Boiler / Chiller Maintenance Services
ID: 36C25726Q0073Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF HEATING AND COOLING PLANTS (Z1NB)

Set Aside

SDVOSB Sole Source (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file details the annual, semi-annual, quarterly, and monthly preventative maintenance (PM) inspections, cleaning, and testing requirements for various equipment at the Garland VA Medical Center. The covered equipment includes Boilers #3&4, Chillers #1, #4, and #5, six cooling towers, ten chilled water pumps, seven condenser pumps, and three heating hot water pumps. The document outlines specific tasks for each equipment type, such as Eddy Current testing for chillers every three years, annual tube brushing, and basin cleaning for cooling towers before May 1st. Boiler maintenance, performed between May 1st and October 31st, includes calibration of various gauges and controls, operational tests of safety devices, and fuel train/air train testing as per VHA DIRECTIVE 1810. Contractors are responsible for providing all necessary consumables, personnel, and equipment to complete these inspections and must submit reports detailing results, comments, and recommendations.
    This document outlines the annual inspection and service task lists for chillers, cooling towers, and various pumps within a government facility, likely as part of a federal or state RFP for maintenance services. Key tasks for York YK Electric Chillers include Eddy Current inspections every three years, mechanical leakage measurement, oil sampling, leak repairs, oil filter and refrigerant dehydrator changes, refrigerant charge evaluation, vibration analysis, flow calibration, and electrical control inspections. Cooling tower services involve vibration analysis of fans, motor checks, blade re-pitching, water flow balancing, blowdown interval adjustments, and basin cleaning and disinfection. Pump inspections for chill, condenser, and heating hot water pumps require motor meggering, voltage and amperage recording, and strainer cleaning or replacement. All tasks are to be performed as per contract agreement or as requested by the COR, with specific reporting requirements for oil samples and vibration analysis.
    This government file outlines the comprehensive maintenance schedule for critical equipment, including boilers, chillers, cooling towers, and various pumps. It details annual, semi-annual, quarterly, and monthly preventative maintenance tasks, inspections, and testing requirements. Key tasks include boiler cleaning, fuel train and air train testing, chiller operational tests, condenser and evaporator tube brushing, cooling tower basin cleaning, and pump strainer cleaning. The document emphasizes adherence to specific timelines, such as annual chiller inspections before May 1st and boiler services between May 1st and October 31st. It also specifies reporting requirements for all inspections and outlines the contractor's responsibilities for providing all necessary resources. This detailed schedule ensures the safe and efficient operation of the facility's essential mechanical systems.
    The document addresses maintenance and service considerations for chiller and cooling tower systems, likely in the context of a government RFP for facility maintenance or upgrades. Key points include the removal of Chiller #1 from current service pricing due to its scheduled replacement and future warranty coverage. For cooling towers, specifically the Marley Tower, an oil change for its gearbox will be handled by VA personnel, negating the need for contractor inclusion. Additionally, pricing for belt replacement is required for each EvapCo Tower. The document clarifies responsibilities and scope for various maintenance tasks, ensuring proper allocation of services and costs.
    The Department of Veterans Affairs (VA) is soliciting proposals (RFP 36C25726Q0073) for Boiler/Chiller Plant services at the Garland VA Medical Center. This RFP is a total set-aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and covers testing, inspections, preventative maintenance, corrective repair, and emergency services for a base year and four one-year option periods (March 2026 – March 2031). Key requirements include a full-time, on-site project coordinator with 8-10 years of experience, certified technicians with specific equipment expertise, and adherence to TCEQ emission standards. Emergency responses require a one-hour phone acknowledgment and a two-hour on-site response, 24/7. All invoices must be submitted electronically, and parts for corrective/emergency repairs require VA approval and will be purchased by the VA.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J041--RFQ - Chiller Plant Maintenance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the maintenance of a chiller plant under solicitation number 36C25026Q0029. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 238220, which pertains to plumbing, heating, and air-conditioning contractors. The maintenance services are crucial for ensuring the operational efficiency of refrigeration and air conditioning systems within the facility. Interested vendors must submit their responses by the new deadline of December 5, 2025, at 14:00 EST, and can direct inquiries to Contracting Officer Chad Kemper at chad.kemper@va.gov or by phone at (937) 268-6511 ext. 4541.
    Real Time Location Environmental Monitoring System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is soliciting proposals for a Real Time Location Environmental Monitoring System to be implemented across various outpatient clinics in Texas. The contractor will be responsible for providing an automated continuous environmental monitoring system, which includes support and maintenance services, to ensure compliance with VHA Directives regarding temperature, humidity, and differential pressure monitoring. This system is crucial for maintaining optimal environmental conditions in healthcare settings, thereby enhancing patient care and operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, with the contract expected to span from January 18, 2026, to January 17, 2031, including a base year and four option years.
    Stockton Outpatient Clinic Boiler Plant Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for boiler plant maintenance services at the Stockton Outpatient Clinic, part of the VA Northern California Health Care System. The contractor will be responsible for comprehensive maintenance, including burner management systems, boiler inspections, preventative maintenance, and emergency call-back services, ensuring compliance with NFPA codes, TJC standards, and OSHA regulations. This maintenance is crucial for the safe and efficient operation of the facility's heating systems, which include specific Cleaver Brooks and Intellihot boiler models. The contract period begins on February 1, 2026, and extends through January 31, 2031, with a total of four option years. Interested parties should contact David J. Alvarez at david.alvarez4@va.gov for further details and must acknowledge receipt of the solicitation amendment by the specified deadline to remain eligible for consideration.
    J041--Cooling Tower service | Base 4
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for cooling tower service at the James J. Peters VA Medical Center in the Bronx, New York. The procurement involves preventative maintenance and repair services for a Marley 8-cell cooling tower and its supporting equipment, with a contract period starting January 1, 2026, and extending through December 31, 2031, including four one-year options. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of experienced personnel familiar with Marley cooling towers and compliance with federal and local regulations. Interested contractors must confirm attendance for a mandatory site visit by December 4, 2025, and submit their quotes by December 9, 2025, at 4:30 PM ET, with inquiries directed to Contract Specialist Christopher J. Weider at Christopher.Weider@va.gov.
    J045--HVAC Maintenance and Service Veterans Health Care System of the Ozarks (VHSO) Fayetteville, Arkansas
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for HVAC maintenance and service at the Veterans Health Care System of the Ozarks (VHSO) located in Fayetteville, Arkansas. This procurement, designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of services including scheduled and unscheduled maintenance, emergency repairs, and telephone support for various HVAC/R equipment such as chillers, cooling towers, and boilers. The contract includes a base year and four one-year options, with specific qualifications required for bidders, including an Arkansas Class A HVAC Contractor License and a minimum of five years of healthcare HVAC experience. Interested parties must submit their offers by December 10, 2025, at 10 AM CST, and direct any questions to Diyonne Williams at diyonne.williams@va.gov by December 5, 2025, at 3 PM CT.
    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.
    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.
    Maintenance for Medrad Injector System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative and corrective maintenance services for Bayer Medrad Injector Systems at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, TX, and the Kerrville VA Medical Center. The contract includes a 12-month base period and four additional 12-month option years, requiring compliance with various standards such as NFPA-99 and OSHA, as well as specific response and repair times, annual preventive maintenance, and detailed documentation of services. This maintenance is crucial for ensuring the operational reliability and safety of medical equipment used in patient care. Interested vendors must demonstrate their qualifications and submit proposals, with contact inquiries directed to Astrid McKinney at astrid.mckinney@va.gov or by phone at 254-654-9608.
    Pharmacy B201 Chiller One time Repair
    Buyer not available
    The Department of Veterans Affairs is seeking 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 objective of this procurement is to ensure the complete repair and efficient operation of the chiller, which includes tasks such as refrigerant recovery, replacement of the Electronic Expansion Valve (EEV), installation of new filter dryers, pressure testing, system recharging, and potential software reprogramming. This contract, valued at up to $19 million, is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has a performance period from December 3, 2025, to March 3, 2026. Interested parties 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.
    J065--NTX REVERSE OSMOSIS MAINTENANCE SERVICE
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified contractors to provide comprehensive maintenance services for reverse osmosis water purification systems at the North Texas Veterans Healthcare System. The procurement includes a base year and four option years, focusing on routine checks, water sampling, filter replacements, and emergency repairs to ensure a 95% uptime for critical systems. This maintenance service is vital for the operation of medical facilities, ensuring the availability of purified water for patient care. Interested parties must submit their proposals, including a signed SF 1449 and compliance documentation, by the specified deadlines, and can contact Contracting Officer Joseph A. Leyte at Joseph.Leyte@va.gov or 210-694-6315 for further information.