J041--Solicitation - Cooling Tower Fill Replacement and Repairs
ID: 36C24225Q0180Type: Presolicitation
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
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 7, 2025, 12:00 AM UTC
  3. 3
    Due Jan 8, 2025, 3:00 PM UTC
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
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Y1DA--CON NRM 653-25-101 Replace Bldg 65 Chillers
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of chillers in Building 65 at the Roseburg VA Medical Center. The project involves comprehensive renovations, including the replacement of three chillers, roof leak repairs, and upgrades to the chemical feed control system, all while adhering to strict safety and compliance regulations. This initiative is crucial for enhancing the facility's mechanical infrastructure and ensuring efficient cooling to meet healthcare standards for veterans. Proposals are due by April 30, 2025, with an estimated contract value between $2,000,000 and $5,000,000, and interested parties should contact Contract Specialist Toni J. Knight at Toni.Knight@va.gov for further details.
Z1DA--692-24-105 Replace B211A Chiller
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of the B211A chiller at the Veterans Affairs Southern Oregon Rehabilitation Center. This construction project involves the removal of the existing chiller and installation of a new Dunham Bush ACDR55B model, with a contract value estimated between $500,000 and $1,000,000. The project is critical for maintaining efficient HVAC operations in a specialty care ward, ensuring minimal disruption to ongoing medical services while adhering to strict safety and operational standards. Interested contractors must submit proposals by 12:00 PM PDT on May 2, 2025, and are encouraged to contact Contract Officer Helen Woods at Helen.Woods@va.gov for further information.
Y1DZ--618-25-202, Replace Chiller #4
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to replace Chiller 4 at the Minneapolis VA Health Care System, specifically in Building 69. The project involves the removal of the existing chiller and installation of a new 1,100-ton centrifugal liquid chiller, along with necessary updates to associated equipment such as pumps and filters, all while ensuring compliance with current environmental regulations. This procurement is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated cost range between $1,000,000 and $2,000,000, with a performance period of 190 calendar days following the notice to proceed. Interested bidders must submit their proposals electronically by May 5, 2025, and can direct inquiries to Contract Specialist Trevor W Keyworth at Trevor.Keyworth@va.gov.
NTX Replacement of Steam Coils
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide HVAC services for the replacement of steam coils at the Dallas VA Medical Center. The project involves the removal of old HVAC units and the installation of new systems, with a budget of $19 million and a completion timeline of 60 days post-award. This procurement is particularly significant as it aims to enhance facilities for veterans while ensuring compliance with federal and VA regulations, with a preference for awards to service-disabled veteran-owned small businesses. Interested contractors must demonstrate prior experience with federal projects and adhere to strict documentation and wage compliance requirements, as outlined in the attached RFQ and wage determination documents. For further inquiries, potential bidders can contact Joseph A. Leyte at joseph.leyte@va.gov or by phone at 210-694-6315.
J041--HVAC Chiller Service
Buyer not available
The Department of Veterans Affairs is seeking qualified firms to provide HVAC chiller maintenance services for 12 chiller systems at the Tomah VA Medical Center in Wisconsin. The procurement aims to identify contractors capable of delivering OEM certified preventative maintenance, which includes tasks such as annual coil cleaning, operational checks, and leak testing, while ensuring compliance with OSHA regulations. This initiative is crucial for maintaining the facility's operational efficiency and may lead to a contract set-aside for veteran-owned or small businesses, adhering to limitations on subcontracting. Interested parties must submit their capability statements and relevant business information to Contract Specialist Lori Eastmead at lori.eastmead@va.gov by 10:00 AM local time on April 23, 2025.
J041--Chiller Upgrade
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the upgrade of chiller units at the Newington VA Medical Center in Connecticut, under solicitation number 36C24125Q0361. The project involves a comprehensive overhaul of existing McQuay chiller units, requiring contractors to provide all necessary resources, including labor, materials, and equipment, in accordance with a detailed Performance Work Statement (PWS). This procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 238220, emphasizing the importance of maintaining operational efficiency and safety standards in a healthcare environment. Proposals are due by April 18, 2025, at 10:00 AM Eastern Time, and interested parties should direct inquiries to Contracting Officer Tnauri Woodbridge at tnauri.woodbridge@va.gov or by phone at 203-932-5711 x2892.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
4120--York Chiller Model Number: YLAA0120SJ17XFB (or equal)
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a York Chiller Model YLAA0120SJ17XFB (or equivalent) for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas. The procurement involves replacing a failed air-cooled chiller, which includes the removal of the existing unit, installation of the new chiller, and integration with the existing building automation system, all while ensuring minimal disruption to facility operations. This opportunity is critical for maintaining the HVAC systems essential for the health care services provided at the facility. Interested vendors must submit their company information, contract details, socio-economic status, and capabilities by April 17, 2025, to Caleb Parker at caleb.parker@va.gov. This notice serves as a sources sought announcement and does not constitute a solicitation for bids.
6530--Morgue Cooler
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of a morgue cooler, specifically a 6-body vault morgue cooler with individual doors and refrigeration units, intended for the Veterans Affairs Medical Center located in Montrose, New York. This solicitation emphasizes compliance with federal regulations and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), ensuring that the awarded contract will be based on price and adherence to special standards of responsibility, including verification of authorized dealer status through OEM documentation. The morgue cooler is essential for supporting the operational needs of the facility in providing healthcare services to veterans. Interested vendors must submit their quotations via email by April 21, 2025, and can direct any questions to Wilmen Joa at Wilmen.Joa@va.gov by April 18, 2025.
Z2QA--FY25: Epoxy Coating of Chiller Condensers
Buyer not available
The Department of Veterans Affairs is soliciting qualified contractors for the epoxy coating of chiller condensers at the Viera VA Healthcare Center in Florida. The objective of this procurement is to enhance the durability of three chiller condenser systems, preventing corrosion and ensuring operational integrity, with the contract scheduled to last from May 19, 2025, to June 18, 2025. This project is significant for maintaining the facility's infrastructure and is set aside for service-disabled veteran-owned small businesses, emphasizing the VA's commitment to supporting the veteran community. Interested contractors should contact Contract Specialist Rohan McKenzie at Rohan.Mckenzie@va.gov, with a total budget of $19 million allocated for this project.