Amendment 01, C1DA--AE-NRM-463-26-101 Cooling Upgrades Tier 4
ID: 36C26025R0058Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES (C1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 3:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the Cooling Upgrades project at the Anchorage VA Medical Center in Alaska. The project aims to develop comprehensive construction documents for a new air-cooled chiller system, addressing deficiencies in the current cooling infrastructure and ensuring compliance with VA specifications. This opportunity is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a contract award anticipated in June 2025 and a submission deadline for qualifications set for April 28, 2025. Interested firms should contact Contract Specialist Susan Howe at susan.howe2@va.gov or 208-422-1000 x 2027 for further details.

Point(s) of Contact
susan.howe2@va.govSusan Howe
208-422-1000x 2027
Susan.Howe2@va.gov
Files
Title
Posted
Apr 14, 2025, 5:05 PM UTC
The Veterans Health Administration (VHA) seeks Architect-Engineering (A-E) services for the Cooling Upgrades project at the Anchorage VA Medical Center, requiring submissions of Standard Form (SF) 330 by April 28, 2025. The project stipulates a firm fixed-price contract and is designated as a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested firms must demonstrate relevant experience and qualifications, including specialized skills in designing cooling systems and managing construction services. Submission guidelines specify that proposals must not exceed 50 pages and include pertinent project information, professional qualifications of the team, and evidence of past performance. Evaluations will focus on criteria such as professional qualifications, specialized experience, capacity, past performance, and knowledge of the locality. Firms are required to meet specific standards and comply with regulations when submitting their proposals. Additional emphasis is placed on maintaining a high commitment to project delivery and timeline adherence. The goal is to secure a highly qualified firm to ensure effective planning and execution of the cooling upgrade project, reflecting the VA's ongoing investment in enhancing healthcare facilities for veterans.
Apr 14, 2025, 5:05 PM UTC
The presolicitation notice pertains to a federal procurement opportunity for cooling upgrades at the Alaska Veterans Healthcare System Outpatient Clinic in Anchorage, AK. The contract, referenced as solicitation number 36C26025R0058, is set to be open for responses until April 28, 2025, at 8:00 AM Pacific Time. This project is designated as a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under the Product Service Code C1DA, and falls under the NAICS code 541330, which relates to engineering services. Contact details are provided for the contracting office in Vancouver, WA, specifically for Contract Specialist Susan L. Howe. Attached documents include specifications, a performance work statement, and a cooling study report, outlining the project’s requirements and objectives. This presolicitation notice is indicative of the government's ongoing efforts to maintain and upgrade facilities to support veterans' healthcare services.
Apr 14, 2025, 5:05 PM UTC
The Veterans Health Administration (VHA) is soliciting Architect-Engineer (A-E) qualifications for design services related to a Cooling Upgrades project at the Anchorage VA Medical Center, Alaska. This opportunity is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an anticipated contract award in June 2025. Qualification submissions, due by April 25, 2025, must comply with specific formatting and content requirements outlined in the SF 330 form. The project aims to produce comprehensive construction documents and includes a performance period of 236 days post-award. Key evaluation criteria prioritize professional qualifications, specialized experience in cooling upgrades, capacity to meet deadlines, past performance, understanding of local geology and climate, and experience in construction period services. Firms must demonstrate relevant project experience, clearly presenting their capacity and management strategies. The process follows a structured selection protocol, culminating in negotiations with the highest-rated firm after discussions with the top candidates. This initiative underscores the VA's commitment to enhancing facility operations while supporting veteran-owned businesses in the procurement process.
The document pertains to Project # 463-26-101, focusing on cooling upgrades for the Anchorage VA Medical Center in Alaska. It addresses a query about the submission of resumes for 20 required roles, specifically mentioning three key positions: Mechanical/Plumbing, Physical Security/Security Specialist, and Fire Protection/Life Safety. The response clarifies that it is permissible to submit a single resume for these three roles. However, if the individual’s qualifications do not meet the required standards, additional resumes must be provided to fulfill the staffing requirements. This communication underlines the flexibility of the proposal process while maintaining compliance with necessary qualifications for essential project roles. Overall, the directive emphasizes the importance of adequately staffing for a successful project while allowing for streamlined submissions where appropriate.
Apr 14, 2025, 5:05 PM UTC
The Cooling Study Report outlines the evaluation of the cooling system at the VA Anchorage Medical Center, addressing the deficiencies in the current infrastructure which utilizes a ground water cooling system. The report identifies issues relating to system capacity, sustainability, and maintenance, advocating for an independent replacement with a more viable cooling solution. It compares several chiller system options: air-cooled, water-cooled, and ground source heat pump (GSHP), detailing their efficiencies, operating costs, and installation complexities. The analysis presents a cost-benefit assessment, showing that while air-cooled systems have lower upfront costs and simpler maintenance, both water-cooled and GSHP systems offer significant energy savings but with higher initial investments. Additional considerations include the implementation of energy-efficient upgrades like thermal energy storage and modifications to air handlers to enhance overall system performance. The report ultimately recommends moving forward with an air-cooled chiller system based on its effective cost savings and relatively straightforward maintenance, while also suggesting immediate coil cleaning and descaling as a necessary maintenance action to restore the system's performance. This document aligns with federal and local procurement standards, as it includes detailed cost estimations and evaluations essential for informed decision-making in public infrastructure projects.
Apr 14, 2025, 5:05 PM UTC
The Veterans Health Administration (VHA) Network Contracting Office 20 is seeking evaluations from clients regarding the past performance of contractors in relation to the Cooling Upgrades project, Anchorage, AK (Contract No. 36C26025R0058). The Past Performance Questionnaire (PPQ) primarily aims to assess an offeror's capability in fulfilling contract requirements by gathering feedback on various performance aspects, including quality, timeliness, communication, management, financial management, and subcontractor oversight. Evaluators need to provide insights reflecting their experiences, including any issues faced and the effectiveness of corrective actions taken by the contractor. The document outlines specific sections for contractors to fill, such as contract details and project relevance, as well as evaluator information to be completed by clients. The questionnaire is an integral part of the contractor assessment process to inform award decisions and ensure compliance with federal contracting policies.
Apr 14, 2025, 5:05 PM UTC
The document outlines a Request for Proposals (RFP) for architecture-engineering services regarding cooling upgrades at the Alaska Veteran Affairs Healthcare System (AVAHS) facility. The aim is to replace the existing cooling system with a new air-cooled chiller plant to meet current and anticipated future cooling demands. Key tasks for the selected Architect/Engineer (A/E) firm include designing the new cooling system, evaluating the existing power distribution, and ensuring compliance with VA specifications and guidelines. The project schedule includes multiple design phases, with submissions required at 35%, 65%, 95%, and 100% completion levels, each necessitating detailed documentation and cost estimates. The construction phase, planned to start in Spring 2029, demands various oversight activities, including site inspections and documentation updates. Overall, the project reflects the VA's commitment to enhancing its facilities to ensure adequate operational capabilities while adhering to required standards and specifications.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
618-25-200 AE Upgrade Building 222 HVAC - MPLS
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for upgrading the HVAC system in Building 222 at the Minneapolis VA Health Care System. The project involves the complete replacement of the failed Variable Refrigerant Flow (VRF) system and the integration of Johnson Controls devices to enhance energy efficiency and address existing HVAC deficiencies. This procurement is particularly significant as it is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the government's commitment to empowering veteran-owned businesses while ensuring high-quality architectural and engineering services. Interested firms must submit their qualifications via the Standard Form 330 (SF-330) by May 26, 2025, with the estimated contract value ranging from $1 million to $2 million. For further inquiries, contact Dwayne Brauch at dwayne.brauch@va.gov or Marc Del Valle at marc.delvalle@va.gov.
L099--CON-NRM 653-25-101 Commissioning-Replace Bldg. 65 Chillers
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architect-engineer services for the commissioning and replacement of chillers at Building 65 of the Roseburg VA Medical Center in Oregon. The selected firm will be responsible for delivering comprehensive services including schematics, design development, construction documents, technical specifications, and construction period services, with a focus on minimizing downtime during the project. This procurement is critical for enhancing operational efficiency at the facility, with an estimated contract value of under $25,000 and a projected award date on or before June 30, 2025. Interested firms must submit their qualifications via Standard Form (SF) 330 by May 6, 2025, and direct any inquiries to Contract Specialist Robert B. Weeks at robert.weeks@va.gov.
Z1DA--692-24-105 Replace B211A Chiller
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of the B211A chiller at the Veterans Affairs Southern Oregon Rehabilitation Center. This construction project involves the removal of the existing chiller and installation of a new Dunham Bush ACDR55B model, with a contract value estimated between $500,000 and $1,000,000. The project is critical for maintaining efficient HVAC operations in a specialty care ward, ensuring minimal disruption to ongoing medical services while adhering to strict safety and operational standards. Interested contractors must submit proposals by 12:00 PM PDT on May 2, 2025, and are encouraged to contact Contract Officer Helen Woods at Helen.Woods@va.gov for further information.
C1DA--Engineering Services MATOC IDIQ Request for SF330s
Buyer not available
The Department of Veterans Affairs is seeking qualified engineering firms to provide services under a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) agreement for facilities in Alaska, Idaho, Oregon, and Washington. This procurement, with an estimated shared capacity of $65 million over five years, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to streamline service provision for various engineering disciplines, including architecture and environmental engineering. Interested firms must submit their qualifications using the Standard Form (SF) 330 by April 22, 2025, and are required to comply with specific submission guidelines, including certifications related to subcontracting limitations. For further inquiries, interested parties may contact the contracting team, with key contacts being Wendy Duval at wendy.duval@va.gov and Helen Woods at helen.woods@va.gov.
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, roof leak repairs, and upgrades to the chemical feed control system, all while adhering to strict safety and compliance regulations. This initiative is crucial for enhancing the facility's mechanical infrastructure and ensuring efficient cooling to meet healthcare standards for veterans. Proposals are due by April 30, 2025, with an estimated contract value between $2,000,000 and $5,000,000, and interested parties should contact Contract Specialist Toni J. Knight at Toni.Knight@va.gov for further details.
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.
Emergency - Service Replacement Chiller (York Chiller 150 Ton Chiller (or equal)
Buyer not available
The Department of Veterans Affairs (VA) is soliciting quotes for the replacement of an air-cooled chiller (York 150 Ton or equivalent) at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas. This procurement, issued as a Request for Quote (RFQ) under solicitation number 36C25625Q0801, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the complete management and execution of the chiller replacement, ensuring minimal disruption to hospital operations. The project emphasizes adherence to safety standards, compliance with various codes, and the provision of 24-hour emergency service post-completion, reflecting the VA's commitment to maintaining high operational standards in its healthcare facilities. Quotes are due by April 29, 2025, at 2:00 PM CST, and interested vendors must schedule a mandatory site visit on April 25, 2025, to assess the project site; inquiries should be directed to Contract Specialist Caleb Parker at caleb.parker@va.gov.
Project 614-25-101,AE (AJP) Add Surgical Suite AHU - 13W
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for Project 614-25-101, which involves adding a surgical suite air handling unit at the Lt. Col. Luke Weathers Jr. Veterans Affairs Medical Center in Memphis, Tennessee. This project is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside with an estimated construction budget of $5 million, requiring firms to submit their SF330 documents by April 28, 2025. The selected firm will be responsible for creating detailed contract drawings and specifications, conducting design services, and ensuring quality assurance throughout the construction period while adhering to VA standards. Interested parties can contact Contract Specialist Alan Raulerson at alan.raulerson@va.gov for further information.
VA CFM Healthcare A-E IDIQ -- C219
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for an Architect-Engineering (A-E) services contract through a Multiple Award Task Order Contract (MATOC) valued at $790 million. The procurement aims to support various projects related to the Veterans Health Administration (VHA) across VA medical facilities, encompassing a wide range of tasks such as design development, feasibility studies, and construction management, all while ensuring compliance with industry standards and regulations. This initiative reflects the VA's commitment to enhancing healthcare infrastructure for veterans and engaging veteran-owned businesses in critical service improvements. Interested firms must submit their qualifications using the Standard Form (SF) 330 by June 2, 2025, and can direct inquiries to Contracting Officer Andrew Page at andrew.page@va.gov.
C1DA-- Engineering Services MATOC IDIQ
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide engineering services under the Engineering Services MATOC IDIQ solicitation (36C26025Q0001). This contract aims to support facilities within the Veterans Integrated Service Network (VISN) 20, covering regions in Alaska, Idaho, Oregon, and Washington, with an estimated total capacity of $65 million. The services will include various engineering tasks such as design and construction, emphasizing the importance of enhancing infrastructure for veteran services. Interested firms should note that the anticipated release date for the solicitation is now set for March 2025, with responses due by July 4, 2025. For further inquiries, potential bidders can contact Helen Woods at Helen.Woods@va.gov or call 253-888-4915.