Y1DA--Project# 614-20-109 Cooling Tower Replacement
ID: 36C24925B0010Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Veterans Affairs, through the Network Contracting Office 9, is soliciting bids for the replacement of the cooling tower at the Lt. Col. Luke J. Weathers, Jr. VA Medical Center in Memphis, TN, under Project Number 614-20-109. The project entails replacing existing cooling towers and associated pumps, ensuring compliance with stringent safety and environmental standards, and maintaining continuous operations at the medical center throughout the construction period. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a bid submission deadline extended to August 18, 2025, at 1300 CDT. Interested contractors should direct inquiries to Contract Specialist Michael R. Brown at michael.brown1305@va.gov.

    Point(s) of Contact
    Michael.brown1305@va.govMichael R. Brown
    (615) 225-5975
    MICHAEL.BROWN1305@va.gov
    Files
    Title
    Posted
    This document is an amendment to Solicitation Number 36C24925B0010 for the Cooling Tower Replacement project at the Department of Veterans Affairs. The amendment, dated July 23, 2025, provides answers to contractor questions from a site visit. Key clarifications include confirming that existing concrete basins will be reused for the new cooling towers, despite references to stainless steel basins which refer to the hot water distribution basin. The government is open to “equal” cooling towers, but they must meet design conditions and match existing base dimensions. The original equipment manufacturer, B.A.C., is preferred due to size constraints. The bid due date remains August 14, 2025, at 13:00 CT, and is not extended.
    This amendment (0002) to Solicitation Number 36C24925B0010, titled "614-20-109 Cooling Tower Replacement," issued by the Department of Veterans Affairs, Network Contracting Office 9, extends the bid due date to August 18, 2025, at 1300 CDT. The amendment also removes a sentence from block 10 and page 5 of the solicitation regarding the provision of a temporary portable cooling tower. All other terms and conditions of the original solicitation remain unchanged. The purpose of this modification is to adjust the submission deadline and clarify the scope of work by removing a specific requirement.
    The document outlines a Request for Proposal (RFP) for the replacement of the cooling tower and associated pumps at the Lt. Col. Luke J. Weathers, Jr. VA Medical Center in Memphis, TN. It specifies that the contractor must provide all necessary labor, materials, and equipment to complete the project within 365 calendar days after notice to proceed. This RFP is designated as a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and detailed instructions are provided for bid submission and requirements, including a bid guarantee and performance bonds. Key details include a scheduled organized site visit on July 14, 2025, and a formal bid opening on August 14, 2025. The document emphasizes strict compliance with applicable federal regulations, including the requirement for active registration with the System for Award Management (SAM) and adherence to environmental standards. The contractor will also be responsible for safety, including background checks for employees. The overarching purpose of this RFP is to outline the procurement process for a federal construction project while increasing opportunities for veteran-owned businesses, ensuring compliance with high standards of performance and safety throughout the duration of the work.
    The Department of Veterans Affairs is initiating a presolicitation for the Cooling Tower Replacement project (Project# 614-20-109) at the Lt. Col. Luke J. Weathers, Jr. VA Medical Center in Memphis, TN. This project is set aside exclusively for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, in compliance with 38 U.S.C §8127 (d), with an estimated construction cost between $2 million and $5 million. The applicable NAICS code is 238220, pertaining to Plumbing, Heating, and Air-Conditioning Contractors, with a small business size standard of $19 million. The solicitation is anticipated to be released around July 10, 2025, and will close by August 15, 2025. The contractor will be responsible for replacing the cooling tower and associated equipment, providing all necessary resources for the project. A temporary cooling tower will be utilized during the installation. The total duration for project completion is set at 365 calendar days from the notice to proceed. Interested contractors must be listed in the dsbs.sba.gov database and have an active SAM registration. Questions prior to the solicitation's release must be directed to the contracting officer via email.
    This document serves as an amendment to a solicitation for the Cooling Tower Replacement project at the Department of Veterans Affairs Network Contracting Office 9. It provides clarifications to contractor inquiries following a site visit while confirming that the bid due date remains unchanged, set for August 14, 2025. Key clarifications include: contractors are to reuse existing concrete basins for the new cooling towers; there will be no new concrete work, only existing walls and structures must be utilized; the top basin of the cooling towers must be stainless steel; and while similar tower brands are acceptable, the original equipment manufacturer, B.A.C., is preferred due to size constraints. This amendment emphasizes the importance of following specified design requirements and proper acknowledgment from contractors for their offers within the set timeline, ensuring compliance with federal procurement protocols.
    The Department of Veterans Affairs (VA) Memphis VA Medical Center is undertaking a project (Project No.: 614– 205 ‐ 109) to replace its main cooling tower and pumps, with bid documents issued on May 30, 2025. This comprehensive project involves the replacement of existing cooling towers with new ones of the same type and capacity, along with new cooling tower fan variable frequency drives, condenser water supply and return isolation valves, and condenser water return motorized valves. The scope also includes cleaning, repairing, and recoating cooling tower basins, replacing the Motor Control Center (MCC) with a new distribution panelboard, providing new wall-mounted variable frequency drives for condenser water pumps, and installing new exhaust fans. Architectural elements such as roof, gutters, downspouts, and coping on existing electrical and mechanical rooms will also be replaced, and new wiring and disconnects provided for various systems. The project emphasizes stringent safety, security, and environmental control requirements, including a detailed security plan, key and document control, and adherence to VA security management programs. The contractor is responsible for site operations, material storage, utility coordination, and maintaining continuous medical center operations. Detailed requirements for alterations, disposal, protection of existing vegetation and structures, restoration, and professional surveying services are outlined. The document also specifies requirements for as-built drawings, a comprehensive warranty management plan, temporary utility use, testing, and training, all while ensuring minimal disruption to the Medical Center’s 24/7 operations.
    The document outlines the specifications for the replacement of the main cooling tower and pumps at the Memphis VA Medical Center, directed by the Department of Veterans Affairs. The project involves comprehensive upgrades including the replacement of existing cooling towers with new units of similar capacity, installation of variable frequency drives, and necessary electrical and plumbing work. Additional tasks include cleaning and repairing cooling tower basins, updating the Motor Control Center, and ensuring proper waste management and safety measures during construction. Key sections include general requirements for construction, existing conditions assessment, and detailed safety protocols to protect both personnel and patients within the medical facility. The contractor is responsible for maintaining uninterrupted utility services and complying with VA security measures throughout the project duration. The document emphasizes the integration of sustainable practices and the necessity for coordination among different trades, reflecting the VA's commitment to enhancing facility infrastructure while ensuring compliance with safety regulations and operational integrity.
    The "Pre-Award Contractor Safety and Environmental Record Evaluation Form" (Solicitation 36C24925B0010) is a crucial document for assessing a contractor's safety and environmental compliance. It requires detailed information, including OSHA 300 Forms data for 2023-2025, covering man-hours, cases involving days away from work or restricted activity, and DART rates. Contractors must disclose any serious, willful, or repeat OSHA violations from the past three years, providing explanations and attaching OSHA 300 and 300a forms. The form also requests the company's six-digit NAICS Code (238220), the administrator of their Safety and Health Program, and their Insurance Experience Modification Rate (EMR). This evaluation ensures that potential contractors meet stringent safety and environmental standards before being awarded government contracts.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is designed for companies to disclose crucial health and safety information in response to Solicitation 36C24925B0010. The document requires contractors to report their OSHA-recorded man hours, cases involving work-related injuries, their DART rate, and any significant OSHA violations from the past three years, along with explanations. It also requests the company’s six-digit North American Industrial Classification System (NAICS) code, which is 238220, the administrator of their Safety and Health Program, and the Insurance Experience Modification Rate (EMR). This evaluation form aims to ensure compliance with safety standards and assesses the contractor's safety record, which is vital for government contracting and maintaining workplace safety protocols. By obtaining this information, the government can verify that candidates meet necessary safety and environmental regulations before awarding contracts.
    The document is a Request for Information (RFI) for Project Number 614-20-109, titled "Cooling Tower Replacement," located at the Memphis TN VAMC. The RFI specifies that contractors must thoroughly read all solicitation, specifications, drawings, and pertinent documents before submitting questions. To ensure a response, questions and requests for clarification must specifically identify the relevant specification, solicitation section(s), or drawing number(s). Failure to comply may prevent the Government from responding in a timely manner. The RFI is addressed to Michael Brown, Contracting Officer, at michael.brown1305@va.gov. It includes fields for the RFI number, date, spec/drawing reference, reply needed by date, information needed, reply, reply from, date, attachments, and copy to.
    The document is a Request for Information (RFI) for the Cooling Tower Replacement project at the Memphis TN Veteran Affairs Medical Center (VAMC), identified by Project Number 614-20-109. It outlines procedural guidelines for contractors seeking clarification on project specifications, drawings, or solicitation sections. Questions must reference specific sections, ensuring timely government responses. Key personnel involved include Michael Brown, the Contracting Officer. The document emphasizes the necessity for compliance with communication requirements and highlights the importance of thorough review of all associated materials prior to submitting inquiries. This RFI serves to gather essential information for contractors in preparation for bid submissions, underlining an organized approach to project communication in federal procurement processes.
    The provided document, likely a template for government RFPs, federal grants, or state/local RFPs, outlines essential contact and identification information required from an applicant or vendor. It specifies fields for a Unique Entity Identifier (UEI) number, Federal Tax ID Number, Point of Contact (POC) Name, Email, and Telephone. This document serves as a standard form to collect critical administrative data necessary for official communications, financial transactions, and compliance verification in government procurement or funding processes. Its purpose is to ensure clear identification and efficient communication with entities applying for or receiving government funds or contracts.
    The document provides a template for federal requests for proposals (RFPs) and grants. It includes essential fields such as Unique Entity Identifier (UEI), Federal Tax ID Number, Point of Contact (POC) name, email, and telephone number, indicating the need for precise identification of the applicant organization. The structure implies a systematic approach for collecting necessary information from potential bidders or grantees, ensuring compliance with federal requirements. This template is crucial for streamlining the application process for federal and state funding opportunities, enabling easier communication between agencies and applicants. Overall, the document serves as a foundational element in the procedural framework of federal grants and RFPs, facilitating clear documentation and administrative efficiency.
    The provided government file outlines a comprehensive system designed to protect Controlled Unclassified Information (CUI). This system includes detailed policies and procedures for handling, reproducing, and disposing of CUI, encompassing criminal prosecution for violations. Key components of this framework are the establishment of the Administrative Review Board and the Appeal Boards under the Department of Labor, ensuring oversight and compliance. The document emphasizes accessibility, internal and external resource management, and contact protocols for information dissemination. It also details specific guidelines for various information types, including
    The government document reflects a collection of information related to federal and state/local RFPs (Requests for Proposals) and grants. It primarily discusses funding opportunities, guidelines, and requirements for organizations addressing specific needs of localities and federal agencies. The key focus centers on how proposals must align with federal standards, emphasizing adherence to regulatory frameworks during project execution. Important details include criteria for eligibility, application procedures, and considerations for sustainability and impact assessment. Furthermore, there is attention on promoting transparency and accountability in fiscal matters, ensuring that funded projects lead to effective community development. Overall, this document serves as a crucial resource for organizations aiming to secure funding through RFPs, facilitating improved public services and infrastructure improvements across various regions.
    Lifecycle
    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.
    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.
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    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.
    C1DA--626A4-26-201 A/E Replace Domestic Water Fire Mains and Main Backflow Devices
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 9, is seeking qualified architectural and engineering firms for the project titled "Replace Domestic Water/Fire Mains and Main Backflow Devices" at the VA Tennessee Valley Healthcare System in Murfreesboro, TN. The project involves the replacement of approximately 30,000 linear feet of water mains and main backflow stations, along with necessary electrical and structural work, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative is crucial for ensuring the reliability and safety of the facility's water systems, with an estimated construction budget ranging from $1,000,000 to $2,000,000. Interested firms must submit their SF330 forms electronically by December 18, 2025, at 1:00 PM Central Time, and can direct inquiries to Contract Specialist Michael R. Brown at Michael.brown1305@va.gov or by phone at 615-225-5975.
    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.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    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.
    [AMENDED] Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a design-build project to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various federal regulations, including the Federal Acquisition Regulation (FAR) and the Davis-Bacon Act, with a construction magnitude estimated between $1 million and $5 million. The selected contractor will be responsible for all aspects of the project, including design, construction, and compliance with VA guidelines, with a performance period of 270 calendar days from the Notice to Proceed. Proposals for Phase 1 are due by January 5, 2026, at 4:00 PM EST, and interested parties should direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or Elijah J McIntosh at elijah.mcintosh@va.gov.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.