Y1DA--Project # 561-25-125 Replace Pumps for Chillers at the East Orange VAMC
ID: 36C24226B0006_1Type: Solicitation
Overview

Buyer

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

NAICS

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

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for the replacement of chiller pumps at the East Orange VA Medical Center in New Jersey, under Project #561-25-125. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves upgrading HVAC system distribution pumps and associated components to enhance heating and cooling efficiency within the facility. The contractor will be responsible for all materials, labor, and supervision, with a completion timeline of 135 calendar days from the Notice to Proceed. Bids are due by December 3, 2025, at 10:00 AM EST, and must be submitted electronically to Scott Nussbaum at Scott.Nussbaum@va.gov. The estimated construction cost ranges between $250,000 and $500,000, and a pre-bid site visit is scheduled for November 14, 2025.

    Point(s) of Contact
    Scott NussbaumContract Specialist
    Scott.Nussbaum@va.gov
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 36C24226B0006 addresses the replacement of chiller pumps at the East Orange Campus of the NJHCS. The amendment posts responses to Request for Information (RFI) questions and provides supporting documentation. Key details include the bid due date remaining December 3, 2025, at 10:00 AM EST, with all bids to be emailed to Scott.Nussbaum@va.gov and requiring a bid bond. The bid opening is scheduled for December 3, 2025, at 12:00 PM EST. RFI responses clarify VFD responsibilities (Division 23 contractor), pump design conditions (replacement in kind), and confirm the prime contractor's responsibility for TAB services and determining control scope with the existing BAS contractor. Shutdowns for pump removal and installation must be coordinated with the VA, with demolition and installation of OR Pumps required when the OAT is below 40°F. No additional electrical studies are required beyond what is shown in the drawings. All other terms and conditions of the solicitation remain unchanged.
    This government solicitation (36C24226B0006) from the Department of Veterans Affairs is an RFP for the replacement of chiller pumps (Project #561-25-125) at the VA NJ Health Care System, East Orange, NJ Campus. The project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves upgrading HVAC system distribution pumps and associated components in Building 1 to improve heating and cooling distribution. The contractor must furnish all materials, supplies, equipment, personnel, and supervision, complete the work within 135 calendar days from the Notice to Proceed, and utilize the Autodesk Build Construction management platform. A pre-bid site visit is scheduled for November 14, 2025, and bids are due by December 3, 2025, at 10:00 AM EST, to be submitted electronically. The magnitude of construction is between $250,000.00 and $500,000.00. Key requirements include bid bonds for bids exceeding $150,000, compliance with Buy American Act, limitations on subcontracting, and VETS 4212 reporting. The contract will be a Firm-Fixed-Price type, and offerors must adhere to all federal, state, and local regulations, including New Jersey sales tax exemption for construction materials.
    The Department of Veterans Affairs (VA) is soliciting bids for Project #561-25-125, "Replace Pumps for Chillers" at the VA NJ Health Care System, East Orange, NJ Campus. This 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside procurement has a magnitude of construction between $250,000 and $500,000. The project involves upgrading the HVAC system distribution pumps and associated components in Building 1 to improve system control and enhance heating and cooling distribution. The contractor will furnish all materials, labor, and supervision, completing the work within 135 calendar days from the Notice to Proceed. A mandatory pre-bid site visit is scheduled for November 14, 2025, and bids are due by December 3, 2025, at 10:00 AM EST, to be submitted via email. All contractors must be registered in SAM and verified/certified as SDVOSB. Successful bidders must comply with the Buy American Act and limitations on subcontracting, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence and submissions.
    VAAR 852.219-75 outlines the Department of Veterans Affairs' (VA) limitations on subcontracting for service and construction contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). Offerors must certify that they will not exceed specific subcontracting percentages to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For services, the limit is 50%; for general construction, 85%; and for special trade construction, 75%. The cost of materials is excluded from these calculations in construction contracts. The regulation also clarifies that any further subcontracting by a similarly situated SDVOSB/VOSB subcontractor counts towards the overall subcontract amount. False certifications can lead to severe penalties, including criminal prosecution, civil fines, and administrative actions such as debarment. Contractors are required to provide documentation to the VA upon request to demonstrate compliance, with failure to do so potentially resulting in remedial action. This certification is a mandatory part of the offeror's bid, and failure to provide it renders the offer ineligible for award.
    The government file "52.225-2 Buy American Certificate" outlines requirements for contractors to certify the origin of end products in federal acquisition proposals. It mandates that offerors identify all end products as domestic, with exceptions for foreign-manufactured items which must be explicitly listed. The document defines "domestic end product," "end product," and "foreign end product" by referencing the "Buy American-Supplies" clause. The government will evaluate offers in accordance with Federal Acquisition Regulation part 25, ensuring compliance with domestic preference policies. This certificate is crucial for transparency and adherence to federal procurement laws favoring American-made goods.
    The document outlines the "REPLACE PUMPS FOR CHILLERS" project at the VA East Orange Campus, focusing on the demolition and replacement of chilled water and condenser water pumps. The project includes detailed mechanical plans, abbreviations, notes, and symbols, emphasizing adherence to codes, standards, and safety regulations. Key demolition items include vertical deep well condenser water pumps (CWP-1, CWP-3, CWP-2) and chilled water pump CHP-1 with its inertia base. Construction notes specify that demolition and installation of Operating Room (O.R.) pumps should ideally occur when the outdoor air temperature (OAT) is below 40°F, requiring coordination with the VA facility for any shutdowns. The file also details general construction requirements, including site verification by contractors, adherence to all applicable codes, and the provision of labor, materials, and services. Strict safety measures, coordination with other trades, and proper identification and support for all new piping and valves are mandatory. The project is managed by Miller-Remick LLC, a Service Disabled Veteran Owned Small Business, and aims to modernize the facility's chiller systems while ensuring safety and compliance.
    This government file details a Request for Proposal (RFP) for Project No. 561-25-125, "Replace Pumps for Chillers," at the Department of Veterans Affairs East Orange VA Medical Center in East Orange, NJ, issued on July 16, 2025. The project encompasses the replacement of four chiller pumps, associated piping modifications, and integration into the building management system. The document outlines extensive general requirements, including safety, security, site operations, utility management, and alteration procedures. It also specifies a detailed project schedule, requiring a Critical Path Method (CPM) plan from the contractor. The contractor must submit a comprehensive warranty management plan and adhere to strict protocols for tests and instructions for new equipment, emphasizing compliance and operational continuity within the medical center.
    Lifecycle
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    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.
    Pharmacy B201 Chiller One time Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the one-time repair of the Pharmacy Chiller located in Building 201 at the VA Southern Oregon Rehabilitation Center and Clinics in White City, Oregon. The project involves a comprehensive repair that includes recovering refrigerant, replacing the Electronic Expansion Valve (EEV), installing new filter dryers, conducting pressure tests, recharging the system, and addressing any software-related issues to ensure the chiller operates efficiently. This contract, valued at up to $19 million, is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a performance period from December 3, 2025, to March 3, 2026. Interested contractors must submit their proposals by December 10, 2025, at 10:00 AM PST, and can contact Alan C. Perez or Helen Woods for further information.
    C1AZ--NRM_CONST_526-27-101 Replace Chiller #4
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms for the "NRMCONST526-27-101 Replace Chiller 4" project at the James J. Peters VA Medical Center in Bronx, NY. The project involves comprehensive design and construction services to replace Chiller 4, address deficiencies in the chiller plant, and perform various upgrades to the facility, with an estimated construction cost exceeding $10 million. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires firms to be registered in SAM and listed in the VIP. Interested parties must submit their SF330 packages electronically to Patricia Cordero at Patricia.Cordero@va.gov by December 9, 2025, at 2 PM EST, including specific documentation such as valid state registrations and SDVOSB certifications.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Buyer not available
    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.
    Y1DA-- 630A4-26-404 Sewage Ejector Pump replacement
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for the replacement of sewage ejector pumps at the James J. Peters VA Medical Center in Bronx, NY, under Solicitation Number 36C24226Q0095. The project entails the complete replacement of two sewer ejector pumps, installation of associated components, and site cleanup, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $100,000 and $250,000, emphasizing compliance with the Buy American Act and subcontracting limitations. Interested contractors must attend a mandatory site visit on November 24, 2025, and submit their offers by December 9, 2025, at 11:00 AM EST, with inquiries directed to Contracting Officer Charlie Augustin at charlie.augustin@va.gov.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. The project requires the contractor to provide all necessary labor, materials, and design services to ensure compliance with VA guidelines and applicable codes, including the installation of a new Building Automation System and upgrades to HVAC components. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to have a contract value between $1 million and $5 million, with a performance period of 270 calendar days from the Notice to Proceed. Interested parties must submit their proposals for Phase I by December 17, 2025, and direct any inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov.
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide medical gas system inspection and preventive maintenance services at the VA New Jersey Healthcare System's East Orange and Lyons campuses. This procurement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to deliver all necessary labor, materials, and equipment for a comprehensive preventive maintenance program, including annual inspections and testing in compliance with NFPA 99 and VA specifications. The contract is crucial for ensuring the safety and reliability of medical gas systems, which are vital for patient care in healthcare facilities. The estimated period of performance is from February 1, 2026, to January 31, 2027, with four option years, and the Request for Quote (RFQ) is expected to be released around December 8, 2025, with quotes due by December 17, 2025. Interested parties should register on SAM.gov to participate and obtain further details.