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
    Description

    The Department of Veterans Affairs is seeking a qualified contractor to provide Chiller Preventative and Corrective Maintenance Services at 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 under NAICS code 238220. This contract is crucial for ensuring the optimal functioning and safety of HVAC systems, which are vital for maintaining a comfortable environment for veterans. 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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document outlines the award notice for the provision of boiler chiller chemicals and preventive maintenance services by the Department of Veterans Affairs in New Orleans, LA. The solicitation number for this contract is 36C25625Q0671, and it is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The award, valued at $278,995.18, was granted to RJY Group LLC, based in Houston, TX, on June 4, 2025. The contract falls under the product service code J041 and is classified within the NAICS code 238220 related to plumbing, heating, and air conditioning contractors. The contracting office's point of contact for this notice is Rachel Babin, reachable via email at rachel.babin@va.gov. The announcement emphasizes the VA's commitment to contracting with veteran-owned businesses while addressing essential facility maintenance needs through this procurement process. Overall, the document serves the purpose of notifying relevant parties of the awarded contract, fostering transparency and future collaboration.
    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.
    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.
    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.
    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.
    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
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    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.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    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
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    J065--Preventative Maintenance for Steris Sterilization Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    4130--Supply: Chiller Rental
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotations for the rental of two 550-ton chillers for the Malcom Randall VA Medical Center located in Gainesville, Florida. This procurement involves a firm-fixed-price contract for temporary air-cooled rental chillers, which includes delivery, installation, operation, and removal, with a base period from February 1, 2026, to September 30, 2026, and two optional one-year extensions. The chillers are essential for maintaining optimal climate control within the medical facility, ensuring a comfortable environment for patients and staff. Interested vendors must submit their quotes via email to Contracting Officer Scott K. Brickey at scott.brickey@va.gov by December 23, 2025, at 4:30 PM EST, and are encouraged to attend a site visit scheduled for December 10, 2025.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to correct deficiencies in the chiller plant at the Coatesville VAMC in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to address the deficiencies as outlined in the scope of work, drawings, and specifications. This project is crucial for maintaining the operational efficiency of the facility's heating and cooling systems, with a contract value estimated between $250,000 and $500,000. Interested bidders must ensure they are registered in the System for Award Management (SAM) and comply with all relevant certification and regulatory requirements. The solicitation documents will be available for download on SAM.GOV around December 12, 2025, and inquiries should be directed to Contract Specialist Kevin Rodgers at kevin.rodgers2@va.gov or by phone at 215-823-5800.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    J041--12/19 10 AM SDVOSB | A5-26-008 Replace 17H Blast Chiller Condenser
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the replacement of a 17H Blast Chiller Condenser at the Perry Point VA Medical Center in Baltimore, Maryland. The project involves the removal and replacement of the existing blast chiller condenser, including refrigerant recovery and connections to existing systems, with a completion timeline of 30 calendar days from the Notice to Proceed. This procurement is critical for maintaining the facility's operational efficiency and ensuring compliance with safety and environmental regulations. Interested vendors must attend a mandatory site visit on December 15, 2025, and submit their proposals by December 19, 2025, at 10:00 AM EST, with all inquiries directed to Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV.