Z1DA--550-24-206 Chiller and Air Handler Replacement
ID: 36C25224B0012Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the replacement of chillers and air handlers at the VA Illiana Health Care System in Danville, Illinois, under Project # 550-24-206. The project requires contractors to provide all necessary labor, materials, and supervision to complete the installation within 350 calendar days following the Notice to Proceed, with an anticipated contract value between $1,000,000 and $2,000,000. This procurement is crucial for enhancing the facility's HVAC systems, ensuring compliance with safety and operational standards, and promoting energy efficiency. Interested Service-Disabled Veteran-Owned Small Business firms must submit their proposals by September 12, 2024, and can direct inquiries to Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.

    Point(s) of Contact
    Amber JendrzejekContract Specialist
    Amber.Jendrzejek@va.gov
    Files
    Title
    Posted
    The solicitation 36C25224B0012 from the Department of Veterans Affairs calls for the replacement of chillers and air handlers at the VA Illiana Health Care System in Danville, IL. The contractor is responsible for providing all necessary labor, materials, and supervision to complete the project within 350 calendar days following the Notice to Proceed. The anticipated contract value falls between $1,000,000 and $2,000,000 and is exclusively reserved for CVE verified Service-Disabled Veteran-Owned Small Business firms. Interested bidders must submit their proposals by September 12, 2024, with a pre-bid conference scheduled for August 20, 2024. The requirements include a bid guarantee of at least 20% of the total bid and compliance with various federal labor regulations. Additionally, contractors must adhere to affirmative action employment goals for minority and female participation in their workforce, as established for the construction site. The detailed scope includes multiple tasks related to the replacement and installation of heating and air conditioning units across specified buildings. This RFP aims to enhance facility operations while providing economic opportunities to veteran-owned businesses.
    This document is an amendment to Solicitation 36C25224B0012, issued by the Department of Veterans Affairs for Project 550-24-206, which involves the replacement of chillers and air handlers. The amendment, noted as Amendment 0001, serves several key purposes: it publishes responses to Pre-Bid Requests for Information (RFIs), updates the Wage Determination, and provides supporting documents related to the RFIs. The amendment outlines necessary actions for offerors to acknowledge receipt and details the implications of any modifications to offers submitted prior to the specified deadline. Additionally, it includes an extensive list of attached documents relevant to the project, such as HVAC and boiler plant insulation specifications, chiller and air handler photos, an asbestos survey, and hydraulic piping details. This amendment reinforces the commitment of the Department of Veterans Affairs to transparency and thorough communication with contractors bidding on federal projects, ensuring compliance with contractual processes and requirements.
    The document outlines a series of Requests for Proposals (RFPs) and federal grants aimed at addressing various community needs,with a focus on enhancing local infrastructure, environmental safeguards, and public health initiatives. Key topics include funding eligibility, application processes, project requirements, and deadlines for submission. The emphasis is on soliciting proposals that will contribute to the improvement of local facilities and services while adhering to federal and state regulations. Supporting details highlight the importance of innovative solutions to meet community challenges, including the incorporation of technology and sustainable practices. The structure of the document follows a systematic approach, detailing specific areas of concern, guidelines for applicants, and criteria for selection. The primary aim is to foster partnership between government entities and local organizations, promoting engagement in civic development and resource allocation. This call for proposals reflects a strategic initiative to stimulate local economic growth through targeted investments.
    The document outlines various federal and state RFPs related to funding opportunities and grant management for agencies and organizations. It focuses on the procedural aspects of responding to RFPs, including the submission requirements, evaluation criteria, and compliance deadlines. Key components include instructions for applicants on preparing proposals, budgeting guidelines, and requisite documentation to support funding applications. Emphasis is placed on transparency and accountability throughout the grant process, highlighting the importance of aligning proposals with agency goals and federal regulations. Additionally, the document underscores the necessity of community engagement and collaboration for successful project implementation, ensuring that funded initiatives effectively address local needs. Overall, the file serves as a comprehensive guide for stakeholders seeking financial support through government mechanisms, aiming to promote efficient resource allocation and project outcomes in various sectors.
    Section 23 07 11 of the document provides specifications for HVAC and boiler plant insulation, focusing on the installation of insulation for thermal efficiency and condensation control. It outlines various definitions related to insulation types, thermal conductance, and categories of exposed and concealed insulation. The section emphasizes the importance of following quality assurance guidelines—particularly referencing NFPA 90A standards—and requires compliance with fire safety testing methods. Key components addressed in detail include the required materials for insulation (such as mineral fiber, fiberglass, and their specific facings), performance criteria for adhesive products, mechanical fasteners, and finishes. Specific installation instructions are given for various insulation applications, stressing adherence to manufacturer recommendations, proper sealing, and careful handling to ensure effectiveness in maintaining temperature control and preventing moisture ingress. The document concludes with a schedule for insulation wall thickness according to pipe size and operating temperature ranges, underscoring the necessity of effective installation practices for maintaining HVAC system performance and compliance with regulatory standards. This guidance is crucial for federal, state, and local RFPs that handle HVAC projects, ensuring proper insulation execution and quality control in construction.
    The provided document is a compilation of various snippets related to government RFPs and grants, featuring discussions on multiple projects and initiatives aimed at enhancing community infrastructure and services. Key topics include emergency preparedness, community enhancements, environmental sustainability, and service provision. The document highlights proposals for federal assistance and local grants focused on improving healthcare, education, and safety across various jurisdictions. Supporting details encompass specific examples of projects intended to facilitate technology upgrades, infrastructure improvement, and social services development. It also emphasizes the importance of compliance with federal guidelines, data management, and transparency in the execution of proposed projects to foster community advancement. The context suggests an ongoing effort to attract stakeholders and align local initiatives with available federal funding streams. Overall, the document serves as a resource for stakeholders involved in the application process for federal grants and RFPs, detailing important considerations and objectives crucial for submitting competitive proposals that meet regulatory standards while addressing community needs.
    The document titled "98 Chiller Photos" appears to be associated with a federal government RFP or grant focused on the assessment or replacement of chiller units in a specific facility or project. The main purpose seems to be documenting the existing condition of various chiller units through a series of photographs, which likely serve as a visual aid for contractors or grant applicants to understand the scope of work required. Key details may include the condition of each chiller, any identified issues that need addressing, and contextual information for bidders to develop their proposals. The organization of the document likely follows a systematic approach, presenting photos in a numbered or categorized format alongside relevant descriptions or notes that outline necessary repairs, maintenance needs, or potential upgrades. Overall, the document serves as part of the preparatory groundwork for a broader initiative aimed at enhancing HVAC systems, which is essential for energy efficiency and operational reliability in federal facilities, aligning with typical government objectives in infrastructure management and sustainability efforts.
    The document appears to contain reference images of 125 Air Handling Units (AHUs) and condensing units, likely related to a government procurement or maintenance project. It serves an illustrative purpose, showcasing the specific mechanical equipment involved, which could be pertinent in the context of federal or state grants and RFPs for infrastructure enhancement or energy efficiency upgrades. The inclusion of images indicates a visual inventory that may support bidding processes or equipment assessments, guiding contractors and stakeholders in understanding and evaluating project requirements. This could relate to the government's efforts to maintain or upgrade environmental control systems in federally funded projects, ensuring compliance with operational standards and enhancing facility performance.
    Castle Hill Associates, LLC conducted an asbestos re-inspection at the Danville VA Medical Center from October to December 2018, covering 14 buildings under Project No. 550-18-106. The inspection aimed to identify and assess asbestos-containing materials (ACMs) to inform management and remediation strategies, as required by federal and state regulations. The report details findings from the inspections, with specific buildings listed alongside identified ACMs, their locations, quantities, and recommended actions categorized by priority levels. Notably, pipe insulation, drywall compounds, and various flooring materials were identified across multiple buildings, with some requiring immediate attention due to their condition and location. A comprehensive Operations and Maintenance (O&M) plan was developed to manage identified ACMs and guide future renovation or demolition work. Cost estimates for necessary remediation actions were provided, emphasizing a tailored approach based on the specific conditions of each building. The report is a vital document for ensuring ongoing safety and compliance with asbestos regulations within the VA Medical Center, facilitating informed decision-making for facility management and construction activities.
    The document references several mechanical systems: B58 Chiller, B98 Chiller, and B125 AHU (Air Handling Unit). This succinct listing indicates a focus on HVAC (Heating, Ventilation, and Air Conditioning) components essential for indoor climate control. Each item likely pertains to planned upgrades or replacements as part of a broader infrastructure initiative. The equipment specified suggests attention to energy efficiency and operational effectiveness, aligning with government mandates for sustainability. This document is likely part of a Request for Proposals (RFP) or grant application process aimed at soliciting bids for installation or maintenance services associated with these systems. The emphasis on specific equipment indicates an organized effort to improve facility operations, potentially enhancing energy efficiency and optimizing environmental conditions in federal or local buildings.
    The document outlines a comprehensive Short Circuit and Coordination Study conducted for the Veterans Affairs Medical Center in Danville, Illinois. It includes detailed electrical analysis regarding the performance of various circuit breakers and associated cabling systems in building structures. The study details results of testing current ratings, fault calculations, and insulation conditions, indicating which breakers meet or fail to meet stipulated standards. Specific findings indicate critical failures in equipment and marginal performance levels, highlighting concerns for safety and compliance with National Electrical Code specifications. The attention to potential hazards, particularly regarding asbestos during inspections, underscores the importance of adhering to safety protocols in facility upgrades. This report serves as a foundational reference for ensuring electrical system reliability and safety within the federally funded infrastructure at the VAMC.
    The document outlines specifications for various mechanical units related to HVAC systems, including tags for specific equipment such as 125 AHU (Air Handling Unit), 125 Condensing Unit, and two chiller units (58 Chiller and 98 Chiller). These specifications are likely part of federal or state/local Requests for Proposals (RFPs) or grant applications, indicating a focus on upgrading or maintaining heating, ventilation, and air conditioning infrastructure. The mention of tags suggests that these units require precise identification for procurement, installation, or maintenance purposes. The file serves as a reference for stakeholders involved in government contracting or grants concerning mechanical system improvements, highlighting the need for detailed technical requirements in project documentation. This structured approach ensures compliance with applicable standards and efficient procurement processes that align with government project objectives.
    The document specifies requirements for hydronic piping in HVAC systems, detailing the types of materials, products, and construction practices necessary for effective installation. It includes guidelines for various components such as chilled and heating hot water piping, domestic water make-up piping, fitting types, valve standards, and insulation requirements. Key sections outline the importance of adhering to industry standards like those from ASME, ASTM, and AWS for materials and quality assurance. The document emphasizes the importance of comprehensive submittals, including technical data, manufacturer’s literature, and as-built documentation. Responsibilities for installation, including maintaining cleanliness, proper joint connections, and adequate support are highlighted. The execution phase requires that all installations meet stringent testing and flushing protocols to ensure functionality and compliance with specifications. In the context of government RFPs and grants, this document serves as a technical foundation for contractors bidding on government projects, ensuring that proposed systems uphold national standards for quality and safety within HVAC systems. Overall, it establishes a clear framework for the successful implementation of hydronic piping, reflecting the government's emphasis on compliance, efficiency, and reliability in public infrastructure projects.
    The document is a site visit sign-in sheet for the Chiller and Air Handler Replacement Project (Project # 550-24-206) under the Department of Veterans Affairs, specifically managed by the Great Lakes Acquisition Center. The solicitation number for this project is 36C25224B0012, dated August 20, 2024. The sign-in sheet includes a list of attendees from various companies interested in the project, indicating their names, companies, email addresses, and phone numbers. Participants represent a range of firms involved in mechanical and construction services, including Trane, AMS Industries, and United Mechanical, among others. This gathering likely serves as an introductory step in the RFP process, allowing potential contractors to engage with the requirements and expectations of the Department of Veterans Affairs regarding the infrastructure upgrade. The focus on replacing critical heating and cooling systems suggests a commitment to ensuring efficient and effective environmental control in VA facilities.
    The document outlines the complexities and requirements surrounding U.S. government RFPs (Requests for Proposals) and federal and state funding. It details the procedural steps applicants must undertake to access and utilize grants effectively. Key themes include the importance of compliance with regulations, the intricacies involved in project proposals, and ensuring that all documentation aligns with federal mandates. The file emphasizes the necessity for thoroughness in budget planning, project timelines, and the role of collaboration among various stakeholders, ultimately aimed at achieving successful project outcomes. Overall, the document serves as a guideline for navigating the intricate process of securing government funding, emphasizing due diligence and strategic planning to ensure compliance and project feasibility.
    Similar Opportunities
    Z1DA--Project 550-24-202 Demolish Buildings 31, 32, 33, 34, 37, 38, 75, 81, and 83.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the demolition of multiple buildings (31, 32, 33, 34, 37, 38, 75, 81, and 83) at the VA Illiana Health Care System in Danville, Illinois. The project requires contractors to provide all necessary resources, including labor, materials, and equipment, while adhering to strict safety, environmental, and operational standards, particularly concerning hazardous materials like asbestos. This initiative is crucial for maintaining a safe healthcare environment and facilitating future upgrades to the facility. The budget for this project is estimated between $500,000 and $1,000,000, with a completion timeline of 100 calendar days post-Notice to Proceed. Interested bidders must submit their proposals by September 11, 2024, and can direct inquiries to Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.
    Y1DA--CON NRM 668-21-102 UPGRADE AHU-1/4 Mechanical Systems - SBA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform construction services for the upgrade of air handlers AHU-1 and AHU-4 at the Mann-Grandstaff VA Medical Center in Spokane, WA, under project number 668-21-102. The project involves comprehensive upgrades to mechanical systems, including the replacement of undersized ducts, installation of electrical panels, and integration with the existing Building Automation System (BAS), all aimed at enhancing HVAC efficiency within the facility. This initiative underscores the government's commitment to improving healthcare infrastructure for veterans, ensuring compliance with safety and quality standards throughout the construction process. Interested contractors should contact Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov, with proposals due by September 21, 2024, following a mandatory site visit on September 5, 2024.
    J063--Fire Alarm Sprinkler Installation, Repair, and Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for the installation, testing, and maintenance of fire alarm sprinkler systems at the VA Illiana Health Care System in Danville, Illinois. This project specifically targets buildings 14, 58, 102, and 104, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBCs), emphasizing the VA's commitment to enhancing safety through improved fire protection systems. Quotes must be submitted by 3:00 PM Central Time on September 13, 2024, with inquiries directed to Contract Specialist Justin Lemke at justin.lemke@va.gov.
    589A5-22-106, REPLACE BLDG4 HVAC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the HVAC system in Building 4 at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The project requires comprehensive construction services, including the removal and installation of HVAC infrastructure components, with work to be executed in two phases to minimize disruption to hospital operations. This initiative is critical for modernizing the facility's mechanical systems, ensuring improved energy efficiency and operational capability while adhering to strict safety and regulatory standards. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by the specified deadlines, with a site visit scheduled for September 12, 2024, and inquiries directed to Arnold Payne at arnold.payne@va.gov or by phone at 913-946-1124.
    Z2DZ--537-17-115 SPS Construction Phase 2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is exploring opportunities for a Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) to undertake construction renovations at the Jesse Brown VA Medical Center in Chicago, Illinois. The project, valued at $1 million to $5 million, entails comprehensive renovations on multiple floors and has an estimated completion timeline of 371 days. Businesses capable of performing specialized construction work are invited to submit letters of interest, highlighting their expertise, bonding capacity, and similar past projects. This presolicitation notice is a market research initiative and does not commit the government to any contracts. Interested parties should respond by the deadline provided.
    Y1DA--Construction Project 663A4-24-203 Replace HVAC HP3, Bldg.19
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction project titled "Y1DA--Construction Project 663A4-24-203 Replace HVAC HP3, Bldg.19," aimed at replacing the HVAC systems in Building 19 at the American Lake Campus. The project encompasses comprehensive renovations, including the demolition and installation of new mechanical systems, with a strong emphasis on safety, compliance with local codes, and minimal disruption to healthcare operations. This initiative is crucial for enhancing the operational efficiency and safety of the facility, ultimately improving the quality of care for veterans. Interested contractors must submit their bids by September 12, 2024, and can direct inquiries to Kaycee D Benson at kaycee.benson@va.gov for further information.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    Z1NB--Amendment to Post Technical Q's and Extend Closing Date - Dallas VA Boiler/Chiller Plant Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Dallas VA Boiler/Chiller Plant Contract, specifically aimed at maintaining and operating the VA North Texas Health Care System's cogeneration and boiler chiller plant. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of services including testing, inspecting, preventive maintenance, corrective repairs, and emergency response for critical equipment, ensuring compliance with VA standards and operational efficiency. Interested contractors must submit their proposals by the extended deadline of September 16, 2024, at 9:00 AM CDT, and should direct inquiries to Senior Contract Specialist Jose Campa at Jose.Campa@va.gov or (210) 694-6311. The total award amount for this procurement opportunity is approximately $47 million, reflecting the VA's commitment to supporting veteran-owned businesses while maintaining essential healthcare infrastructure.
    REPLACE BUILDING 4 HVAC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Service-Disabled Veteran-Owned Small Business Set-Aside solicitation for the replacement of the HVAC system in Building 4 at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The procurement seeks a single contractor to execute comprehensive construction services, including the removal of existing infrastructure and the installation of a new HVAC system, ensuring uninterrupted hospital operations. The project's complexity demands a meticulous approach, involving mechanical, electrical, and general construction work in six sequential phases. With a budget of over $10 million and a mandated 540-day completion period, the VA prioritizes experience, technical prowess, and competitive pricing in its contractor selection. Interested vendors must submit their surety forms and bids by August 2024, as the VA intends to award the contract based on the initial offerings.
    Project Name: 19th Floor Server Room HVAC Replacement (318); Station Location: Winston Salem, North Carolina, VARO; Project Location: 19th Floor (Wells Fargo Building)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of the HVAC unit in the 19th Floor Server Room at the Winston Salem Veterans Affairs Regional Office. The project involves the removal of the existing HVAC unit and its replacement with a new unit to ensure optimal temperature and humidity conditions for server functionality. This procurement is crucial for maintaining efficient operations within the VA's infrastructure, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their quotations by September 12, 2024, and can contact Dirk Kelley at dirk.kelley@va.gov or 203-932-5711 for further information.