659-25-510 | B11 CW Pumps & Condensate Pumps |
ID: 36C24625B0020_2Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 2:00 PM UTC
Description

The Department of Veterans Affairs is soliciting bids for the replacement of Chilled Water and Condensate Pumps at the W.G. Hefner VA Medical Center in Salisbury, North Carolina. The contractor will be responsible for providing all necessary equipment, personnel, and services to complete the replacement, ensuring minimal disruption to the facility's operations during the project. This procurement is particularly significant as it aims to enhance the infrastructure of a critical healthcare facility, with a contract value estimated between $500,000 and $1 million. Interested service-disabled veteran-owned small businesses (SDVOSBs) must submit their proposals by April 29, 2025, and can direct inquiries to Contracting Officer Sean Cosby at sean.cosby@va.gov.

Point(s) of Contact
Sean CosbyContracting Officer
sean.cosby@va.gov
Files
Title
Posted
Apr 18, 2025, 8:08 PM UTC
The solicitation 36C24625B0020 issued by the Department of Veterans Affairs is for the replacement of Chilled Water and Condensate Pumps at the Salisbury VAMC, a project valued between $500,000 and $1,000,000. This opportunity is exclusively set aside for service-disabled veteran-owned small businesses (SDVOSBs) pursuant to the VA's regulations. The contract requires the successful contractor to complete work within 120 days after receiving a notice to proceed and to attend a pre-bid conference on March 25, 2025. Questions regarding the project must be submitted by April 7, 2025, with bids due by April 29, 2025. The document outlines various requirements, including the need for performance and payment bonds, summarizing solicitation details, submission protocols, and contractor obligations related to labor standards and compliance. It emphasizes the importance of adhering to affirmative action guidelines and the Buy American Act, ensuring all materials used in the project meet the specified standards. The information aims to facilitate a comprehensive understanding of the project’s scope and criteria, reinforcing the VA's commitment to engaging small businesses while maintaining compliance with federal contracting regulations. Proposals must be submitted in accordance with specific protocols outlined in the document, ensuring a fair and competitive bidding process.
Apr 18, 2025, 8:08 PM UTC
This government document outlines an amendment to a federal solicitation, specifically the Department of Veterans Affairs' contract for construction services, effective from January 2025. The amendment incorporates changes based on Class Deviation from the Federal Acquisition Regulation, particularly regarding Executive Orders 14173 and 14168, and updates related wage rates. It details the removal and replacement of certain FAR provisions and clauses to reflect current regulatory requirements. Essential points include reaffirmation of the bid submission deadline, the need for bidders to acknowledge receipt of the amendment, and updates on wage rates for covered classes of workers under the Davis-Bacon Act and associated Executive Orders. Clarifications include contractor obligations concerning minimum wage rates and worker protections, as well as specifics on compliance issues in areas such as affirmative action and subcontracting standards. The document serves as a critical reference for potential contractors by outlining necessary compliance measures, wage determination details, and administrative requirements. It emphasizes the government’s commitment to regulatory adherence and worker welfare in federal contracting processes.
Apr 18, 2025, 8:08 PM UTC
The document is an amendment to solicitation 36C24625B0020 issued by the Department of Veterans Affairs, specifically handled by the Network Contracting Office 6. Its primary purpose is to address requests for information (RFI), provide answers to questions from potential bidders, and include the site visit sign-in sheet. The amendment is critical for ensuring clarity in the bidding process while maintaining the original submission deadline for proposals. Key attachments include specifications and requirements vital for compliance and bidding, such as the identification and replacement of A307 bolts and a detailed submittal sheet. The amendment emphasizes the importance of acknowledging all changes and ensuring that bidders are well-informed to facilitate a smooth bidding and contracting process. This document ensures that all participants have access to necessary information for project specifics, enhancing transparency and competitiveness in the procurement related to veteran healthcare infrastructure projects.
Apr 18, 2025, 8:08 PM UTC
The project at Hefner VAMC in Salisbury, NC, involves the replacement of existing Chilled Water and Condensate Pumps on the Ground Floor of Building 11 (B11). The contractor is responsible for all equipment, personnel, and services necessary for the replacement, which includes removing unused mechanical, electrical, and plumbing (MEP) materials, prepping and painting walls, and refinishing floors with epoxy coating. Additionally, a sump well will be installed in the chilled water pump room. The contractor must provide temporary services to minimize disruption to the building's continuous operations during the replacement. All work, including final cleanup and addressing any outstanding items on the punch list, must be completed within 120 calendar days from the issuance of the Notice to Proceed. The document highlights the importance of executing the project without impediments to the 24/7 occupants of Building 11, reflecting the government's emphasis on maintaining operational continuity during facility upgrades.
Apr 18, 2025, 8:08 PM UTC
The document outlines the master specifications for the Department of Veterans Affairs, focusing on general requirements for construction projects at the W.G. Hefner VA Medical Center in Salisbury, North Carolina. It emphasizes the need for contractors to prepare the site, which includes demolition, renovation, and installation of HVAC systems. Key sections detail safety requirements, project scheduling, construction waste management, and security protocols, including employee identification and access restrictions. The contractor must notify the Contracting Officer regarding tests and inspections and provide a comprehensive security plan. Explicit details are provided on the strict adherence to safety rules, including the necessity for an Accident Prevention Plan and Activity Hazard Analyses before commencing work. The plan aims to ensure the health and safety of all employees and prevent potential accidents or hazards during construction, which is particularly critical in a healthcare setting. The contractor is also responsible for preserving existing structures and utilities while preventing disruptions to the Medical Center’s operations. The document is structured to guide contractors through compliance with the detailed safety and procedural regulations required for their projects in a VA environment, emphasizing thorough planning, safety measures, and execution in accordance with VA standards.
The memorandum from the Acting Assistant Under Secretary for Health for Support addresses the urgent need for the identification and replacement of ASTM A307 bolts used in steam and hot water piping systems across all Department of Veterans Affairs (VA) medical centers. The A307 bolts lack the necessary material strength for elevated temperatures, prompting a specification update to require ASTM A193 bolts instead. Each Veterans Affairs Medical Center (VAMC) must survey its piping systems and create a replacement plan, prioritizing those under high and medium pressure. Projects currently under design or construction must be reviewed to ensure that A307 bolts are not specified; modifications to contracts are necessary where they are identified. The deadline for VAMCs to conduct these surveys is June 18, 2025, with reports on impacted projects to be submitted by January 3, 2025. The memorandum emphasizes the urgency of these actions to maintain operational safety within VA facilities.
The document outlines the specifications and requirements for a construction project at the W.G. Hefner VA Medical Center in Salisbury, North Carolina, focusing on the replacement of air handling units and associated HVAC systems. It details general and safety requirements, including site preparation, demolition, and specific construction activities, while emphasizing compliance with VA security protocols. The contractor is responsible for all labor, materials, and coordination with the Medical Center to ensure uninterrupted operations. Safety measures such as accident prevention, hazard analyses, and personnel training are mandated, reflecting compliance with OSHA regulations. Strict guidelines for site access, material handling, and environmental controls are included to mitigate risks associated with construction activities. The overall goal is to enhance facility operations while maintaining safety standards and minimizing disruptions to medical services, underscoring the VA's commitment to improving healthcare infrastructure responsibly and effectively.
Apr 18, 2025, 8:08 PM UTC
This document details the product specifications for the Taco, Inc. 1600 Series Custom Model 1641 pump, which operates at 1750 RPM. It provides comprehensive information regarding the pump's performance, including flow rate (GPM), total dynamic head (T.D.H.), horsepower (HP), and electrical configurations (single and three-phase). The pump is offered in different material constructions, such as cast iron and stainless steel, with options for a high-temperature mechanical seal. Key dimensions and weight details are also specified, along with the certifications related to NSF 61. In the context of government RFPs, federal grants, and state/local RFPs, this document serves as a technical submittal intended for potential buyers, ensuring compliance and detailing performance metrics critical for procurement processes. The structured outline facilitates easy reference for decision-makers during the bid evaluation and approval stages. It underscores the manufacturer's commitment to quality and regulatory adherence, providing clarity for stakeholders interested in the product's applications in infrastructure projects or facility upgrades.
Apr 18, 2025, 8:08 PM UTC
The document outlines specifications and details for Vented Pressure Powered Pump Packages, specifically the PPEC, PTC, and PTF models. These modular pumping systems are designed for vented applications, with options for simplex, duplex, triplex, and quadraplex configurations. Each unit is engineered with varying capacities, maximum operating conditions, and constructions that cater to both commercial and industrial grades, such as fabrications of steel and ductile iron. Key components include receiver tanks rated for different pressures and temperatures, along with pump gauge assemblies and optional features like insulation blankets and piping components. The document provides technical specifications, including sizing, capacity limitations, construction materials, and standard package options, which can aid entities when seeking proposals or grants related to pump systems within government contracting frameworks. These pump packages are tailored for compliance with local regulations and are subject to changes for improvement, demonstrating the manufacturer’s commitment to quality and adaptability. The systematic layout of models, specifications, and options serves to facilitate procurement decisions within federal and local government solicitations.
Apr 18, 2025, 8:08 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
N059--Replace and Upgrade Elevators Bldg. 15, 47, and 62 (CONST)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement and upgrade of elevators in Buildings 15, 47, and 62 at the Charles George Veterans Affairs Medical Center in Asheville, North Carolina. The project aims to enhance facility infrastructure, ensuring compliance with safety, security, and operational requirements while minimizing disruptions to medical center operations. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project magnitude between $5 million and $10 million. Interested bidders must submit sealed proposals electronically by April 28, 2025, and are encouraged to attend a pre-bid site visit scheduled for March 11, 2025. For further inquiries, contact Contract Specialist Quentin A Norvell Sr at Quentin.Norvell@va.gov or Keith Hunter at keith.hunter@va.gov.
Salisbury National Cemetery Public Restroom Renovation and Columbarium Cemetery Expansion
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of public restrooms and the expansion of the columbarium at the Salisbury National Cemetery in North Carolina. The project, designated as solicitation number 36C78625R0014, includes comprehensive construction services aimed at enhancing facilities while ensuring compliance with federal regulations and maintaining the dignity of the cemetery. This initiative is particularly significant as it supports the memorialization of veterans and improves visitor amenities, with an estimated contract value between $20 million and $30 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the revised deadline of May 8, 2025, and can direct inquiries to Daniel Kinney at daniel.kinney@va.gov or by phone at 402-830-4683.
Repurpose Fountain Main Entrance
Buyer not available
The Department of Veterans Affairs is soliciting bids for the project titled "Repurpose Fountain Main Entrance" at the Fayetteville VA Medical Center in North Carolina. The project involves transforming the historical fountain at Building No. 1 into a planter by removing plumbing and electrical features, drilling drainage holes, and replacing the top tile with natural earth-tone stone tile. This initiative aims to enhance the aesthetic appeal of government properties while adhering to historical preservation standards. The estimated construction cost ranges from $25,000 to $100,000, with a mandatory site visit scheduled for April 30, 2025, and bids due by June 4, 2025. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contracting Officer Angelo Harris at Angelo.Harris@va.gov or call 910-488-2120 for further details.
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, addressing architectural and mechanical deficiencies, and ensuring compliance with safety regulations, particularly concerning asbestos and fire safety. This initiative is crucial for enhancing the facility's operational efficiency and maintaining high standards of care for veterans. Proposals are due by May 9, 2025, with an estimated contract value between $2 million and $5 million, and interested parties should contact Contract Officer Toni J. Knight at Toni.Knight@va.gov for further details.
Z1DA--Bldg 60 VAV Box Replacement Wing A and Wing B
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of Variable Air Volume (VAV) boxes at Building 60 within the Dallas VA Health Care System. This presolicitation notice invites bids specifically from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as mandated by FAR regulations, and emphasizes the importance of verifying SDVOSB status through the Dynamic Small Business Search prior to proposal submission. The project, which falls under the NAICS code 238220, has an estimated magnitude between $500,000 and $1 million, highlighting its significance in maintaining the VA healthcare infrastructure. Interested contractors should direct inquiries to Contract Specialist Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732, with a response deadline set for May 2, 2025.
Z1DA--FY25 36C25725AP2590 | Cons-New | Bldg. 60 VAV Box Replacement | PND 5-26-2025
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement of 76 Variable Air Volume (VAV) Boxes at Building 60 of the Dallas VA Healthcare System. This project, identified under solicitation number 36C25725R0048, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the agency's commitment to supporting veteran-owned enterprises. The estimated contract value ranges from $500,000 to $1,000,000, with a response deadline of June 10, 2025. Interested vendors must verify their SDVOSB status through the Dynamic Small Business Search database and can contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732 for further details.
Z1DA--534-19-101 Correct Utility Infrastructure, Distribution and Collection Systems (VA-25-00011619)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for a construction contract to correct utility infrastructure and collection systems at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The project, designated as 534-19-101, involves replacing a 6-inch sanitary sewer main, removing asbestos-containing materials, and ensuring minimal disruption to ongoing medical operations during construction. This initiative is crucial for maintaining the facility's operational integrity while upgrading essential infrastructure. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost between $1,000,000 and $5,000,000. Proposals must be submitted electronically by May 30, 2025, and interested parties can contact Contracting Officer Zaire R. Naylor at Zaire.Naylor@va.gov for further information.
Y1DA | 580-22-100 | REPAIR REPLACE MAIN CHILLED WATER DISTRIBUTION SYSTEM | SOURCES SOUGHT
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to undertake the "Repair Replace Main Chilled Water Distribution System" project at the Michael E. DeBakey VA Medical Center in Houston, Texas. The project involves upgrading the chilled water distribution system, including the installation of secondary chilled water pumps, main distribution lines, and a new bypass line, while ensuring compliance with NFPA and life safety standards without disrupting hospital operations. This construction contract, anticipated to be awarded as a Firm-Fixed Price, has a magnitude between $5 million and $10 million, with a performance period of 365 calendar days from the Notice to Proceed. Interested parties should contact Lisa Peace at Lisa.Peace@va.gov for further information, and are encouraged to register for notifications regarding the solicitation, which is expected to be published on or about May 6, 2025.
Emergency - Service Replacement Chiller (York Chiller 120 Ton Chiller (or equal)
Buyer not available
The Department of Veterans Affairs is seeking quotes for the replacement of an air-cooled chiller at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas. The project involves the removal of an existing McQuay chiller and the installation of a York 120 Ton chiller or an equivalent, requiring comprehensive management, labor, and adherence to safety and environmental protocols. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes the importance of minimizing disruption to facility operations during the installation process. Quotes are due by April 29, 2025, at 2:00 PM CST, and interested contractors should direct inquiries to Caleb Parker at caleb.parker@va.gov, with a site visit scheduled for April 25, 2025, from 11:00 AM to 2:30 PM CST.