J041--SPS VFD REPLACEMENT 26 WASHINGTON DC VAMC 688-26-1-459-0041
ID: 36C24526Q0166Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Facilities Support Services (561210)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for the replacement of Variable Frequency Drives (VFD) at the Washington DC VA Medical Center (VAMC). The project involves replacing two ABB ACH580 VFDs with bypasses, upgrading from existing ACH-550-031A-4 VFDs to ACH-550-045A-4 or equivalent, while ensuring continuous operation of air handlers. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561210, emphasizing the importance of supporting veteran-owned enterprises in facilities support services. Interested contractors must submit their quotes by December 19, 2025, at 10:00 AM EST, and can contact Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or 843-814-0299 for further details.

    Point(s) of Contact
    JOHN RITTERCONTRACTING OFFICER
    (843) 814-0299
    NONE
    JOHN.RITTER2@VA.GOV
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Combined Synopsis/Solicitation Notice (Number 36C24526Q0166) for the replacement of Variable Frequency Drives (VFD) at the Washington DC VAMC. This solicitation is a set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The project, identified under Product Service Code J041 and NAICS Code 561210, is managed by the Department of Veterans Affairs VAMC in Baltimore, MD. The point of contact for this solicitation is Contracting Officer John Ritter (JOHN.RITTER2@VA.GOV, 843-814-0299). Responses are due by December 19, 2025, at 10:00 AM Eastern Time. The place of performance is the Department of Veterans Affairs, DC VAMC, located at 50 Irving St NW, Washington DC 20422. Additional information and required documents, including an RFQ and a campus map, are available via the provided agency URLs.
    The provided document is a campus map detailing the layout of a medical facility, likely a VA hospital, given the context of government RFPs and grants. The map illustrates various buildings, including the Main Hospital (Bldg. 01), Admin. Office (Bldg. 17), Fisher House (Bldg. 16), Research (Bldg. 04), and Clinical Research Center (Bldg. 14). It also marks several parking lots (Lots 1-10, Lot 2 East/West, Lot 5, 6, 7, 8, 9), a parking garage (Bldg. 15), and an employee parking garage (Bldg. 06). Key entrances such as Main Entrance, North Entry, South Entry, and EMS Entrance are indicated. Additionally, the map highlights a La Petite Day Care, a Transition & Care Management Center, and an All Vets Healing Garden. Traffic flow, valet drop-off, and a VA Shuttle Bus route are also shown. The primary purpose of this document is to provide navigational information for visitors, staff, and government vehicles within the campus, essential for logistical planning in any related government projects or services.
    This government solicitation, 36C24526Q0166, issued by the Department of Veterans Affairs, Washington DC VA Medical Center, is a request for quotes for SPS VFD Replacement Services. The project requires the contractor to provide all parts, materials, and labor to replace two ABB ACH580 VFDs with bypasses, specifically upgrading existing ACH-550-031A-4 VFDs to ACH-550-045A-4 or equivalent, while maintaining continuous air handler operation. Key details include a NAICS code of 561210 (Facilities Support Services) with a size standard of $47 million, and a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The solicitation outlines specific instructions for offerors, including a site visit on December 11, 2025, an RFI due date of December 15, 2025, and a quote due date of December 19, 2025, at 10:00 AM EST. Payment will be made upon completion of work, with electronic invoice submission required. The document also details various contract clauses, including those related to security prohibitions, the use of covered telecommunications equipment, and limitations on subcontracting for SDVOSBs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J041--OR MECH HW CW PUMP REPLACEMENT WASHINGTON DC VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of two non-potable hot water pumps and two chilled water pumps in the Operating Room Mechanical Room at the Washington DC VA Medical Center. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to perform demolition, equipment supply and installation, electrical work, controls integration, and training for VA staff. The project is critical for maintaining the operational efficiency of the medical facility's heating and cooling systems, ensuring a safe environment for patients and staff. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should contact Contracting Officer John Ritter at john.ritter2@va.gov or 843-814-0299 for further information.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    J041--A5-26-008 Replace 17H Blast Chiller Condenser PERRY POINT MD VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of a 17H Blast Chiller Condenser at the Perry Point VA Medical Center in Maryland. This project involves the removal and replacement of the existing condenser, including refrigerant recovery, tie-in to existing lines, and power connection, all of which must comply with strict safety and environmental regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 561210, with a size standard of $47 million, and responses are due by December 19, 2025, at 10:00 AM EST. Interested contractors should contact John Ritter at JOHN.RITTER2@VA.GOV or by phone at 843-814-0299 for further details.
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator, Conveyances, and Lifts Preventive Maintenance and Repair Services at the Washington DC Veterans Administration Medical Center (VAMC). The procurement requires one on-site mechanic twice a week, along with all necessary personnel, tools, materials, and documentation to ensure the proper maintenance and repair of various vertical transport systems, including cable and hydraulic lifts. This opportunity is critical for maintaining the operational efficiency and safety of the medical center's elevator systems, which are essential for patient and staff mobility. Interested vendors must respond by December 17, 2025, with detailed capability statements and relevant business information, as the anticipated solicitation date is December 31, 2025, with a performance period from February 1, 2026, to January 31, 2027. For inquiries, contact Trever Turcotte at Trever.Turcotte@va.gov or 304-263-0811.
    NEW | 549-22-800 Replace Windows Building 2J
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z2DA--Replace Auxiliary Chiller
    Buyer not available
    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.
    J061--AMENDMENT 0001 TO CLARIFY RFQ DUE DATE ELECTRICAL BPA WASHINGTON DC VAMC 36C24526Q0114
    Buyer not available
    The Department of Veterans Affairs is soliciting Blanket Purchase Agreements (BPAs) for electrical maintenance, repair, replacement, and demolition services at the Washington DC VA Medical Center and its community-based clinics. This procurement aims to establish a 5-year multiple award BPA, valued at under $5,000,000, covering low and medium voltage electrical systems, including emergency repairs with a required 2-hour response time. The selected contractors must hold current electrical and business licenses in Washington D.C., and all work must comply with VA regulations, including wage determinations and staffing requirements. Quotes are due by January 5, 2026, at 10:00 AM EST, and interested parties should direct inquiries to Contracting Officer Bill Pratt at Billie.Pratt@va.gov or call 410-641-2411.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    4120--HVAC Controls Equipment - Install
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a Sole Source, Firm-Fixed Price contract to Johnson Controls Inc. for the installation of Direct Digital Control (DDC) equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. This procurement is necessitated by the proprietary nature of Johnson Controls' Metasys system and control equipment, which has been confirmed through market research as the only responsible source capable of fulfilling the agency's requirements. Interested parties may express their interest and capability to meet this requirement by submitting compelling evidence to the primary contact, Andrew T Misfeldt, at andrew.misfeldt@va.gov by 10:00 AM CST on December 15, 2025. The estimated value of this acquisition is below $250,000, and it is crucial for potential vendors to be registered in the System for Award Management (SAM) and the VetBiz Registry if applicable.