Z2QA--FY25: Epoxy Coating of Chiller Condensers
ID: 36C24825Q0454Type: Solicitation
AwardedJun 24, 2025
$143.8K$143,847
AwardeeFOLEY5 CONSTRUCTION INC ORLANDO 32828 FLK
Award #:36C24825P1380
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors to provide epoxy coating services for three chiller condenser systems at the Viera VA Healthcare Center in Florida. The objective of this procurement is to enhance the durability and corrosion resistance of the chillers, ensuring their longevity and operational integrity during the scheduled contract period from June 16 to July 15, 2025. This project is critical for maintaining the facility's HVAC capabilities, reflecting the VA's commitment to providing upgraded services to veterans while adhering to safety and environmental standards. Interested contractors, particularly service-disabled veteran-owned small businesses, must submit their offers by May 16, 2025, at 1:00 PM EDT, and can direct inquiries to Contract Specialist Rohan McKenzie at Rohan.Mckenzie@va.gov.

    Point(s) of Contact
    Rohan McKenzieContract Specialist
    Rohan.Mckenzie@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation by the Department of Veterans Affairs (VA) for epoxy coating services on three chiller condenser systems at the Viera VA Healthcare Center in Florida. The contract is set to last from May 19, 2025, to June 18, 2025, with a total budget of $19 million, designated under NAICS code 238320 for painting and wall covering contractors. The objective is to enhance the chillers' durability and prevent corrosion while ensuring operational integrity. The contractor must adhere to specific safety and operational protocols, conduct work on standard weekdays, and manage waste disposal in compliance with environmental regulations. Invoices are required to be submitted electronically, emphasizing the VA's mandate for e-invoicing. The solicitation is notably set aside for service-disabled veteran-owned small businesses, and potential contractors must provide necessary certifications to qualify for the contract. The document also incorporates various clauses addressing compliance with federal procurement regulations and expectations for contractor performance. Overall, the solicitation underscores the VA's commitment to maintaining facility infrastructure while promoting small business engagement within the veteran community.
    The Department of Veterans Affairs (VA) has issued a presolicitation notice for the FY25 project concerning the epoxy coating of chiller condenser systems at the Viera VA Healthcare Center in Florida. This notice indicates that the forthcoming solicitation will exclusively target Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as confirmed through prior industry feedback. Vendors must be certified by the Small Business Administration (SBA) and registered in the System for Award Management (SAM) at the time of quotation submission and contract execution. The anticipated contract will be a Firm-Fixed-Price arrangement, with the solicitation expected to be posted around April 7, 2025, and the designated project timeline spanning from May 19, 2025, to June 18, 2025. This initiative emphasizes the VA's commitment to supporting veteran-owned businesses in fulfilling contractual obligations and enhancing service facilities. The SBA's size standard for the related North American Industry Classification System (NAICS) code, which covers painting and wall covering contractors, is set at $19 million.
    The document is an amendment to a solicitation regarding a procurement by the Department of Veterans Affairs (VA) through the Network Contracting Office 8 (NCO 8) in Orlando, Florida. Specifically, this amendment (labeled as Amendment 0001) serves to extend the deadline for submitting offers related to solicitation number 36C24825Q0454. The new deadline is set for May 9, 2025, at 1:00 PM EDT. The amendment outlines the required actions for offerors to acknowledge receipt of this amendment, emphasizing the importance of timely acknowledgment to avoid potential rejections of offers. The structure of the document includes sections identifying project details, contractor information, and important contractual terms necessary for compliance. This amendment underscores the VA's adaptive approach in managing solicitations while ensuring a fair opportunity for bidders by providing an extension for submissions.
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs for a construction project at the Viera Healthcare Center in Florida. The main purpose of the amendment is to extend the deadline for submitting offers from May 9, 2025, to May 16, 2025, at 1:00 PM EDT, while also providing vendors with updated pricing details, responses to inquiries, and various attachments pertinent to the project. These attachments include a cooling unit performance graph, safety data sheets, design build specifications for the facility, and a revised performance work statement. The project involves the provision of epoxy coating for three chiller condenser systems, with a scheduled contract period starting from June 16, 2025, to July 15, 2025. The principal NAICS code for the project is 238320, focusing on painting and wall covering contractors. This amendment serves to clarify details and ensure all bidders have the necessary information for a competitive bidding process while maintaining compliance with federal procurement regulations.
    The document pertains to an amendment for a solicitation issued by the Department of Veterans Affairs, specifically for the Network Contracting Office 8, regarding an updated version of ATTACHMENT C. The purpose of this amendment is to address issues with a previously posted file on SAM.gov that was reported as corrupt and unopenable by multiple users. The revised ATTACHMENT C, which contains the government’s responses to vendor questions, is now attached to this notice for accessibility. It is crucial for potential contractors to acknowledge receipt of this amendment to ensure compliance, with detailed instructions provided on how to do so. The overall context of this document highlights the importance of maintaining clear communication and transparency in government contracting processes, particularly during the Request for Proposals (RFP) phase. This amendment establishes the commitment to providing necessary documentation to facilitate vendor participation in government contracts.
    The document pertains to Contractor Questions for Solicitation No. 36C24825Q0454, which focuses on the epoxy coating of chiller condensers. This attachment outlines a structure for contractors to pose questions regarding the Performance Work Statement (PWS), Statement of Work (SOW), and pricing schedule. While the specific questions or comments from contractors are absent, the document establishes a protocol for communication between contractors and the government, highlighting the importance of clarifying expectations and requirements within the procurement process. This framework aims to ensure transparency and compliance with federal standards in contracting, providing a channel for addressing concerns or seeking guidance as contractors prepare their bids. By fostering collaboration and clarity, the government seeks to enhance the quality of proposals received for the epoxy coating project.
    The document outlines a federal Request for Proposals (RFP) for a new community health initiative aimed at improving access to healthcare services for underserved populations. The RFP details eligibility criteria for applicants, emphasizing the importance of partnerships with local health departments and community organizations. Key objectives include enhancing awareness of available health resources, reducing health disparities, and promoting preventive care measures. Additionally, the document specifies funding amounts, project timelines, and reporting requirements critical for grant accountability. The initiative aims to foster collaborative efforts that not only address immediate healthcare needs but also build long-term capacities within communities. Stakeholders are encouraged to incorporate innovative approaches and leverage existing resources to optimize outcomes. Overall, the RFP highlights the government's commitment to advancing health equity and supporting community-led solutions to enhance public health.
    The Safety Data Sheet (SDS) for NALCO® 3DTS68 and NALCO® 7346 TAB provides essential information regarding their identification, uses, hazards, handling, and environmental impact. NALCO® 3DTS68 is a non-hazardous cooling water treatment product suitable for high hardness waters, with precautionary measures for safe handling and storage. The report suggests that while this product poses no significant occupational hazards, it can be harmful to aquatic life, necessitating responsible environmental practices in case of spills. Conversely, NALCO® 7346 TAB is classified as an oxidizing solid with numerous hazards, including skin corrosion, serious eye damage, and acute toxicity if ingested or inhaled. The sheet outlines necessary safety precautions when handling the product, including the use of personal protective equipment, proper storage guidelines, and emergency response measures. It also highlights its severe environmental toxicity to aquatic life, emphasizing extensive regulations for disposal. Both products reflect compliance with various international and federal regulations, underscoring their safe usage in industrial applications. Overall, the SDS serves as a critical reference for ensuring workplace safety and environmental protection in compliance with regulatory standards.
    The document outlines the construction plans for replacing chillers at the Viera VA Outpatient Clinic in Florida, under federal oversight by the U.S. Department of Veterans Affairs. Key aspects include a structured demolition of existing facilities, site grading, and installation of new chillers, cooling towers, and associated utilities. Detailed plans encompass phases of construction, site utilities, mechanical and electrical systems, and safety measures including fire protection and access for emergency vehicles. Contractors are responsible for compliance with all local and federal regulations, including coordination with existing utility services. The project emphasizes restoring disturbed areas and ensuring uninterrupted service to maintain functionality during construction. The planned enhancements aim to modernize the facility’s HVAC capabilities, illustrating the VA's commitment to providing upgraded services to veterans while maintaining structural integrity and safety standards throughout the construction process.
    The Orlando VA Healthcare System requires a contractor to provide epoxy coating services for three Central Energy Plant Chiller Condensers to enhance their durability and corrosion resistance. The project aims to protect the chillers from degradation, ensuring their longevity and proper functionality. It is scheduled to take place from June 16 to July 15, 2025, at the Viera VA Health Care Center. The contractor must conduct non-destructive testing to assess the condensers' integrity before performing the epoxy coating, which includes multiple stages of inspection, preparation, and application. The contractor is also responsible for managing safety protocols and waste disposal in compliance with regulations. Federal holidays and potential government shutdowns during the performance period will affect work schedules. The contract outlines strict performance standards monitored by government project managers, ensuring compliance with safety and quality requirements. Overall, this project highlights the VA's commitment to maintaining critical infrastructure and extending the operational life of essential equipment while adhering to safety and environmental standards.
    This document outlines vendor questions and government responses related to Solicitation No. 36C24825Q0454 for the epoxy coating of chiller condensers. The government provides specific references to attachments for technical details such as drawings, preparation methods, and test requirements. Key inquiries include the method of surface preparation, operational pressures, and safety protocols for working in an active facility. The responses clarify that the chiller operation will follow a strict sequencing protocol, with no prior epoxy coatings applied. Additionally, contractors must provide certain documentation to ensure compliance with established standards, including third-party verification of the epoxy system. The document reinforces the importance of safety measures and quality assurance throughout the project, addressing various technical aspects including chemical concentrations and testing procedures. Overall, it illustrates the government's commitment to thorough oversight in maintaining facility standards during the refurbishment process.
    Similar Opportunities
    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.
    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.
    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.
    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.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    4130--Supply: Chiller Rental
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking quotations for the rental of two 500-ton chillers for the Malcolm Randall VA Medical Center in Gainesville, Florida. The contract will cover the delivery, installation, operation, and removal of the chillers, with a base period from February 1, 2026, to September 30, 2026, and includes two optional one-year extensions. This procurement is particularly significant as it supports the facility's operational needs, ensuring a reliable cooling solution for medical services. 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, following a site visit scheduled for December 10, 2025.
    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 requires comprehensive services including testing, inspections, preventative maintenance, corrective repairs, and emergency services, with a focus on ensuring the safe and efficient operation of critical mechanical systems. This opportunity is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a base year with four one-year option periods, running from March 2026 to March 2031. Interested parties should note the extended deadline for offer submissions is December 24, 2025, at 1:00 PM CST, and can contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further information.
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z2QA--OR #17 Epoxy Floor Repairs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for epoxy floor repairs at the John L. McClellan Memorial Veterans Hospital in Little Rock, Arkansas. The contractor will be responsible for providing all necessary labor, materials, tools, equipment, and transportation to remove existing coatings on the floors, bases, and walls, and to apply new epoxy coatings, while also managing negative air requirements and implementing Infection Control Risk Assessment (ICRA) protocols. This project is crucial for maintaining the hospital's facilities and ensuring a safe environment for patients and staff. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit their responses by December 18, 2025, at 3 PM Central Time, and can contact Joseph Warren at joseph.warren@va.gov or by phone at 479-444-5011 for further information.