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.