This Sources Sought Notice, Solicitation Number 36C24526Q0150, issued by the Department of Veterans Affairs, seeks information for replacing the 17H Blast Chiller Condenser at the Perry Point MD VAMC. The notice, under Product Service Code J041 and NAICS Code 561210, was posted by the contracting office in Baltimore, MD. The point of contact for inquiries is John Ritter (JOHN.RITTER2@VA.GOV, 843-814-0299). Responses are due by December 8, 2025, at 10:00 AM Eastern Time. Additional details, including a Statement of Work and photos, are provided in attached documents, accessible via the agency's URL: https://www.va.gov/maryland-health-care/locations/perry-poin. This is not a solicitation for offers but a request for information to identify potential sources for the project.
The government file "512A5-26-008 Replace 17H Blast Chiller Condenser" consists solely of a series of photographs documenting the existing conditions related to a project to replace a blast chiller condenser. The photographs, numbered 1 through 12, capture various aspects of the existing equipment and site. They include images of the existing condensing unit specifications, compressor specifications, the unit to be removed, its site location, existing lines for tie-in, and safety switches with their labels. This document serves as a visual record to support an RFP, grant, or similar government procurement for the replacement of the 17H Blast Chiller Condenser, providing essential visual context for potential bidders or contractors.
This government Statement of Work (SOW) outlines the requirements for replacing the Building 17H Blast Chiller Condenser at the Perry Point VA Medical Center. The project involves removing and disposing of the existing Master-Bilt Model BCLZ150UC condensing unit, evacuating R-404A refrigerant, and installing a new unit with matching specifications within the existing footprint. The new unit must connect to existing lines, be insulated with Armaflex, and be powered by an existing 200-amp, 240-volt safety switch. The contractor is responsible for all supervision, labor, materials, and equipment, adhering to national and local codes, and providing a one-year warranty. Key tasks include demolition, site protection, waste management (including hazardous waste per EPA and COMAR regulations), and coordination of deliveries and temporary site facilities. The project schedule allows 30 calendar days for completion post-Notice to Proceed, with specific milestones for mobilization, work completion, and closeout. Contractors must provide a draft CPM schedule and submit detailed proposals. Strict safety protocols, including OSHA 10-hour training for all employees and 30-hour for supervisors, Infection Control Risk Assessment (ICRA), and Interim Life Safety Measures (ILSM), are mandatory. Plumbing contractors must be Maryland-licensed Master Plumbers/Gas Fitters. The document also details payment terms, requiring progress payment invoices and a final walk-through. NCO 5 is seeking interested entities with relevant capabilities, requiring specific business information, capability statements, and details on self-performance or subcontracting intentions by December 8, 2025.