J041--Chiller Preventative and Corrective Maintenance Services
ID: 36C25625Q0671Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is seeking a qualified contractor to provide Chiller Preventative and Corrective Maintenance Services for the Southeast Louisiana Veterans Health Care System in New Orleans, LA. The procurement includes comprehensive services such as chemical treatment, preventative maintenance, routine and emergency repairs, and training for government-owned equipment, specifically targeting HVAC systems and water treatment processes. This contract is crucial for ensuring the efficient operation and safety of the facility's systems, adhering to federal regulations and standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their electronic quotes by April 24, 2025, at 1:00 PM CST to Rachel Babin at Rachel.Babin@va.gov, with a site visit scheduled for April 3, 2025, to facilitate understanding of the project scope.

Point(s) of Contact
Rachel L BabinRachel Babin
(504) 566-8636
Rachel.Babin@va.gov
Files
Title
Posted
The document is an Operating and Maintenance Manual for a 35 gallons per minute (gpm) Water Purification System produced by Crane Water for Crown Solutions Co. LLC. The manual outlines the system's design, installation, operation, and maintenance procedures. Key components include a 9 x 840 Reverse Osmosis (RO) system, a high-pressure pump, pre-filters, and chemical dosing units for dechlorination and pH adjustment. The RO system's functionality relies on correctly pre-treated feed water, which is essential for effective membrane operation and longevity. The manual emphasizes safety guidelines related to chemical handling, electrical components, and the necessity for proper operator training. Essential control elements include pressure switches, flow sensors, and an automatic fast flush system to maintain membrane health. It also covers troubleshooting and maintenance procedures, ensuring that operators can efficiently manage system performance and safety. Overall, this manual serves as a crucial reference for effectively operating the water purification system, outlining best practices for safety, operation, and maintenance while ensuring compliance with applicable regulations relevant to government contracts and public health requirements in water treatment applications.
This document serves as the Operating and Maintenance Manual for Crane Water’s 35 gpm Water Purification System, specifically for Crown Solutions Co. LLC. It outlines essential information for the installation, operation, and maintenance of a reverse osmosis (RO) unit designed to purify water efficiently. The manual comprehensively discusses system safety, mechanical principles, and detailed operating procedures. It highlights the importance of chemical dosing for dechlorination and pH adjustment in the feed water to protect RO membranes. Key components include a pre-filter, high-pressure pump, and a microprocessor control system, which monitors critical parameters such as pressure, flow, and water quality. Safety protocols are emphasized, stating the need for proper training, equipment grounding, and personal protective gear when working with chemicals. The document also addresses troubleshooting, installation guidelines, and maintenance procedures, ensuring optimal system performance and longevity. This information is vital for compliance with federal and state regulations concerning water quality and environmental safety, aligning with government RFPs and grants aimed at enhancing public health through effective water treatment solutions.
Apr 24, 2025, 1:50 PM UTC
The Department of Veterans Affairs (VA) is issuing a Request for Quotation (RFQ) number 36C25625Q0671 for Chiller Preventative and Corrective Maintenance Services at the Southeast Louisiana Veterans Health Care System in New Orleans, LA. The procurement aims to source a service contractor to provide chemical treatment, preventative maintenance, routine repairs, emergency repairs, and training for government-owned equipment. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 238220. Interested vendors must submit their electronic quotes by April 17, 2025, at 1:00 p.m. Central Standard Time to Rachel.Babin@va.gov. All questions regarding the RFQ should be directed to the same email by April 10, 2025, and a site visit is scheduled for April 3, 2025. Proposals must include specific documentation as outlined in the solicitation, such as vendor information, acknowledgments of amendments, and compliance certifications. The RFQ is organized to follow FAR Subparts 12 and 13, emphasizing competitive quotes and simplified acquisition procedures. Compliance with given instructions is mandatory for submissions to be considered valid.
Apr 24, 2025, 1:50 PM UTC
The Department of Veterans Affairs (VA) is issuing a Request for Quotation (RFQ) number 36C25625Q0671 for Chiller Preventative and Corrective Maintenance Services at the Southeast Louisiana Veterans Health Care System in New Orleans, LA. The procurement aims to source a service contractor to provide chemical treatment, preventative maintenance, routine repairs, emergency repairs, and training for government-owned equipment. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 238220. Interested vendors must submit their electronic quotes by April 17, 2025, at 1:00 p.m. Central Standard Time to Rachel.Babin@va.gov. All questions regarding the RFQ should be directed to the same email by April 10, 2025, and a site visit is scheduled for April 3, 2025. Proposals must include specific documentation as outlined in the solicitation, such as vendor information, acknowledgments of amendments, and compliance certifications. The RFQ is organized to follow FAR Subparts 12 and 13, emphasizing competitive quotes and simplified acquisition procedures. Compliance with given instructions is mandatory for submissions to be considered valid.
Apr 24, 2025, 1:50 PM UTC
The document outlines an amendment to a Request for Quotation (RFQ) for Chiller Preventative and Corrective Maintenance Services issued by the Department of Veterans Affairs. It extends the response deadline to April 24, 2025, at 1 PM Central Time and includes responses to previously raised questions. The solicitation number is 36C25625Q0671, and the project is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The agency's contracting office is located at 1555 Poydras Street, New Orleans, LA 70112, and the point of contact for this solicitation is Rachel Babin, whose email is provided for further inquiries. Attached documents include questions and answers related to the RFQ, along with information on a related water purification system. The amendment emphasizes the agency's commitment to transparency and responsiveness during the contracting process.
Apr 24, 2025, 1:50 PM UTC
The document involves an amendment to a previously issued combined solicitation by the Department of Veterans Affairs for Chiller Preventative and Corrective Maintenance Services. The solicitation is designated under the number 36C25625Q0671, with a response deadline of April 24, 2025, at 1 PM Central Time. The contracting office is located in New Orleans, Louisiana, and the procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). This amendment's main purpose is to clarify responses to questions raised during the procurement process and to provide a cooling tower manual crucial for bid preparation. Attached documents referenced include updated questions and answers specific to the solicitation and a manual for the Marley M-5 cooling tower. This solicitation reflects ongoing governmental efforts to maintain critical infrastructure while supporting veteran-owned businesses.
Apr 24, 2025, 1:50 PM UTC
This document is an amendment to a previously issued combined solicitation by the Department of Veterans Affairs for Chiller Preventative and Corrective Maintenance Services, designated by solicitation number 36C25625Q0671. The primary purpose of the amendment is to extend the response deadline for proposals to May 1, 2025, at 1 PM Central Standard Time. Additionally, it outlines the revised performance period, which includes a base year and three option years, spanning from May 12, 2025, to May 11, 2029. The document also indicates that a revised Price/Cost Schedule and updated Statement of Work will be provided in a forthcoming amendment. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under Product Service Code J041 and NAICS Code 238220. The point of contact for this procurement is Rachel Babin, who can be reached via email. Overall, this document is essential for vendors interested in bidding for maintenance services for the VA's facilities, ensuring compliance with federal requirements and timelines.
Apr 24, 2025, 1:50 PM UTC
The RFQ 36C256925Q0671 outlines the requirements for the chemical treatment and maintenance of a Boiler and Chiller Plant, specifically addressing the domestic water loop and reverse osmosis (RO) systems. The contractor is tasked with providing two new RO membrane changes annually, ensuring proper treatment chemicals are delivered, and maintaining water quality standards in the boilers and cooling towers. The cleaning schedule includes biannual physical cleaning of cooling towers, along with weekly service visits for preventive maintenance. Key operational data include specifics on water throughput for the RO system, cooling tower evaporation and circulation rates, and chemical requirements for boiler treatment. The contractor must also manage vendor equipment on-site while ensuring health and safety regulations are followed during procedures. Clarifications on service quantities and staffing requirements were provided, confirming the need for a designated project manager and technician during service visits. The document emphasizes the necessity of compliance with operational standards and regular monitoring, showcasing the federal government’s commitment to efficient resource management and environmental safety in public infrastructure operations.
Apr 24, 2025, 1:50 PM UTC
The document outlines the requirements for chemical treatment and system maintenance for the Boiler and Chiller Plant under RFQ 36C256925Q0671, focusing on water treatment processes and contractor responsibilities. It details the chemical specifications for maintaining closed loops and the reverse osmosis (RO) system, including monitoring and annual throughput data. The contractor is required to manage cooling tower maintenance, including cleaning protocols and equipment requirements, and the annual water makeup calculations for both cooling towers and boilers. Safety regulations, staffing requirements, and equipment ownership by the VA are also specified. Additionally, the document emphasizes the need for weekly service visits for preventive maintenance and environmental sampling, clarifying discrepancies regarding chemical handling, salt usage, and system monitoring practices. Overall, this request for proposals aims to ensure effective management of water treatment systems, aligning with federal standards and operational efficiency.
Apr 24, 2025, 1:50 PM UTC
The Marley M-5 Vibration Switch User Manual provides guidelines for installation, wiring, testing, and adjusting the device, intended for use in applications involving machinery vibration monitoring. Users are advised to mount the switch on the machine frame with its sensitive axis horizontal, wire it into the alarm or shutdown circuit, and adhere to local electrical codes. Emphasis is placed on the importance of competent technical assistance for proper equipment selection and installation, as well as safety procedures like lockout/tagout during testing. The manual specifies that the vibration switch operates within a temperature range of -40ºF to 160ºF, and provides instructions for testing its operation without compromising the warranty. It details troubleshooting steps for potential setpoint adjustments while warning users against tampering with factory settings. Additionally, it outlines an optional electrical reset circuit for added safety during startup and specifics regarding electrical specifications and environmental ratings. This document aims to ensure safe and proper use of the vibration switch in compliance with regulations, highlighting the importance of correct installation and maintenance for operational effectiveness and safety in industrial settings.
Apr 24, 2025, 1:50 PM UTC
The document outlines a Request for Proposals (RFP) for maintenance and service of government-owned HVAC and water treatment systems. It details the provision of weekly chemical treatments and preventative maintenance services for various equipment, including boilers, chillers, and filtration units, with billing structured around monthly, quarterly, and semi-annual schedules. The RFP is divided into multiple line items for three contract options, spanning from May 12, 2025, to May 11, 2029, with a consistent classification under the Principal NAICS Code 238220 for plumbing, heating, and air-conditioning contractors. Additional services include environmental sampling for Legionella, routine salt pellet supplies, and equipment updates, with training mandated for personnel. Overall, this RFP emphasizes the importance of thorough maintenance and compliance within the scope of federal contracting, ensuring efficient operation and safety of the facilities involved.
Apr 24, 2025, 1:50 PM UTC
The Southeast Louisiana Veterans Health Care System seeks a contractor to provide comprehensive chemical treatment and maintenance services for its boiler and chiller systems located in New Orleans, LA. This contract, spanning from May 12, 2025, to May 11, 2026, with three optional extensions, includes preventive maintenance (PM), routine repairs, emergency services, and on-the-job training for staff. The contractor must adhere to VA Directive 1810 and industry standards, involving regular chemical testing and treatment of various equipment, including boilers, chillers, water systems, and cooling towers. Weekly PM services will include system testing, adjustments, and water quality assessments for controlling corrosion and ensuring equipment longevity. The contractor must provide qualified personnel for the job, including a project manager, operations manager, and technicians, each with specified years of experience. Training sessions will be held biannually for operators, enhancing their familiarity with equipment operation and maintenance. The project's aim is to ensure the optimal functioning and safety of the facility’s HVAC systems while adhering to strict regulations regarding chemical handling and disposal. Performance and service quality will be closely monitored through regular reporting and compliance checks, demonstrating the government's commitment to maintaining a safe environment for veterans.
Apr 24, 2025, 1:50 PM UTC
A site visit for the RFQ 36C25625Q0671 is scheduled on April 3, 2025, from 1:00 PM to 2:00 PM at the Southeast Louisiana Veterans Health Care System, located at 2400 Canal Street, New Orleans, LA. Attendance is encouraged for contractors interested in viewing the buildings for sample pricing, though it is not mandatory; however, it may impact their quotes. Contractors must confirm their attendance 24 hours in advance with Rachel Babin, the designated point of contact (POC), via email. Visitor parking is designated on the 6th floor of a nearby garage, and contractors will be escorted by Tony Clark, another POC, from the lobby after arrival. It is essential for contractors to prepare for potential issues arising on the day of the visit by contacting the designated POC. Overall, this visit aims to facilitate the contractor's understanding of the project scope for the RFP.
Apr 24, 2025, 1:50 PM UTC
The VHA Directive 1810 outlines the policy for safe operation of boilers and boiler plants within Veterans Health Administration facilities. It emphasizes the importance of boilers in providing essential services, such as heating and hot water, and establishes requirements for personnel qualifications, equipment maintenance, safety protocols, and environmental standards. The directive assigns responsibilities to the VHA Office of Capital Asset Management and mandates that qualified operators are present 24/7 to oversee operations. Important safety devices must be regularly tested, and operational assessments conducted to ensure efficiency and compliance with national codes, including those from the American Society of Mechanical Engineers and National Fire Protection Association. A comprehensive oversight structure is outlined for inspections, testing, and maintenance records, supplemented by the necessity for annual third-party reviews. The directive emphasizes a commitment to continuous safety improvement and specifics around steam production, reserve fuel supply maintenance, and compliance reporting, underscoring the VA's dedication to maintaining safe and efficient boiler operations in healthcare settings.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
W041--Chiller Rental (VA-25-00047790)
Buyer not available
The Department of Veterans Affairs is soliciting quotes for Chiller Rental Services for the Nebraska Western Iowa Health Care System, as outlined in solicitation number 36C26325Q0520. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide all necessary materials, labor, and transportation for cooling requirements, with an estimated contract value of approximately $19 million. The anticipated contract period spans from May 15, 2025, to September 30, 2026, emphasizing the importance of compliance with safety standards and operational requirements typical of government contracts. Interested contractors must submit their quotes electronically by 5:00 PM CST on May 2, 2025, and direct any technical inquiries to Contract Specialist Erica Miller at erica.miller5@va.gov by April 28, 2025.
Full Service Boiler Certification
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Boiler Certification Services for the Southeast Louisiana Veterans Health Care System in New Orleans, LA. This opportunity is part of a Sources Sought Synopsis aimed at identifying potential sources with the necessary skills and capabilities to perform boiler inspections and certifications, ensuring compliance with safety and operational standards. The selected contractor will be responsible for thorough inspections of four Clever Brook boilers, adhering to a detailed checklist that evaluates critical components such as safety valves and pressure gauges, with a performance period extending until May 1, 2025, and options for four additional years. Interested vendors must submit their capability statements and relevant information to Rachel Babin at rachel.babin@va.gov by 10:00 AM CST on May 2, 2025, to be considered for this opportunity.
Minneapolis VAMC Chiller Maintenance Solicitation Notice
Buyer not available
The Department of Veterans Affairs is soliciting offers for chiller maintenance services at the Minneapolis Veterans Affairs Medical Center (VAMC) under Solicitation : 36C26325Q0610. The contract, valued at approximately $47 million, requires the contractor to provide preventative maintenance, emergency repairs, and associated services for various chiller units, ensuring operational efficiency and compliance with federal standards. This procurement is crucial for maintaining the facility's infrastructure, which directly supports the health and safety of veterans. Interested vendors must submit their offers by May 2, 2025, at 17:00 Central Time, and can direct inquiries to Jeffrey Brown at Jeffrey.Brown8@va.gov.
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.
Z1DA--Project 667-25-185 CON Install VAV Boxes Surgery Storage
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the installation of Variable Air Volume (VAV) boxes in the Surgery Storage area at the Overton Brooks VA Medical Center in Shreveport, Louisiana, under Project No. 667-25-185. The project aims to enhance HVAC control to address temperature and humidity issues, ensuring a safe and functional environment for medical procedures. Eligible contractors must be certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be evaluated based on qualifications, past performance, and pricing, with a contract value estimated between $50,000 and $100,000. Proposals are due by the specified deadline, and interested parties should contact Contracting Officer Beth A. Cook at Beth.Cook@va.gov or 228-354-7576 for further information.
Building and Energy Management Control System
Buyer not available
The Department of Veterans Affairs is seeking proposals for a service contract related to the Building and Energy Management Control System at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The contract aims to provide on-site support for the existing Johnson Controls Inc. BAS system, focusing on preventative maintenance, system calibration, and energy management improvements. This initiative underscores the government's commitment to enhancing operational efficiency while promoting engagement with small businesses, particularly those owned by service-disabled veterans. Although the solicitation has been canceled for reassessment, interested vendors should prepare for future opportunities, with an estimated contract value of $47 million and a proposal submission deadline anticipated in early 2025. For inquiries, contact Jimmie E. Frost at jimmie.frost@va.gov or by phone at 601-362-4471.
Z2DA--Project #667-25-200 Replace Building 55 1st and 2nd Floor Boiler (Con)
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for a contract to replace the 1st and 2nd floor boiler in Building 55 at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The project involves the complete removal and installation of a new heating hot water boiler, modernization of piping, and integration with the existing building automation system, with a construction cost estimated between $250,000 and $500,000. This initiative is crucial for maintaining operational efficiency and safety within the facility, ensuring that heating systems are reliable and up to code. Interested contractors must be certified as SDVOSBs and registered in the System for Award Management (SAM), with the official solicitation expected to be issued around April 18, 2025. For further inquiries, potential bidders can contact Contracting Officer Jennings Herbst at jennings.herbst@va.gov or by phone at 318-466-2241.
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.
Z2DA--Project 667-25-190 Install Isolation Valves, B1 (Con)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 16, is soliciting proposals for the installation of isolation valves on the domestic water system at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This project, designated as a total Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves critical tasks such as asbestos abatement, installation of valves, and ensuring compliance with health and safety regulations during construction. The estimated project cost ranges from $100,000 to $250,000, with contractors expected to commence work within 10 calendar days of receiving the notice to proceed. Interested contractors must submit their proposals, including detailed pricing and performance bonds, by the specified deadlines, and can direct inquiries to Contract Specialist Jennings Herbst at Jennings.Herbst@va.gov.
Z2DA--Project #667-25-200 Replace Building 55 1st and 2nd Floor Boiler (Con)
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of the heating hot water boiler in Building 55 at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The project, identified as Project 667-25-200, requires the contractor to provide all necessary labor, materials, and expertise to remove the existing boiler and install a new system that meets specified heating capacity and compatibility requirements. This initiative is crucial for maintaining operational efficiency and safety standards within the medical facility, ensuring that heating systems function effectively for patient care. Interested contractors must submit their proposals electronically by May 23, 2025, with an estimated construction cost between $250,000 and $500,000. For further inquiries, potential bidders can contact Contracting Officer JB Herbst at jennings.herbst@va.gov or by phone at 318-466-2241.