J041--ITOPS AC Preventive Maintenance Base+4
ID: 36C25225Q0591Type: Presolicitation
Overview

Buyer

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

NAICS

Appliance Repair and Maintenance (811412)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the ITOPS AC Preventive Maintenance contract at the Jesse Brown VA Medical Center in Chicago, IL, with a total award amount of $19 million. The primary objective of this contract is to perform preventive maintenance on air conditioning units in the facility's server room, ensuring compliance with relevant standards and providing all necessary personnel and materials for maintenance services. This initiative is crucial for maintaining the operational integrity of the facility's critical infrastructure in support of veterans' services. Interested contractors should note that the contract period begins in September 2025, includes options for four additional years, and must comply with updated federal regulations, including wage determinations and service contract labor standards. For further inquiries, contact Contracting Specialist Rebecca L Picchi at rebecca.picchi@va.gov.

    Point(s) of Contact
    rebecca.picchi@va.govRebecca Picchi
    (414) 844-4800
    rebecca.picchi@va.gov
    Files
    Title
    Posted
    The VA Great Lakes Acquisition Center is preparing to issue a solicitation for a Small Business set-aside contract concerning ITOPS AC Maintenance at the Jesse Brown VA Medical Center in Chicago, Illinois. This procurement will adhere to the Federal Acquisition Regulation (FAR) guidelines and is designated as a 100% Small Business set-aside, classified under NAICS code 811412. The contract will be structured as a firm fixed price. A Request for Quote (RFQ) document (36C25225Q0591) is expected to be available around July 24, 2025, with offers due by 10:00 am Central Time on August 7, 2025. The document entails essential information for prospective bidders regarding the solicitation process and the scope of the maintenance required, underlining the government's commitment to engage small businesses in fulfilling its needs.
    The document outlines a government contract solicitation by the Department of Veterans Affairs for ITOPS AC Maintenance at the Jesse Brown VA Medical Center in Chicago, IL, with a total award amount of $19 million. The primary objective is to perform preventive maintenance on air conditioning units in the facility's server room, with a contract period starting in September 2025 and options for four subsequent years. The contractor is responsible for providing all personnel and materials necessary for maintenance services, including inspection, repair, and documentation of the cooling units, compliant with relevant standards. The contracting procedure emphasizes electronic submissions for payment requests, and special consideration is given to service-disabled veteran-owned small businesses. The contract includes specific performance standards, quality assurance measures, and adheres to government regulations for procurement integrity. Overall, this initiative demonstrates the VA’s commitment to maintaining critical infrastructure in support of its operational and service commitments.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs for the purpose of revising contract clauses and including a Department of Labor Wage Determination. It specifies that offers must acknowledge receipt of this amendment by the given deadline. Key updates include the integration of revised Federal Acquisition Regulation (FAR) clauses related to commercial products and services, with several provisions ensuring compliance, such as prohibitions on certain contracting practices and workers' rights protections. Additionally, the amendment outlines the required compliance with service contract labor standards and references various clauses addressing employment issues, including minimum wage and paid sick leave per Executive Orders. It emphasizes the continued applicability of all other contract terms and conditions not modified by this document. This revision is essential for ensuring that contractors adhere to federal regulations while bidding for contracts offered by the government, particularly in support of veterans' services.
    The document outlines the Wage Determination No. 2015-5017 issued by the U.S. Department of Labor concerning the Service Contract Act for contracts in Illinois. It stipulates that covered workers must receive at least the minimum wage determined by Executive Orders 14026 ($17.75 per hour) or 13658 ($13.30 per hour) depending on the contract's award date. The file includes detailed occupational wage rates and fringe benefits for various job classifications, indicating rates for roles such as clerical, automotive, food preparation, maintenance, and healthcare. The document emphasizes minimum wage adjustments, paid sick leave requirements for federal contractors, and fringe benefits of $5.55 per hour for health and welfare. It also highlights the necessity for contractors to classify unlisted job roles and adhere to specific compliance and reporting procedures. Overall, this file serves as a comprehensive guide for contractors on labor standards, ensuring fair pay and working conditions under federal contracts, which is essential for government procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Boiler / Chiller Maintenance Services
    Buyer not available
    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)
    Buyer not available
    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.
    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.
    J045--HVAC Maintenance and Service Veterans Health Care System of the Ozarks (VHSO) Fayetteville, Arkansas
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for HVAC maintenance and service at the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, under solicitation number 36C25626Q0165. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive HVAC/R systems maintenance, including annual, quarterly, and semi-annual preventative maintenance, emergency services, and specific testing for various equipment types such as chillers, boilers, and air conditioning units. This procurement is critical for ensuring the operational efficiency and safety of the healthcare facility's HVAC systems. Interested parties must submit their offers by December 11, 2025, at 9 PM CST, and can contact Diyonne Williams at diyonne.williams@va.gov for further information.
    J041--Cooling Tower service | Base 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Cooling Tower Service at the James J. Peters VA Medical Center located in the Bronx, New York. This contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves preventative maintenance and repair services for a Marley 8-cell cooling tower and its associated equipment, with a base period from January 1, 2026, to December 31, 2027, and four optional one-year extensions through December 31, 2031. The services are critical for maintaining the operational efficiency of the facility's cooling systems, ensuring compliance with safety and regulatory standards, and providing a comfortable environment for veterans receiving care. Interested contractors must submit their quotes, including technical capability and pricing, via email by 4:30 PM ET on December 5, 2025, and are encouraged to attend a mandatory site visit on December 5, 2025, to assess local conditions impacting performance. For further inquiries, contact Contract Specialist Christopher J. Weider at Christopher.Weider@va.gov.
    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.
    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--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    183 CES Repair Server HVAC and Electric
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    Pharmacy B201 Chiller One time Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the one-time repair of the Pharmacy Chiller located in Building 201 at the VA Southern Oregon Rehabilitation Center and Clinics in White City, Oregon. The project involves a comprehensive repair that includes recovering refrigerant, replacing the Electronic Expansion Valve (EEV), installing new filter dryers, conducting pressure tests, recharging the system, and addressing any software-related issues to ensure the chiller operates efficiently. This contract, valued at up to $19 million, is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a performance period from December 3, 2025, to March 3, 2026. Interested contractors must submit their proposals by December 10, 2025, at 10:00 AM PST, and can contact Alan C. Perez or Helen Woods for further information.