Z1DA--692-24-105 Replace B211A Chiller
ID: 36C26025R0056Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors for the replacement of the B211A chiller at the Veterans Affairs Southern Oregon Rehabilitation Center. This construction project involves the removal of the existing chiller and installation of a new Dunham Bush ACDR55B model, with a contract value estimated between $500,000 and $1,000,000. The project is critical for maintaining efficient HVAC operations in a specialty care ward, ensuring minimal disruption to ongoing medical services while adhering to strict safety and operational standards. Interested contractors must submit proposals by 12:00 PM PDT on May 2, 2025, and are encouraged to contact Contract Officer Helen Woods at Helen.Woods@va.gov for further information.

Point(s) of Contact
Helen WoodsContract Officer
Helen.Woods@va.gov
Files
Title
Posted
Mar 18, 2025, 7:08 PM UTC
The presolicitation notice for project 692-24-105, titled "Replace B211A Chiller," outlines the upcoming construction requirement for the Department of Veterans Affairs (VA) in White City, Oregon. The contract will be a set-aside for small businesses, with a projected budget between $500,000 and $1,000,000. This project involves the removal and replacement of a chiller in an occupied building that serves patient care, necessitating temporary cooling solutions and possible work outside of regular hours. The solicitation number is 36C26025R0056, with a response deadline of April 2, 2025. Interested offerors must download the solicitation from SAM.gov, maintain an active SAM registration, and ensure they meet all submission requirements. A site visit is planned, and inquiries should be directed to the contracting officer, Helen Woods, via email. This notice is essential for potential bidders, emphasizing the importance of compliance with federal regulations and submission guidelines under the Federal Acquisition Regulation. The information presented is fundamental for small businesses interested in federal contracts, ensuring they are informed about the project specifications and requirements.
Apr 17, 2025, 1:04 AM UTC
The document is a Request for Proposals (RFP) from the NCO 20 Network Contracting Office, specifically for the replacement of the B211A Chiller at the Veterans Affairs Southern Oregon Rehabilitation Center. It is a firm-fixed-price construction project set aside exclusively for small businesses, with a cost range of $500,000 to $1,000,000. A site visit is scheduled for April 08, 2025, and all questions must be submitted by April 21, 2025. Proposals must be submitted by 12:00 PDT on May 02, 2025, with late submissions generally not considered. The evaluation criteria include Technical Experience, Past Performance, and Price, each holding equivalent weight. Offerors must demonstrate relevant experience with HVAC projects, showcasing past performance management with Government contracts. Pricing will be assessed for fairness and completeness, with benefits provided for small and veteran-owned businesses. Key contractual conditions include compliance with the Davis-Bacon Act for prevailing wage determinations, the necessity for performance and payment bonds, and adherence to various federal regulations, ensuring that all work aligns with governmental standards and procedures. The document outlines conditions for proposal compliance and emphasizes the importance of providing detailed and accurate information in proposals.
Apr 17, 2025, 1:04 AM UTC
The document addresses the amendment of a solicitation for a government project involving the replacement of chillers at a VA facility. Key components include the addition of the VAAR clause on compliance with Executive Order 13899, which requires contractors to disclose any evidence of violations relating to anti-Semitism during contract performance. The amendment also specifies a site visit scheduled for April 8, 2025, at 10:00 AM Pacific Time, and outlines the timeline for submitting questions by April 21, 2025. It emphasizes that questions submitted after this deadline may not receive responses, stressing adherence to communication protocols. The overall purpose of the amendment is to clarify existing contract terms and conditions while ensuring contractor compliance with civil rights mandates. This content reflects standard practices in federal RFP processes, which include ongoing communication and compliance with relevant regulations.
Apr 17, 2025, 1:04 AM UTC
This document serves as an amendment to a solicitation related to a project administered by the Network Contracting Office 20 (NCO 20) for the VA, specifically identifying key updates for potential contractors. The amendment provides details on a previously organized site visit, scheduled for April 8, 2025, and offers a second opportunity on April 16, 2025, at 10:00 AM Pacific. It clarifies that the only point of contact for inquiries is the contracting office, emphasizing communication protocols for the project. The amendment entails instructions for participants regarding attendance at the site visit, which requires no RSVPs. It aims to encourage transparency and streamline the procurement process by effectively managing contractor inquiries and facilitating site access to enable potential bidders to gain firsthand knowledge about the project requirements. Overall, the document is pivotal in ensuring clarity and compliance in response to solicitation requirements, thereby aiding in the acquisition process.
Apr 17, 2025, 1:04 AM UTC
This document is an amendment to a solicitation concerning a procurement managed by the NCO 20 Network Contracting Office. The amendment serves two main purposes: first, it provides a sign-in sheet from the second organized site visit related to the project; and second, it addresses a question posed by industry. The amendment confirms that the positions of Safety and Health Officer (SSHO), Quality Control Manager (QCM), and superintendent can be filled by the same person, provided that qualifications are met, with the stipulation that the superintendent is assigned to only one project at the facility. Additionally, it specifies that the only designated point of contact for ongoing communications regarding this procurement is the contracting office, explicitly excluding other personnel listed in the site visit sign-in sheet from being contacted. This amendment is crucial for ensuring clarity and adherence to protocol in the procurement process.
Apr 17, 2025, 1:04 AM UTC
The document outlines the Statement of Work for the replacement of the chiller located on the roof of Building 211A at a VA facility. The current chiller, rated "D" for condition, services a specialty care ward via chilled beams and VAV boxes. The scope involves the removal of the old chiller and installation of a new Dunham Bush ACDR55B model, ensuring specifications such as equivalent water flow, weight limitations, and compatibility with existing control systems, particularly BACnet features. Key tasks include a thorough flushing of the chiller piping system, submission of performance reports both pre- and post-installation, and training for VA personnel on the new equipment. All project work must align with strict safety protocols and be completed within a 180-day timeframe, while operational details such as work hours and necessary approvals are specified. The document emphasizes adherence to VA HVAC design standards, with additional references provided to inform the contractor’s approach. This project underscores the VA's commitment to maintaining efficient facility operations and service quality in patient care settings.
The document outlines the specifications and requirements for the replacement of the B211A Chiller within a federally funded construction project at a Veterans Affairs facility. It begins with the general requirements for the project, emphasizing safety protocols, site preparation, and compliance with VA regulations. The contractor is responsible for the complete removal and replacement of the existing chiller, including all necessary labor and materials as per the provided drawings and specifications. Security measures, including access control and documentation handling, are detailed to protect sensitive information throughout the project. Key construction requirements include maintaining operational utility services for the Medical Center, ensuring minimal disruption to ongoing activities, and adhering to strict scheduling protocols for utility interruptions. Additionally, there is a focus on protecting existing vegetation and structures adjacent to the worksite. Furthermore, the document mandates detailed record-keeping, project scheduling through Critical Path Method (CPM), and regular photographic documentation of construction progress. The contractor must also develop a warranty management plan to ensure all work, materials, and equipment meet required safety and operational standards. This comprehensive approach highlights the government's efforts to ensure the project is conducted efficiently, safely, and in full compliance with established standards.
Apr 17, 2025, 1:04 AM UTC
Apr 17, 2025, 1:04 AM UTC
The Veterans Health Administration (VHA) Network Contracting Office 20 is evaluating a firm's past performance for a construction project involving the replacement of a chiller. The Past Performance Questionnaire (PPQ) is structured into two primary sections: contractor information and evaluator feedback. Contractors need to provide details regarding their name, contact information, project specifics, and financial aspects for evaluation. The evaluator, representing the client, will assess the contractor's performance across several criteria, including quality, timeliness, communication, management, financial handling, and subcontractor management. Each criterion can receive an adjectival rating ranging from "Outstanding" to "Unsatisfactory." The completed PPQ must be returned to the contractor to be included in the SF330 submission, which is critical for the solicitation. This document emphasizes the importance of thorough evaluations in federal contracting to ensure effective project execution and contractor accountability, particularly within the context of federal RFPs and grants.
Apr 17, 2025, 1:04 AM UTC
The document pertains to a federal Request for Proposal (RFP) concerning the replacement of the B211A chiller at the White City VA SORCC in Oregon, dated April 8, 2025. It includes a sign-in sheet for attendees of a site walk, which is a key component of the pre-bid process. Individuals from various companies engaged in the bid process are noted, including their names, affiliations, and contact information. The chiller replacement project is part of the VA's ongoing efforts to upgrade its facilities and systems to improve overall efficiency and service quality. The document outlines essential steps in the RFP process, setting the stage for contractors to present their qualifications for the project, highlighting the VA’s commitment to modernization and compliance with federal standards.
Apr 17, 2025, 1:04 AM UTC
The document details a site walk sign-in for the project titled "Replace B211A Chiller," with the project number 692-25-104. Scheduled for April 16, 2025, the project is located at the White City VA SORCC in White City, Oregon. The primary purpose of this document is to facilitate the administrative process of the replacement project by documenting attendee information. It includes fields for participants' names, companies, phone numbers, and emails, although these details are not fully presented in the excerpt. This initiative likely falls within the broader context of government Requests for Proposals (RFPs) and federal grants aimed at the maintenance and modernization of VA facilities to ensure operational efficiency and improved service delivery. The significance of the project underscores the commitment to enhancing infrastructure for veterans' services.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Y1DA--CON NRM 653-25-101 Replace Bldg 65 Chillers
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of chillers in Building 65 at the Roseburg VA Medical Center. The project involves comprehensive renovations, including the replacement of three chillers, roof leak repairs, and upgrades to the chemical feed control system, all while adhering to strict safety and compliance regulations. This initiative is crucial for enhancing the facility's mechanical infrastructure and ensuring efficient cooling to meet healthcare standards for veterans. Proposals are due by April 30, 2025, with an estimated contract value between $2,000,000 and $5,000,000, and interested parties should contact Contract Specialist Toni J. Knight at Toni.Knight@va.gov for further details.
Y1DZ--618-25-202, Replace Chiller #4
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to replace Chiller 4 at the Minneapolis VA Health Care System, specifically in Building 69. The project involves the removal of the existing chiller and installation of a new 1,100-ton centrifugal liquid chiller, along with necessary updates to associated equipment such as pumps and filters, all while ensuring compliance with current environmental regulations. This procurement is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated cost range between $1,000,000 and $2,000,000, with a performance period of 190 calendar days following the notice to proceed. Interested bidders must submit their proposals electronically by May 5, 2025, and can direct inquiries to Contract Specialist Trevor W Keyworth at Trevor.Keyworth@va.gov.
Y1DA--531-24-107 | Install New HVAC System Biomed Boise VAMC
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to install a new HVAC system at the Boise Veterans Affairs Medical Center, specifically for the Biomed department in Building 27. The project, identified by contract number 36C26025R0066, is set within a funding range of $25,000 to $100,000 and is designated for small businesses, requiring SBA certification. This installation is critical for maintaining operational efficiency and comfort in a healthcare environment, emphasizing the importance of minimal disruption during the project. Proposals are due by May 20, 2025, following a site visit on April 24, 2025, and must adhere to federal acquisition regulations, including compliance with the Davis-Bacon Act. Interested contractors can contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov for further details.
Z1DA--Abate B219 Ceilings-Select Rooms
Buyer not available
The Department of Veterans Affairs is soliciting proposals for a construction project titled "Abate B219 Ceilings-Select Rooms" at the Southern Oregon Rehabilitation Center and Clinics in White City, Oregon. The project involves the abatement of asbestos-containing materials and the replacement of acoustic ceiling tiles in specified rooms, with strict adherence to safety and environmental protocols. This initiative is crucial for maintaining a safe and compliant healthcare environment for veterans, reflecting the VA's commitment to high standards in facility management. Interested contractors should note that the estimated contract value is between $100,000 and $250,000, with sealed offers due by April 28, 2025. For further inquiries, contact Contract Officer Helen Woods at Helen.Woods@va.gov.
L099--CON-NRM 653-25-101 Commissioning-Replace Bldg. 65 Chillers
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architect-engineer services for the commissioning and replacement of chillers at Building 65 of the Roseburg VA Medical Center in Oregon. The selected firm will be responsible for delivering comprehensive services including schematics, design development, construction documents, technical specifications, and construction period services, with a focus on minimizing downtime during the project. This procurement is critical for enhancing operational efficiency at the facility, with an estimated contract value of under $25,000 and a projected award date on or before June 30, 2025. Interested firms must submit their qualifications via Standard Form (SF) 330 by May 6, 2025, and direct any inquiries to Contract Specialist Robert B. Weeks at robert.weeks@va.gov.
Y1DA--692-24-102 CON NRM Relocate B232 ITOPS
Buyer not available
The Department of Veterans Affairs is seeking contractors for the relocation of ITOPS equipment from Building 232 to a newly constructed closet on the third floor mezzanine at the White City VA Medical Center in Oregon. The project, identified as 692-24-102, involves comprehensive construction tasks including the installation of new fiber cabling, construction of a wooden closet with communications racks, and the installation of a split system A/C unit, all while ensuring minimal disruption to ongoing medical operations. This initiative is crucial for enhancing IT operations and maintaining efficient communication systems for veterans' services. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Contract Officer Helen Woods at Helen.Woods@va.gov.
J041--HVAC Chiller Service
Buyer not available
The Department of Veterans Affairs is seeking qualified firms to provide HVAC chiller maintenance services for 12 chiller systems at the Tomah VA Medical Center in Wisconsin. The procurement aims to identify contractors capable of delivering OEM certified preventative maintenance, which includes tasks such as annual coil cleaning, operational checks, and leak testing, while ensuring compliance with OSHA regulations. This initiative is crucial for maintaining the facility's operational efficiency and may lead to a contract set-aside for veteran-owned or small businesses, adhering to limitations on subcontracting. Interested parties must submit their capability statements and relevant business information to Contract Specialist Lori Eastmead at lori.eastmead@va.gov by 10:00 AM local time on April 23, 2025.
Z2DA--657-21-114JC - Correct HVAC Systems for VHA Directive 1116.2, JC
Buyer not available
The Department of Veterans Affairs is seeking a qualified construction contractor to undertake the project titled "657-21-114JC - Correct HVAC Systems for VHA Directive 1116.2, JC," aimed at repairing and replacing HVAC systems in medical equipment storage rooms at the John Cochran VA Medical Center in St. Louis, MO. The scope of work includes the disconnection and removal of existing HVAC components, installation of new systems, and ensuring compliance with current VHA HVAC Design Criteria while maintaining air quality in occupied areas. This project is crucial for enhancing patient care infrastructure and regulatory compliance within VA facilities, with an estimated contract value between $2 million and $5 million and a duration of 550 calendar days. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in the System for Award Management (SAM) and submit proposals by May 29, 2025, with a pre-solicitation package expected to be available around April 22, 2025. For further inquiries, contact Abby Monroe at abby.monroe2@va.gov or 913-946-1141.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
Y1DA | 580-22-100 | REPAIR REPLACE MAIN CHILLED WATER DISTRIBUTION SYSTEM | SOURCES SOUGHT
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to undertake the "Repair Replace Main Chilled Water Distribution System" project at the Michael E. DeBakey VA Medical Center in Houston, Texas. The project involves upgrading the chilled water distribution system, including the installation of secondary chilled water pumps, main distribution lines, and a new bypass line, while ensuring compliance with NFPA and life safety standards without disrupting hospital operations. This construction contract, anticipated to be awarded as a Firm-Fixed Price, has a magnitude between $5 million and $10 million, with a performance period of 365 calendar days from the Notice to Proceed. Interested parties should contact Lisa Peace at Lisa.Peace@va.gov for further information, and are encouraged to register for notifications regarding the solicitation, which is expected to be published on or about May 6, 2025.