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
    J041--Chiller Plant/ ARF Services Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, is seeking qualified contractors to provide operation, maintenance, and repair services for the Central Chiller Plant and Operating Room (OR) Chillers at the Stratton VA Medical Center in Albany, New York. The procurement aims to ensure safe and efficient operation through preventive maintenance, emergency repairs, and specific tasks such as eddy current testing and tower cleaning, as outlined in the Performance Work Statement. This opportunity is crucial for maintaining the facility's cooling systems, which are vital for patient care and operational efficiency. Interested contractors must submit their capability statements and relevant information via email to Natalie Acevedo at natalie.acevedo@va.gov by 10:00 AM EST on December 22, 2025, as this notice is for market research purposes only and does not constitute a solicitation for bids.
    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.
    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.
    Y1DZ--NRM - CONSTR PROJ - 630-26-102 Design Build HVAC Bldgs. 4 and 5
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the "Design Build HVAC Bldgs. 4 and 5" project at the Manhattan Campus VA Medical Center in New York. This project aims to upgrade the air conditioning plants by installing three new chillers and associated cooling towers, addressing current ventilation insufficiencies and heat generated by new equipment. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 236220 and a small business standard of $45 million; the estimated construction magnitude is between $2,000,000 and $5,000,000, requiring a 20% Bid Bond. The solicitation is expected to be posted around January 5, 2026, and interested parties can contact Kim Gomez at kimberly.gomez@va.gov for further inquiries.
    J045--FAN COIL UNIT REPLACEMENT
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 7, is seeking qualified contractors for a Fan Coil Unit Replacement project at the WJB Dorn VA Medical Center in Columbia, South Carolina. This procurement, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires the contractor to provide all necessary labor, travel, equipment, supplies, and materials for the replacement of fan coil units. The project is critical for maintaining the facility's heating and cooling systems, ensuring a comfortable environment for veterans receiving care. The solicitation, Request for Quote 36C24726Q0165, is expected to be posted on sam.gov around December 19, 2025, with quotes due by January 16, 2026. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Stanley Turner at Stanley.turner@va.gov or by phone at 404-828-5310.
    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.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    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.
    Z2NB--674-23-255 NRM Improve RO-DI Recirculation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Improve RO-DI Recirculation" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This procurement involves the demolition and replacement of existing Reverse Osmosis-Deionization (RO-DI) plumbing fixtures, lines, and tanks across three floors of building 163, requiring the contractor to provide supervision, labor, materials, equipment, and testing services, along with necessary reconfigurations of electrical, mechanical, and plumbing systems. The new RO system must produce a minimum of 4 gallons per minute, and due to the facility's 24/7 operations, some work will need to be conducted after hours and on weekends. The project is estimated to cost between $1,000,000 and $2,000,000 and is 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a requirement for offerors to be verified and visible on SBA.GOV prior to proposal submission. Interested parties should contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or by phone at 254-987-0201 for further information, with an RFP expected to be posted around January 15, 2026.
    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.