rejection of their offers. Overall, the document highlights the process of managing contract modifications and the timeline for responses related to federal contracting.
    The document is a Wage Determination Notice issued by the U.S. Department of Labor’s Employment Standards Administration regarding the Service Contract Act. It outlines the minimum wage and fringe benefits applicable to specific job classifications for federal contracts in New York's Herkimer and Oneida counties. The determination specifies two executive orders—EO 14026 and EO 13658—that mandate minimum wage rates of at least $17.20 and $12.90 per hour, respectively, depending on contract dates. Additionally, the document charts various occupations and their corresponding wage rates, emphasizing the importance of annual adjustments to these rates. It also discusses the requirements for fringe benefits, such as health and welfare contributions, vacation, and paid holidays, while detailing relevant exclusions and conformance processes for additional job classifications. The primary purpose of this document is to inform contractors of wage standards they must comply with under federal contracts, ensuring fair compensation for workers engaged in service work. It supports regulatory consistency across federal contract jobs and establishes clear guidelines for contractors, which are critical for adherence to labor laws in RFPs and grants.
    The presolicitation notice outlines a forthcoming Request for Proposals (RFP) concerning the Cooling Tower Fill Replacement and Repairs at the Rome VA Outpatient Clinic in Rome, NY. This solicitation, identified by the number 36C24225Q0180, is set to be published around January 8, 2025, with a response deadline of the same day at 10:00 AM Eastern Time. It is designated as a small business set-aside, and the work is scheduled to occur between February 1, 2025, and April 15, 2025. The contract scope includes the replacement of cooling tower fill and resealing of joints, critical for maintaining the facility's operational efficiency. The contracting officer, Daniel Zielinski, is the primary contact for inquiries. This presolicitation underscores federal efforts to involve small businesses in government contracts and demonstrates a commitment to facility maintenance within the Department of Veterans Affairs.
    This document outlines the Statement of Work for the Cooling Tower Fill Replacement and Resealing Joints at the Rome VA Community Based Outpatient Clinic (CBOC), scheduled from February 1, 2025, to May 31, 2025. The contractor is tasked with providing all necessary labor, materials, and equipment, including the removal and disposal of existing fill material. New fill material is to meet OEM specifications, with specific requirements for PVC fill resistant to decay and able to withstand high temperatures. Installation must comply with manufacturer guidelines and include joint sealing. Work must be conducted during regular business hours, with prior scheduling with the VA. The contractor is responsible for adhering to EPA regulations during the project and must submit relevant safety documentation for materials. Key considerations include maintaining service for the cooling towers, ensuring no more than one tower is out of service at a time, and providing testing documentation for non-OEM materials. This RFP emphasizes compliance with industry standards and regulations while ensuring the operational integrity of the cooling systems at the clinic.
    Similar Opportunities
    J045--Replace Chiller #2 Project 526-22-105
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace Chiller 2 at the James J. Peters Veterans Affairs Medical Center in Bronx, New York. The project involves the installation of a new York 1200 Ton VSD Magnetic bearing chiller, requiring compliance with various safety, environmental, and regulatory standards, as well as the provision of a temporary chiller during the replacement process. This initiative is crucial for modernizing the facility's HVAC systems to ensure operational efficiency and reliability, with an estimated contract value between $1,000,000 and $2,000,000. Interested parties must submit their bids by February 18, 2025, and can direct inquiries to Contracting Officer Patricia Cordero at Patricia.Cordero@va.gov.
    4120--36C26125Q0299 PAD Cooling Tower Repair
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for the repair of the Cooling Tower at the Palo Alto VA Healthcare System in California, under contract number 36C26125Q0299. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will utilize the NAICS code 236220 for Commercial and Institutional Building Construction. The initiative is part of the VA's commitment to maintaining and enhancing its facilities to better serve veterans. Interested parties should note that the solicitation documents are expected to be available around February 12, 2025, with a response deadline of February 27, 2025, at 8:00 AM Pacific Time; inquiries can be directed to Contract Specialist Alex Arter at alex.arter@va.gov.
    N041--Answer Technical Questions | NTX HVAC Coil Replacements
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of HVAC coils at the Dallas VA Medical Center under solicitation number 36C25725Q0217. This project involves the removal of old coils and installation of new VA-supplied coils, requiring qualified contractors to adhere to safety protocols and provide detailed service reports post-installation. The initiative emphasizes the VA's commitment to engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) while ensuring the efficient operation of its facilities. Interested contractors must submit their proposals by February 14, 2025, at 4 PM Central Time, and can contact Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov or 254-899-6034 for further details.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The project, identified as Z1DA--556-23-104, requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This initiative is crucial for modernizing the facility's infrastructure while ensuring compliance with stringent safety and operational standards. Interested contractors must submit their proposals by March 5, 2025, and can direct inquiries to Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    Condenser and Coil Replacement American Lake VA Medical Center at BLDG 81
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the replacement of condensers and coils at the American Lake VA Medical Center, specifically in Building 81. The project involves the installation of custom evaporator coils, outdoor condensing units, and new refrigeration piping for two air handling units, AHU-5 and AHU-9, while ensuring compliance with VA safety and environmental standards. This initiative underscores the VA's commitment to maintaining its facilities and providing a safe environment for patients and staff through essential mechanical system upgrades. Interested contractors can reach out to Adam Hill at adam.hill3@va.gov or call 360-619-5977 for further details regarding this sources sought notice.
    J030--NTX Bldg. 1 Generator Radiator & Aftercooler Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of the generator radiator and aftercooler at Building 1 of the Dallas Veterans Affairs Medical Center, under solicitation number 36C25725Q0242. This urgent project aims to address deficiencies in the existing generator, ensuring reliable backup power capabilities during testing, and requires the contractor to provide all necessary parts, labor, and materials, including proper disposal of old components and load testing of new installations. The contract, valued at approximately $22 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a response deadline of February 17, 2025, at 4 PM Central Time. Interested contractors can reach out to Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov for further information.
    4120--Brand Name Only Liberty PCW Chilled Water 5 Ton Cooling Unit
    Buyer not available
    The Department of Veterans Affairs is seeking potential suppliers for two Liebert PCW Chilled Water 5 Ton Cooling Units, specifically Part PW017UC1C109ES, for the Erie VA Medical Center. This procurement is urgent due to the repeated failures of the current cooling system, which is vital for maintaining the IT infrastructure that supports essential healthcare services. The VA requires units that meet specific compatibility and operational parameters to ensure reliable cooling solutions and uninterrupted healthcare operations. Interested respondents must provide their company details and respond to questions regarding business size, manufacturing, and capability by February 20, 2025. For further inquiries, contact Contract Specialist McDaniel Brayboy III at mcdaniel.brayboy@va.gov or call 916-841-7834.
    J041--J041/238220 | Heating and Cooling | HVAC Refrigeration Equipment Replacement for Walk-in Fridge | Philadelphia VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Veteran-Owned Small Businesses (VOSBs) for the replacement of HVAC refrigeration equipment at the Philadelphia VA Medical Center. The project involves the replacement of failing components in a walk-in cooler, requiring bidders to provide all necessary parts, labor, and materials while adhering to stringent specifications regarding equipment capabilities and environmental safety. This procurement is crucial for maintaining operational efficiency at the facility, with proposals due by February 14, 2025, and a mandatory site visit scheduled for January 30, 2025. Interested contractors should direct inquiries to Contract Specialist Eric Christy via email, and must acknowledge Amendment 0001 to the solicitation when submitting their quotes.
    C223--405-25-002 | A/E Multi-stack Chiller Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the Multi-stack Chiller Replacement project at the White River Junction VA Medical Center in Vermont. The project aims to replace unreliable multi-stack modular chillers and associated cooling system components to enhance energy efficiency and operational reliability, with a budget estimated between $1 million and $5 million. This procurement is critical for maintaining the healthcare facility's infrastructure while ensuring compliance with various codes and standards during the upgrade process. Interested firms, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their qualifications via SF 330 packages by February 28, 2025, and direct any inquiries to Contracting Specialist Deborah L. Hughes at deborah.hughes4@va.gov.
    4130--618-25-2-6017-0018 - Supply - Freeze Proof Steam Coil - MPLS
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of an Armstrong Freeze Proof Steam Coil, specifically designed for the Minneapolis Veterans Affairs Health Care System. This single-source acquisition is critical for maintaining the HVAC system's operational integrity, ensuring a safe and comfortable environment for veterans and staff, as the unique specifications of the coil necessitate sourcing directly from the Original Equipment Manufacturer, Armstrong International. The Request for Proposal (RFP) emphasizes small business participation and requires submissions to demonstrate the ability to meet performance standards, with offers due by February 26, 2025, and inquiries accepted until February 19, 2025. Interested parties can contact Contract Specialist Robert J Bennett at Robert.Bennett8@va.gov for further information.