Y1DA | 580-22-100 | REPAIR REPLACE MAIN CHILLED WATER DISTRIBUTION SYSTEM | SOLICITATION
ID: 36C25625R0062Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Commercial and Institutional Building Construction (236220)

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 is soliciting proposals for the "Repair Replace Main Chilled Water Distribution System" project at the Michael E. DeBakey VA Medical Center in Houston, Texas. This project, designated as number 580-22-100, involves comprehensive upgrades to the chilled water distribution system, including the installation of new pumps and distribution lines, while ensuring minimal disruption to hospital operations and adherence to safety standards. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $5 million and $10 million, and proposals are due by June 26, 2025, at 5:00 PM CST. Interested parties should contact Lisa Peace at Lisa.Peace@va.gov for further details and must ensure compliance with all registration and bonding requirements prior to submission.

    Point(s) of Contact
    Files
    Title
    Posted
    The file details the Schedule of Special Inspections for the Chilled Water System Upgrades project at the Michael E. Debakey VA Medical Center in Houston, Texas. It outlines requirements for inspections across various construction disciplines, including steel welding, bolting, concrete work, masonry, and fire protection, all adhering to the 2018 International Building Code (IBC) and other relevant standards. Each inspection section specifies tasks to be performed, observed, or documented, emphasizing compliance with material specifications, proper installation procedures, and adequate testing practices to ensure structural integrity and safety under seismic considerations. The document underscores the necessity for qualified personnel and systematic documentation of all inspections as part of regulatory compliance and project oversight. This comprehensive inspection schedule is essential for assuring the project aligns with safety and construction standards while mitigating risks associated with the installation and operation of vital infrastructure systems in a healthcare setting.
    This statement outlines the Special Inspections responsibilities related to a construction project located in Houston, identified by project number 580-22-100 and dated September 26, 2024. The document emphasizes the critical need for inspections of the Lateral Force Resisting System (LFRS) in accordance with the 2018 International Building Code (IBC) and sets clear guidelines for the Special Inspector of Record (SIOR), Dante Valdez, who is registered as a professional under the registration number S5752 with consulting firm WSP. Key details include a declaration that the project does not involve hazardous occupancy and that full inspections for Designated Seismic Systems (DSS) were deemed unnecessary due to the Seismic Design Category being below C. A Final Walk Down Inspection is not applicable as there are no DSS components identified. The documentation reinforces the requirement for compliance with established inspection schedules and standards to ensure adherence to safety and construction codes. Overall, this statement serves as a formal guide for ensuring regulatory compliance and structural safety throughout the project's lifecycle.
    The document is an amendment to a solicitation for a contract managed by the Department of Veterans Affairs, specifically from the Network Contracting Office 16. The amendment includes vital details such as the project number, effective date, and instructions for offerors on how to acknowledge receipt of the amendment. It clarifies that offers must reference the amendment for consideration, and any modifications to existing contract terms are documented within. Key individuals involved include Tabitha Contreras, the Contracting Officer, and the document specifies the address for submission and acknowledgment procedures. This amendment maintains consistency with existing contract terms while allowing changes, thereby facilitating compliance with procurement regulations. The overall purpose is to ensure all interested parties remain informed and equipped to respond accurately to the solicitation amidst the evolving nature of government contracts.
    The document outlines amendments and responses related to the Department of Veterans Affairs (VA) solicitation for the Repair and Replacement of the Main Chilled Water Distribution System. Amendment 0003 extends the request for proposals (RFP) due date to June 20, 2025, and incorporates various adjustments including responses to requests for information (RFIs), updates to wage determinations, and additional specifications. Key points clarify contractor responsibilities regarding project execution, billing procedures, material requirements (including adherence to the Buy American Act), and certification requirements for labor and materials. It emphasizes the project's service-disabled veteran-owned small business (SDVOSB) set-aside status, specifies the need for comprehensive coordination among multiple trades, and outlines conditions for inspections and contractor obligations. The document serves as a critical resource for bidders, ensuring compliance with specifications while facilitating clarity on project expectations and management. Overall, it reflects the VA's effort to enhance infrastructure while adhering to federal contracting regulations.
    Amendment 0004 to RFP #36C25625R0062 from the Department of Veterans Affairs’ Network Contracting Office 16 extends the proposal due date to June 25, 2025, at 5:00 PM CST. The amendment includes responses to additional Requests for Information (RFIs) and clarifications regarding project specifications. Key details include the attachment of drawing F6 to F1, the approximate distance between existing pipe supports, and the necessity of a floor plan for the new 24” pipe connection in Building 100 Area H. The document clarifies several deductive alternates related to piping and equipment adjustments, noting which components are to be retained or removed. For instance, Alternate #4 necessitates the elimination of specific new piping and components, while Alternatives #1 and #2 detail removals associated with pump replacements and other features in the tunnel area. This amendment addresses vital logistical details essential for compliance and execution of project parameters, ensuring that interested contractors have a comprehensive understanding of the requirements moving forward.
    The document serves as an amendment to a request for proposals (RFP) issued by the Department of Veterans Affairs, specifically the Network Contracting Office 16. The primary amendment, identified as Amendment 005, updates key elements of the solicitation. Notably, it extends the due date for proposal submissions to June 26, 2025, at 5:00 PM CST. Additionally, it specifies that a revised pricing sheet, referenced as the "Deduct-Alternate Price Sheet Rev 1," should be utilized in proposals. This amendment is crucial, as it directly impacts bidders by altering submission timelines and required documentation for the procurement process. The document emphasizes the importance of acknowledging receipt of this amendment to prevent rejection of submitted offers. Overall, it reflects standard procedural adjustments typical in government contracting processes to ensure clarity and compliance among potential contractors.
    The document primarily addresses the amendment of a solicitation associated with the Department of Veterans Affairs, specifically Amendment 0002 of solicitation number 36C25625R0062. The amendment acknowledges the modification of contract specifics, including the removal and addition of certain provisions and clauses related to annual representations and certifications, as well as sustainable products and services. Key changes include updates to FAR clauses, emphasizing that contractors are not required to update their registration in the System for Award Management (SAM) for removed representations. The amendment also details methods for offerors to acknowledge receipt of this amendment, establishing clear communication procedures to avoid rejection of offers due to lack of acknowledgment. This seeks to ensure compliance while clarifying the expectations for contractors involved in federal contracting processes.
    This document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for upgrading the chilled water distribution system at the Michael E. DeBakey VA Medical Center in Houston, Texas. The project, with an estimated cost between $5 million and $10 million, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, meaning only qualified SDVOSBs can submit offers. The contractor is required to perform at least 15% of the work and must comply with federal labor laws, including the Davis Bacon Act. The RFP specifies that contractors must provide performance and payment bonds and complete their offers by June 6, 2025. The evaluation process will emphasize past performance over price in determining the best value for the government. The RFP includes detailed requirements regarding bid submission, proposal formatting, and necessary certifications, reinforcing the emphasis on quality and historical performance in construction projects. The document also lays out guidelines for potential site visits and inquiries, ensuring clarity in the procurement process. Overall, this RFP exemplifies the government's efforts to support veteran-owned businesses while adhering to regulatory compliance and project performance standards.
    The document outlines a construction project aimed at repairing and replacing the main chilled water distribution system at the Michael E. DeBakey VA Medical Center in Houston, Texas. The project, designated as number 580-22-100, involves coordination with existing systems to ensure seamless integration, particularly concerning the control systems. Contractors are tasked with verifying existing pipe sizes and locations and addressing any discrepancies between the plans and site conditions. Notably, demolition of existing piping must occur outside of operational hours to minimize disruption, specifically when temperatures are below 55°F. Detailed best practices are outlined for the installation of new piping and necessary system upgrades, including safety guidelines for structural load management. This initiative underscores the federal commitment to maintaining and upgrading healthcare infrastructure with careful planning and adherence to safety protocols.
    The government document outlines the specifications and features of Neptune's By-Pass and Filter Feeders, essential equipment for chemical treatment in closed circulating water systems. These feeders are utilized in heating, cooling, and industrial applications, facilitating simultaneous chemical addition and filtration. Available models range from 2 to 12 gallons, with maximum pressure ratings of 300 psi. Key features include easy-to-use caps, washable and replaceable filter options, and compatibility with various filter bag kits. The brochure also highlights the advantages of combining filtration and chemical feeding into one unit, improving efficiency and simplifying maintenance. It is targeted toward facility managers, engineers, and government entities seeking reliable solutions in managing water treatment systems, emphasizing innovation and practicality. The detailed specifications cater to organizations responding to RFPs or grants related to water management technologies, aligning with federal and local procurement needs for efficient infrastructure solutions.
    The government document outlines the project to repair and replace the main chilled water distribution system at the Michael E. Debakey VA Medical Center in Houston, Texas. The project involves extensive coordination among contractors and subcontractors, emphasizing the importance of familiarization with existing conditions and adherence to VA standards. Detailed specifications supersede drawings in case of conflicts, and all work must meet high workmanship standards. Safety protocols, including infection control risk assessments (ICRA), must be strictly followed to ensure minimal disruption to hospital operations and prevent contamination. The VA will serve as the authority having jurisdiction for this project, which necessitates compliance with various building codes, fire safety regulations, and environmental standards. A comprehensive listing of applicable publications and guidelines will guide construction practices. The scope of work also emphasizes maintaining safety and cleanliness on-site, proper waste containment, and the installation of temporary barriers in occupied areas to protect patients and hospital staff. The ultimate goal of the project is to enhance the mechanical systems while ensuring compliance with rigorous safety standards and minimizing disruptions, showcasing the VA's commitment to improving its facilities and ensuring they meet the needs of veterans.
    This document outlines the pre-proposal conference for a project titled "Repair Replace Main Chilled Water Distribution System," specifically referenced as 580-22-100, scheduled for May 13, 2025, at 1 PM local time. The conference will be held at the main entrance of Building 100, utilizing the red elevators. Participants are required to fill out the specified form detailing their name, company, role as prime or subcontractor, phone number, and email address. The RFP aims to address repairs and replacement of the chilled water distribution system, indicating the necessity for both maintenance and potential upgrades. This meeting supports the procurement process, providing contractors with essential information about project requirements and expectations, thereby fostering transparency and competition among bidders. The document serves as an invitation for interested parties to engage in this federal project, which is significant in enhancing infrastructure efficiency.
    The project titled "Repair/Replace Main Chilled Water Distribution System" (Project No: 580-22-100) aims to upgrade the chilled water distribution system at the VA Medical Center. It involves the installation of secondary chilled water pumps, main distribution lines, and a new bypass line, along with replacing existing pumps serving the facility. All work must adhere to NFPA and life safety standards and should not disrupt hospital operations. Before commencing construction, the contractor must obtain several permits including an Infection Control Construction Permit, and present an approved project schedule. The contractor is also responsible for creating and maintaining project record drawings to document actual construction changes. Construction is to occur primarily during regular working hours, with coordination required to minimize disruption to medical center operations. The contractor must collaborate with other ongoing projects and adhere to safety and security measures, including background checks for personnel and parking restrictions. Weekly progress meetings and detailed meeting minutes are mandatory to ensure project oversight and communication. This document encapsulates the VA's rigorous requirements for ensuring compliance, safety, and operational continuity throughout the project’s duration, reflecting a commitment to enhancing facility infrastructure while prioritizing patient care and safety.
    The Chilled Water System Upgrades project at the Michael E. DeBakey VA Medical Center in Houston, Texas, aims to enhance existing mechanical infrastructures by replacing chilled water equipment, pumps, and control systems. The project emphasizes strict adherence to safety and infection control protocols due to the facility's healthcare environment. Key tasks include demolition of old structures, installation of new systems, and construction of additional supports for existing pipes. The contractor must coordinate all activities with the VA personnel to minimize disruption to hospital operations. Comprehensive security measures and project schedules must be implemented, and the contractor holds the responsibility for maintaining conditions conducive to patient care during renovations. Additionally, the document outlines the importance of quality control, testing of systems, and compliance with environmental regulations, including necessary permits. This extensive plan underscores the government's commitment to improving healthcare facilities through infrastructure modernization while ensuring operational continuity and safety.
    The document outlines a government Request for Proposal (RFP) for the repair and replacement of the Main Chilled Water Distribution System at the Michael E. DeBakey VA Medical Center in Houston, Texas. The contractor is expected to provide all necessary supervision, labor, materials, tools, and equipment to complete the task in accordance with project specifications. The evaluation of bids will prioritize several line items based on available funding, with a total price required for each item. Line Item No. 1 is the base proposal excluding the 100-CHP-7 Pump, with a 365-day project period. Subsequent line items present alternatives with varying scopes of work and shorter project periods—ranging from 300 to 335 days—each eliminating certain components, such as radiant ceiling panel pumps or new chilled water piping. The document emphasizes structured bidding, with reductions in scope to accommodate funding limitations while maintaining overall project integrity. This RFP showcases the government's procurement process, prioritizing efficiency in care facility upgrades while ensuring compliance with established standards.
    The document provided appears to include a series of corrupted data with no coherent information regarding federal RFPs, federal grants, or state and local RFPs. However, the intended content may relate to guidelines or frameworks surrounding the procurement of federal and state services, which often involve proposals for competitive bidding, grant applications, and funding allocations for various public projects. These processes typically aim to enhance transparency, support community needs, and improve infrastructure and services. They often require meticulous documentation of project objectives, financial needs, and compliance with both federal and local regulations. The structure of RFPs generally includes project specifications, eligibility criteria, evaluation metrics, and submission requirements. All stakeholders involved in such projects must meticulously prepare their bids or proposals to ensure alignment with outlined objectives while maximizing the potential for funding or project approval. Overall, while the contents were inaccessible, the central theme relates to public service improvements through financial and resource management mechanisms in governmental processes.
    The document is a Bid Bond form (Standard Form 24) utilized in the federal procurement process, particularly for construction, supplies, or services contracts. This bond affirms that the principal (the bidder) and the sureties are legally bound to the U.S. government for a specified penal sum, ensuring the successful bidder will enter into a contract if the bid is accepted. Key conditions require the principal to execute further contractual documents and provide necessary bonds within ten days of bid acceptance. Notably, the sureties waive notification for extensions of the bid acceptance period, maintaining their obligations. The form outlines the necessary legal identifications of the parties involved, the stipulation of liability limits, and instructions for proper execution, including corporate seals. Compliance with the Paperwork Reduction Act is also noted, highlighting the federal effort to streamline the documentation process. Overall, the document serves to secure the interests of the government in procurement activities, ensuring the financial backing of bidders.
    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.
    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, 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.
    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.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.
    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--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.