4420--Heat Pumps
ID: 36C25225Q0246Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

HEAT EXCHANGERS AND STEAM CONDENSERS (4420)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotations for the procurement of two vertical split-coupled in-line heat pumps to support air conditioning and humidity control in the acute surgery wing at the Edward J. Hines, Jr. VA Hospital in Hines, Illinois. This solicitation, identified by number 36C25225Q0246, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), in alignment with federal initiatives to promote small business participation. The selected heat pumps are critical for maintaining optimal environmental conditions in a healthcare setting, ensuring patient safety and comfort. Interested offerors must submit their quotes by 5:00 PM on February 13, 2025, and can contact Contracting Officer Stacy Massey at Stacy.Massey@va.gov or 414-844-8400 for further information.

    Point(s) of Contact
    Stacy MasseyContracting Officer
    (414) 844-8400
    Stacy.Massey@va.gov
    Files
    Title
    Posted
    The document is a combined synopsis and solicitation notice issued by the Department of Veterans Affairs (VA) for the procurement of two vertical split-coupled in-line heat pumps to support the air conditioning and humidity control for the acute surgery wing at the Edward J. Hines, Jr. VA Hospital in Hines, IL. This solicitation, identified by solicitation number 36C25225Q0246, is set aside for Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses, aligning with federal requirements to foster small business participation. Quotations are requested for specific pump specifications, with a requirement for delivery within 60 days of award. The document outlines instructions for submitting quotes, evaluation criteria, including technical features, speed of delivery, warranty, and price, and stipulates that responses must be submitted by 5:00 PM on February 13, 2025. Emphasizing clarity, the document incorporates provisions from various federal acquisition regulations and emphasizes the government's electronic invoicing procedures, ensuring compliance with policy standards throughout the procurement process.
    The document outlines the tailored instructions for offerors in response to a Request for Quote (RFQ) for commercial products and services, as per FAR 52.212-1. Key points include specifics regarding NAICS codes, small business size standards, and submission requirements. Offerors must submit their quotes by a specified deadline and include detailed descriptions, warranty terms, prices, and acknowledgments of amendments. Additionally, it emphasizes the importance of adhering to submission guidelines to avoid disqualification. The offeror's price must remain firm for 30 days, and the submission of product samples may be required. The document encourages multiple quotes with alternative terms and highlights the government's discretion in issuing purchase orders, potentially awarding to more than one quoter. Unique entity identifiers must be included in quotes exceeding the micro-purchase threshold, stressing the need for SAM registration. This document serves as guidance for businesses aiming to engage with government contracts, ensuring compliance with specified federal procurement procedures.
    The document outlines the evaluation criteria for government solicitations regarding commercial products and services, specifically in the context of federal contracting. The purpose is to establish a fair and advantageous purchase order process for the government. The evaluation criteria include price, technical features, warranty options, and speed of delivery. Quotations will be compared using a comparative evaluation method that considers overall benefits rather than simply the lowest price. Offerors are asked to provide clear information about the products offered, especially when proposing “equal” products that must meet specified requirements. The evaluation will sum all line-item prices to determine the Total Evaluated Price. The document's effective date is March 15, 2023, indicating its relevance for current procurement processes. Overall, it emphasizes the importance of providing beneficial proposals while ensuring compliance with government needs and standards.
    This document comprises the "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Supplies and Products," aligning with federal regulations and specifically 38 U.S.C. 8127(l)(2). It outlines compliance requirements for offerors regarding limitations on subcontracting when supplying goods as part of a VA contract. Key points include a commitment not to pay more than 50% of the contract amount to non-certified service-disabled veteran-owned small businesses (SDVOSBs) or veteran-owned small businesses (VOSBs). It specifies additional obligations applicable to firms classified as manufacturers or non-manufacturers, integrating criteria that ensure products originate from small business sources. Furthermore, the document emphasizes the consequences for non-compliance, including potential penalties and the need for document-submission upon request to verify adherence. Offerors are required to complete and sign the certification as part of their contractual proposal, highlighting their commitment to these limitations. Overall, the notice aims to uphold small business participation and compliance within the federal procurement process, reinforcing the government’s focus on ensuring fair contract distribution to veteran-owned entities.
    Lifecycle
    Title
    Type
    4420--Heat Pumps
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    N041--Answer Technical Questions | NTX HVAC Coil Replacements
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of HVAC coils at the Dallas VA Medical Center under solicitation number 36C25725Q0217. This project involves the removal of old coils and installation of new VA-supplied coils, requiring qualified contractors to adhere to safety protocols and provide detailed service reports post-installation. The initiative emphasizes the VA's commitment to engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) while ensuring the efficient operation of its facilities. Interested contractors must submit their proposals by February 14, 2025, at 4 PM Central Time, and can contact Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov or 254-899-6034 for further details.
    Hines VA Hospital Janitorial Services (2/1/25-1/31/26
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
    Z1DA--HVAC Controls Replacement Project 652-25-100
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the HVAC Controls Replacement Project (VA Project No: 652-25-100) at the Richmond Veterans Affairs Medical Center. This project involves the removal and replacement of air handling unit (AHU) dampers and controls, with a focus on upgrading the HVAC control systems to enhance operational efficiency and safety standards. The initiative is crucial for maintaining optimal indoor environmental conditions in healthcare facilities, ultimately benefiting veteran patients. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by March 10, 2025, following a mandatory pre-bid site visit on February 13, 2025. For further inquiries, potential bidders can contact Contract Specialist Denise Morman at Denise.Morman@va.gov.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The project, identified as Z1DA--556-23-104, requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This initiative is crucial for modernizing the facility's infrastructure while ensuring compliance with stringent safety and operational standards. Interested contractors must submit their proposals by March 5, 2025, and can direct inquiries to Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    679-22-106 Replace HVAC Various Buildings
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of HVAC systems in various buildings at the Tuscaloosa VA Medical Center in Alabama. This project, designated as 679-22-106, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to ensure that at least 51% of the work is performed by certified SDVOSBs. The initiative aims to enhance the heating, ventilation, and air conditioning systems to improve the comfort and operational efficiency of the facility, which is critical for providing quality care to veterans. Interested contractors must submit their proposals by February 25, 2025, and are encouraged to contact William Barton at william.barton2@va.gov or Joyce Powers at joyce.powers1@va.gov for further information regarding the solicitation and requirements.
    J041--J041/238220 | Heating and Cooling | HVAC Refrigeration Equipment Replacement for Walk-in Fridge | Philadelphia VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Veteran-Owned Small Businesses (VOSBs) for the replacement of HVAC refrigeration equipment at the Philadelphia VA Medical Center. The project involves the replacement of failing components in a walk-in cooler, requiring bidders to provide all necessary parts, labor, and materials while adhering to stringent specifications regarding equipment capabilities and environmental safety. This procurement is crucial for maintaining operational efficiency at the facility, with proposals due by February 14, 2025, and a mandatory site visit scheduled for January 30, 2025. Interested contractors should direct inquiries to Contract Specialist Eric Christy via email, and must acknowledge Amendment 0001 to the solicitation when submitting their quotes.
    Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the HVAC system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days following the notice to proceed. The project is critical for enhancing healthcare services within the facility, ensuring a safe and efficient environment for patient care, particularly in the hemodialysis unit. Interested contractors must submit their proposals by March 13, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042 for further information.
    J041--REPLACE OUTDOOR HVAC UNITS BUILDING 410
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace outdoor HVAC units at the Tomah VA Medical Center in Wisconsin. The project involves the removal of two existing HVAC units and the installation of new units, with a total contract value of $19 million aimed at enhancing the facility's climate control systems. This procurement is particularly significant as it supports the VA's commitment to improving operational efficiency and compliance with federal contracting regulations, while encouraging participation from service-disabled veteran-owned small businesses. Interested parties should contact Contract Specialist Makena James at Makena.James@va.gov or (414) 844-4871 for further details regarding the solicitation.
    Z1DA--Install Patient Lifts 578-15-001
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the installation of ceiling-mounted patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under solicitation number 36C25225B0011. The project, designated as 578-15-001, requires contractors to perform site inspections, document existing conditions, and install permanent lifts in designated buildings, with a performance timeframe of 432 days following the issuance of a Notice to Proceed (NTP). This procurement is particularly significant as it aims to enhance patient care facilities, ensuring safe and efficient patient handling. The estimated construction cost ranges from $2,000,000 to $5,000,000, and the opportunity is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. Interested vendors should verify their eligibility and compliance with size standards and are encouraged to attend a pre-bid conference planned for early March 2025, with solicitation documentation expected to be available online around mid-February 2025. For further inquiries, contact Donita Grace, Contract Specialist, at donita.grace@va.gov or call 414-844-4800.
    Z1DA--Confined Space Assessment on the Hines Campus
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Confined Space Assessment at the Edward Hines, Jr. VA Hospital located in Hines, Illinois. This procurement is specifically aimed at ensuring safety and compliance within confined spaces at the facility, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under the Product Service Code Z1DA, which pertains to maintenance, repair, and alteration of real property. The contract is part of the government's initiative to maintain high safety standards in hospital environments, with a response deadline for proposals set for February 18, 2025, at 8:00 AM Central Time. Interested parties can reach out to Contract Specialist Derrick A Paquette via email at Derrick.Paquette@va.gov or by phone at 414-844-4859 for further inquiries.