4420--Heat Exchanger
ID: 36C26326Q0203Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Power Boiler and Heat Exchanger Manufacturing (332410)

PSC

HEAT EXCHANGERS AND STEAM CONDENSERS (4420)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking qualified firms to provide a Bell & Gossett Model QSU 146-2 Heat Exchanger for the Minneapolis VA Health Care System. The procurement requires a heat exchanger constructed with specific materials, including a steel shell and copper/nickel tubes, capable of withstanding pressure ratings of 125 psi on the tube side and 150 psi on the steam side, along with a temperature rating of 375 degrees Fahrenheit and a one-year warranty. This equipment is critical for maintaining efficient heating systems within the healthcare facility, ensuring optimal performance and reliability. Interested vendors must submit capability statements by December 16, 2025, detailing their qualifications, agreements with manufacturers, and shipping information to Contract Specialist Robert Bennett at robert.bennett8@va.gov.

    Point(s) of Contact
    Robert BennettContract Specialist
    (319) 339-7079
    robert.bennett8@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice (Solicitation Number 36C26326Q0203) for a Bell & Gossett Model QSU 146-2 Heat Exchanger for the Minneapolis VA Health Care System. This notice seeks to identify capable firms for a potential future solicitation. The required heat exchanger must meet specific characteristics, including materials (steel shell, copper/nickel tubes and tube sheet, steel baffles), pressure ratings (125 psi tube side, 150 psi steam side), and a 375-degree Fahrenheit temperature rating, along with a one-year warranty. Contractors must include the Purchase Order Number on shipping labels and deliver to the Minneapolis VA Health Care System during specified hours, excluding weekends and federal holidays. This is a materials-only request, with installation by VA HVAC Technicians. The NAICS code is 332410, with a 750-employee size standard. Interested firms must submit capability statements by December 16, 2025, detailing their organization, capabilities, agreements with manufacturers, subcontracting percentages, country of origin, and estimated shipping information.
    Lifecycle
    Title
    Type
    4420--Heat Exchanger
    Currently viewing
    Sources Sought
    Similar Opportunities
    4510--Tube Bundle
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 21, is soliciting quotes for the procurement of lead-free, plug-n-play replacement tube bundles for heat exchangers, intended for use at the VA Palo Alto Medical Center. The requirement includes a Brand-Name or Equal specification for Armstrong Tube Bundles compatible with specific serial numbers and models, emphasizing the importance of compliance with various federal regulations and standards. Offerors are required to submit their quotes via email by December 15, 2025, and must acknowledge receipt of any amendments to the solicitation to ensure their offers are considered. For further inquiries, interested parties can contact Contract Specialist Kayla A Haruguchi at kayla.haruguchi@va.gov.
    J045--SOURCES SOUGHT NOTICE - REPLACE TWO STEAM PEDESTAL STYLE CONDENSATE PUMPS WITH TWO NEW PUMPS Washington DC VA Medical Center 36C24526Q0168
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified contractors to replace two pedestal-style steam condensate pumps at the Washington DC VA Medical Center. The project involves comprehensive services, including pre-installation safety measures, removal of existing pumps, installation of new pumps with necessary mechanical and electrical modifications, and subsequent commissioning. This procurement is crucial for ensuring the reliable operation of the facility's steam condensate system. Interested vendors must submit their responses, including business information and capability statements, by December 23, 2025, at 10:00 AM ET, via email to Bill Pratt at Billie.Pratt@va.gov. This notice serves as a request for information and does not constitute a solicitation or binding contract offer.
    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.
    Remanufacture of B-52 Heat Exchangers
    Dept Of Defense
    The Department of Defense, through the Air Force, is conducting market research to identify potential sources for the remanufacture and repair of Heat Exchangers for the B-52 platform. This opportunity specifically targets the repair of two National Stock Numbers (NSNs 1660-01-196-4473TP and 1660-01-168-0332), with an estimated requirement of 100 units for part number 782522-4 and 10 units for part number 10-30757-505 over a five-year period. The selected contractor will be responsible for providing all necessary labor, materials, facilities, and equipment to ensure the units are returned in like-new condition, along with supply chain management and logistics support. Interested vendors should contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details and to express their interest in participating in this Sources Sought Synopsis.
    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.
    Boiler Water Treatment and Boiler commissioning Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide boiler water treatment and commissioning services for a CREST Lochinvar FBN1251 boiler at the Fort Lawton Campus in Seattle, Washington. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with a small business size standard of $19 million, and includes comprehensive services such as water quality analysis, chemical treatment, and boiler commissioning over a 90-day performance period. This opportunity is critical for ensuring the operational efficiency and safety of the VA's heating systems, which are vital for maintaining a conducive environment for veterans' healthcare. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    J041--OR MECH HW CW PUMP REPLACEMENT WASHINGTON DC VAMC
    Veterans Affairs, Department Of
    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.
    Y1DA--St. Cloud VAHCS Replacement/Addition Steam Mains Presolicitation Notice
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the replacement and addition of steam mains at the St. Cloud VA Health Care System in Minnesota, under Project Number 656-21-114. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) program. The project involves the complete removal and replacement of existing steam line vaults and the installation of new steam piping infrastructure, with a construction magnitude estimated between $5,000,000 and $10,000,000. The Invitation for Bid (IFB) solicitation is expected to be issued on or about December 29, 2025, with a performance period of 640 calendar days from the Notice to Proceed. Interested bidders should direct inquiries to Contracting Specialist Jeffrey Brown at Jeffrey.Brown8@va.gov or by phone at 651-293-3009.
    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.
    J045-- Heating Hot Water Tanks Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 7, is seeking qualified vendors to provide labor, materials, equipment, and supervision for the repair and replacement of heating hot water tanks at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring the replacement of three hot water heaters, one failed tube bundle, and 100 linear feet of associated piping. The successful contractor will play a crucial role in ensuring the facility's hot water systems are operational, which is vital for patient care and facility operations. Interested parties must submit their offers via email to Jessica Cummings at Jessica.Cummings3@va.gov by December 18, 2025, at 12 PM ET, and are encouraged to review the full solicitation for detailed requirements and conditions.